Loading...
HomeMy WebLinkAboutR-2013-099 Yakima Air Terminal Alpha Taxiway Rehabilitation Agreement with Columbia Asphalt & Gravel, Inc. 3-53-0089-33,36,37CITY OF YAKIMA YAKIMA AIR TERMINAL CONTRACT DOCUMENTS FOR ALPHA TAXIWAY REHABILITATION A.I.P. NO. 3-53-0089-33 / 36 / 37 (FY 14) HLA PROJECT NO. 11049 "ORIGINAL - CITY OF YAKIMA - ENGINEERING" HLA Huibieg sc, [Amman Associates, Inc. Civil Engineering 4 Land SurvWng. Planning May 2014 Reissued October 2015 • 's CONTRACT CHANGE ORDER NO. 01 or SUPPLEMENTAL AGREEMENT NO. Page 1 of 3 pages AIRPORT YAKIMA AIR TERMINAL DATE 3-1-2016 LOCATION YAKIMA, WA AIP PROJECT NO. 3-53-0089-36/37 CONTRACTOR COLUMBIA ASPALT AND GRAVEL, Inc. You arc requested to perform the following described work upon receipt of an approved copy of this document or as directed by the engineer: Bid Item No. Item No. Description Unit Unit Price Quantity Amount 43 1-1 Unclassified Excavation Incl. Haul, P- 152 NA NA NA NA 44 1-2 Crushed Aggregate Base Course, P-209 NA NA NA NA 45 1-3 Bituminous Surface Course, P-401 NA NA NA NA 63 1-4 Bituminous Surface Course, P-401 NA NA NA NA State Sales Tax @ 8.20% $ 0.00 Subtotal Change Order No. 1 $ 0.00 Total Change Order No. 1 $ 0.00 Previous Change Order(s) Total $ 0.00 Revised Contract Total $ 7,849,459.89 The time provided for completion in the contract is unchanged. This document shall become an amendment to the contract and all provisions of the contract will apply. Changes are shown on the attached specifications by strikeouts and red text. Recommended by: Approved by: Accepted by: Concurred by: Approved by: Engrner Ovine Contractor D to zbee ate ate +Mate Aeronautics (if applicable) ' `.;.. Date ` #amr CR i �3/20/k, Federal`Avtahon Administration Date NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, • othrwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. Page 2 of 3 pages AlP PROJECT NO. 3-53-0089-36/37 CHANGE ORDER NO. 01 (Supplemental Agreement) AIRPORT Yakima LOCATION Yakima, WA JUSTIFICATION FOR CHANGE 1. Brief description of the proposed contract change(s) and location(s). This change order addresses several items in the project specifications concerning P-152, P-209, and P-401. Information has been added and deleted in these specifications to meet the requirements of Notice F-1. Updated text in P-152, P-209, and P-401 is either struck out or noted in red colored text to clearly denote the changes necessary to meet standards. All work performed to date already incorporates these changes. It was decided to enclose these changes in a change order in lieu of a field order. 2. Reason(s) for the change(s) (Continue on reverse if necessary) After the bid opening it was discovered several items from Notice F-1 were not incorporated within the contract documents. The reason for this change order is to incorporate these items within the contract documents to meet standards. 3. Justifications for unit prices or total cost. There is a zero cost change order. 4. The sponsor's share of this cost is available from: Not applicable. 5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage rate decision? Yes n No n Not Applicable [f 6. Has consent of surety been obtained? Yes n Not Necessary X. 7. Will this change affect the insurance coverage? Yes ❑ No O. 8. If yes, will the policies be extended? Yes n No 9. Has this (Change Order) (Supplemental Agreement) been discussed with FAA officials? Yes ❑X No n When Multiple Times within the last 1 year With Whom Mary Vargas, FAA Project Manager Comment Submit 4 copies to the FAA Item P-152 Excavation 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 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 the following items 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope 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. 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 pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 in (100 mm), in order 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 shall, at his/her own expense, 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 elevations and measurements of the ground surface All suitable excavated material shall be used in the formation of embankment, subgrade, or for 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 of as directed GI PROJECTS \2011111049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.docx 9-1 When the volume of excavation is not sufficient for constructing the fill 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 as 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 for rehandling as specified in paragraph 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 turfing shall be excavated to a minimum depth of 12 in (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for unclassified excavation The excavated area shall be refilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected 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. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, 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 for at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6 in and to a density of not less than 95 percent of the maximum density as determined by ASTM D 1557. The material to be compacted shall be within +/- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). If nuclear density machines are to be used for density determination, the machines shall be calibrated in accordance with ASTM D 6938. The nuclear equipment shall be calibrated using blocks of materials with densities that extend through a range representative of the density of the proposed embankment material. (See attached Section 120 of the General Provisions for additional guidance with nuclear density testing) The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167 Stones or rock fragments larger than 4 in (100 mm) in their greatest dimension will not be permitted in the top 6 in (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope 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 will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property All damage done to the work or property shall be repaired at the Contractor's expense. G:\PROJECTS\2011\11049cYATALPHATAXIWAYREHAB-COLUMBIA ASPHALT & GRAVEL, I NC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.docx 9-2 All operations of the Contractor in connection with the transportation, storage, and use of explosives shall ponform to all state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approval. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any The maximum explosive charge weights per delay included in the plan shall not be increased without the approval of the engineering. The Contractor shall keep a record of each blast fired -its date, time and location, the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 cm) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 in (150 mm). This area shall then be compacted as indicated in paragraph 2 6. When the height of fill is greater than 4 feet (120 cm), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans 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 in (200 mm) in loose depth for the full width of the cross section, unless otherwise approved by the Engineer The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water Sufficient equipment to furnish the required water shall be available at all times Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 cubic G\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.docx 9-3 yards of material placed per layer Basco on these tests. the Contractor shall make the necessary porreceions and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued t iti the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 1557.. Under all areas to be paved, the embankments shall be compacted to a depth of 6 in and to a density of not less than 95 percent of the maximum derts4 as determined by ASTM D 1557 -4 ..a4433 wI be req+rthOR-the- 4444:\ The4Ian 41*4414(4444444 •-13 15x ASTM -a-246-7. Compaction areas shall he kept separate and no layer shalt be covered b t another until the proper density is obtained During construction of the embankment. the Contractor shall route his/her equipment at all t ales, both when loaded and when empty over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will he broken up into small particles and become incorporated with the other material in Inc iayer In the Construction of embankments, layer placement shall begin in the deepest portion of the file as placement progresses, layers shall be constructed approximately parallel to the finished pave.merq grade line. When rock and other embankment material are excavated at approximately the same time, the rock snail be incorporated into the outer portion of the embankment arid the other material shall he incorporated under the future paved areas Stores or fragmentary rock larger than 4 ln (100 mm) in their greatest dimensions will not be allowed in the top 6 in (150 mm) of the subgrade Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass ROCK or boulders shall not he disposed of outside the excavation or embankment areas, except at places and in the mariner designated 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 ln layers riot exceeding 2 feet (60 cm) in thickness Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spells and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade Frozen material shall not be placed n the embankment nor shall embankment be placed upon frozen rnaterial. There will be no separate measurement of payment for compacted embankment, and all ncidentai to placing in layers, compacting, disking, watering, mixing sicoing. and other necessary operations 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 has been substantialy completed the full width shall be conditioned by removing any soft or other unstable material that will not compact properly The resulting areas and all other law areas, holes or depressions shall be brought to grade with suitable select material Scarifying, blading. ruling and other methods shall be penformec to provide a thoroughly compacted subgrade shaped to the hoes and grades shown on the plans A A. " A AXi*NAT .0%1.! A ASPHALT & GRAVEL INC \CHANGE ORDERS',Change Order 001\Change Order 1 - Attachment docx 9-4 Grading of the subgrade shall be performed so that it will drain readily The Contractor shall take all precautions necessary to protect the subgrade from damage He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved No payment will be made separately or directly for hauling on any part of the work. 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 16 ft (4.8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 in (12 mm), or shall not be more than 0.05 ft (0.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping; and recompacting by sprinkling and rolling. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 ft (0.03 m) 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 proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 250 feet of runway pavement or 100 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment. 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 as such under Item P-152 The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation " METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 For payment specified by the cubic yard (cubic meter), 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 meters). Final field cross sections shall be employed if the following changes have been made: G9PROJECTS12011\11049CYATALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.docx 9-5 a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 ft (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0 5 ft (0.15 meter) BASIS OF PAYMENT 152-4.1 For "Unclassified Excavation, Incl. Haul, P-152" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item Payment will be made under: Item P-152-4.1 Unclassified Excavation, Incl. Haul, P-152 -per cubic yard TESTING REQUIREMENTS ASTM D 698 ASTM D 1556 ASTM D 1557 ASTM D 2167 ASTM D 6938 Test for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 - pound (2.49 kg) Rammer and 12 in (305 mm) Drop Test for Density of Soil In Place by the Sand -Cone Method Test for Laboratory Compaction Characteristics of Soil Using Modified Effort Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method. In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods G:IPROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.docx 9-6 Item P-209 Crushed Aggregate Base Course DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregates 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 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls Fine aggregate passing the No 4 (4.75 mm) sieve shall consist of fines from the operation of crushing the coarse aggregate. 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 requirements for wear and soundness specified for coarse aggregate 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 (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29 The coarse aggregate portion, defined as the material retained on the No. 4 (4.75 mm) sieve and larger, shall contain no more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 4791 and shall have at least 100 percent by weight of particles with at least two fractured faces This material must exhibit a remolded soaked CBR minimum of 100 per ASTM D1883 The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131 The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88 The fraction passing the No 40 (0 42 mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318 The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. a. Sampling and Testing Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements Certified test results shall be less than 6 months old Samples of aggregates to check gradation shall be taken by the Engineer at least two per lot. The lot will be consistent with acceptable sampling for density The samples shall be taken from the in-place, compacted material. Sampling shall be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and ASTM C 117. G:\PROJECTS12011111049CVAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001 \Change Order 1 - Attachment.Docx b. Gradation Requirements The gradation (job mix) of the final mixture shaltall within the design range indicated in Table 1, when tested in accordance with ASTM C 117 and ASTM C 136. The final gradation shall be continuously well graded from coarse to fine and shalt not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material by weight of particles smaller than 0.02 mm shall be 3 percent when tested in accordance with ASTM D 422. Table 1 Requirements For Gradation Of Aggregate Sieve Size Design Range Percentage by Weight Job Mix Tolerance Percent 2 in (50 0 mm) 100 0 1-1/2 (37.0 mm) 95-100 +/- 5 1 in (25.0 mm) 70-95 +/- 8 3/4 in (19.0 mm) 55-85 +/- 8 No_ 4 (4.75 mm) 30-60 +/- 8 No 30 (0 60 mm) 12-30 +/- 5 No 200 (0 075 mm) 0-5 +/- 3 The job mix tolerances in Table 1 shalt be applied to the job mix gradation to establish a job control grading band The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. The fraction of the final mixture that passes the No 200 (0 075 mm) sieve shall not exceed 60 percent of the fraction passing the No 30 (0 60 mm) sieve CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING COURSE The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade 209-3.2 MIXING The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. - The maximum depth of a compacted layer shall be Sin (150 mm). If the total depth of the compacted material is more than 6 in (150 rim), it shall be constructed in two or more layers. In multi -layer construction, the base course shall be placed in approximately equal -depth layers The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer 209-3.4 COMPACTION Immediately upon ccmpletion of the spreading operations, the crushed aggregate shall be thoroughly compacted The number, type, and weight of rollers shall be sufficient to compact the material to the required density The moisture content of the material during placing operations shall not be below, nor more than 2 percentage points above, the optimum moisture content as determined by ASTM D 1557, 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 where it is not expected to exceed 2400 sq yd (2000 sq m). A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 sq yd (2000 and 4000 sq 4hai,r,H 3 ,FFifie.iECTS,?.), TA:. FAXiWA" A ASPHALT & GRAVEL. IND.CHANGE ORDERS'iChange Order OC ViChange Order 1 - Attachment.Docx Each lot shall be divided into two equal sublots One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665 Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the base course material delivered to the job site The specimens shall be compacted and tested in accordance with ASTM D 1557 The in-place field density shall be determined in accordance with ASTM D 1556 or D 2167 If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gauge in accordance with ASTM D 6938 The gauge should be field calibrated in accordance with Section 120 and ASTM standards Calibration tests shall be conducted on the first lot of material placed that meets the density requirements each cublot. If a nuclear gauge is used for density determination, averaged to represent each sublot. wo random tests shall be made and 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose In no case will the addition of thin layers of material be added to the top layer of base course to meet grade If the elevation of the top layer is 1/2 in (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at least 3 in (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled 209-3.7 SURFACE TOLERANCES The finished surface shall not vary more than 3/8 in (9 mm) when tested with a 16 ft (4.8 m) straightedge applied parallel with or at right angles to the centerline Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense 209-3.8 THICKNESS CONTROL The completed thickness of the base course shall be within 1/2 in (12 mm) of the design thickness Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665 Where the thickness is deficient by more than 1/2 in (12 mm), the Contractor shall correct such areas at no additional cost by excavating to the required depth and replacing with new material Additional test holes may be required to identify the limits of deficient areas 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that 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 to be paid for will be determined by measurement of the number of tons of material actually constructed and accepted by the Engineer as complying with the plans and specifications G:\PROJECTS\2011111049C YAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx I BASIS OF PAYMENT 20-5.1 Payment shall be made at the contract unit price per ton 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, P -209 -per ton TESTING REQUIREMENTS ASTM C 29 ASTM C 88 ASTM C 117 ASTM C 131 ASTM C 136 ASTM D 75 ASTM D 422 ASTM D 693 ASTM D 698 ASTM D 1556 ASTM D 1557 ASTM D 2167 ASTM D 2419 Unit Weight of Aggregate Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Materials Finer than 75 pm (No. 200) Sieve in Mineral Aggregates by Washing Resistance to Degradation of Small -Size Coarse Aggregate by abrasion and impact in the Los Angeles Machine Sieve Analysis of Fine and Coarse Aggregates Sampling Aggregate Particle Size Analysis of Soils Crushed Aggregate for Macadam Pavements Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5 -lb (2 49 -kg) Rammer and 12 in (305 mm) Drop Density of Soil in Place by the Sand -Cone Method Test for Laboratory Compaction Characteristics of Soil Using Modified Effort Density and Unit Weight of Soil in Place by the Rubber Balloon Method Sand Equivalent Value of Soils and Fine Aggregate ASTM D 6938 In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods ASTM D 3665 Random Sampling of Construction Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils I END OF ITEM P-209 G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx Item P-401 Plant Mix Bituminous Pavements DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without natural sand or other inert finely divided mineral aggregate. The portion of combined materials retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion of combined materials 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 adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 4.4 8 percent, or the magnesium sulfate soundness loss shall not exceed 43 10 percent, after five cycles, when tested in accordance with ASTM C 88 Clay lumps shall not exceed 0 3 percent by weight when tested in accordance with ASTM C-142. Aggregate shall contain at least 70 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces Fractured faces shall be obtained by crushing The aggregate shall not contain more than a total of 8 percent, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D 4791 with a value of 5.1. Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot (1.12 mg/cubic meter) when tested in accordance with ASTM C 29. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, 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 and shall contain no clay balls The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318 Clay lumps and friable particles shall not exceed 0 3 percent by weight when tested in accordance with ASTM C-142. Clay ironstone, claystone, mudstone, and siltstone shall not exceed 0 2 percent when tested per ASTM C-295. Clay ironstone is defined as an impure variety of iron carbonate, iron oxide, hydrous iron oxide, or combination thereof, commonly mixed with clay, silt, or sand Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15 percent natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318 The aggregate shall have sand equivalent values of 46 40 or greater when tested in accordance with ASTM D 2419 G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, I NC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 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 D 242. 401-2.3 BITUMINOUS MATERIAL. The bituminous material shall conform to the requirements of AASHTO M320 performance graded binder designation PG 70-28 A certificate of compliance must be included with the mix design submittal The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. 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) Aggregate Quality Tests. (4) Percent fractured faces. b. Fine Aggregate. (1) Liquid limit. (2) Plasticity index. (3) Sand equivalent. c. Mineral Filler. d. Bituminous Material. Test results for bituminous material 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 bituminous plant mix shall be composed of a mixture of well - graded aggregate, filler and anti -strip agent if required, and bituminous material. 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. No bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The bituminous mixture shall be designed using procedures contained in Chapter 5, Marshall Method of Mix Design, of the Asphalt Institute's Manual Series No 2 (MS - 2), Mix Design Methods for Asphalt Concrete, sixth edition. ASTM D 6926 and ASTM D 6927 shall be used. The manual hammer in ASTM D 6926 shall be used for the mix design procedure G\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 401-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: Stability = 270 lb Flow (0.01 in) = 1 5 in Air Voids = 0.65% If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow and air voids 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 D 4867, shall not be less than 75 Anti -stripping agent shall be added to the asphalt, as necessary, to produce a TSR of not less than 75. If an anti -strip agent is required, it will be provided by the Contractor at no additional cost to the Owner The job mix formula shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of paving operations and shall include 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, viscosity or penetration grade, and type of modifier if used. d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. f. Compaction temperature g. Temperature of mix when discharged from the mixer h. Temperature -viscosity relationship of the asphalt cement binder showing acceptable range of mixing and compaction temperatures. I. Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. 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 job mix formula was developed 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 job mix formula requirements specified in Tables 1, 2, and 3 G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB - COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx When the project requires asphalt mixtures of differing aggregate gradations, a separate job mix formula and the results of job mix formula verification testing must be submitted for each mix. The job mix formula 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 job mix formula must be submitted within 10 days and approved by the Engineer in writing before the new material is used. After the initial production job mix formula has been approved by the Engineer and a new or modified job mix formula is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified job mix formula 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 job mix formula. Table 1. Marshall Design Criteria Test Property Pavements Designed for Aircraft Gross Weights of 60,000 Lb or More or Tire Pressures of 100 PSI or More Number of blows 75 16% 15% Stability, pounds (Newtons) minimum 2150 (9564) 15%,14% Flow, 0.01 in. (0.25 mm) 10-16 44% 13% Air voids (%) 2 8 — 4.2 13% 12% Percent voids in mineral aggregate, minimum Table 2 See Table 2. Minimum Percent Voids In Mineral Aggregate Maximum Particle Size Minimum Voids in Mineral Aggregate 1/2 in 12.5 mm 16% 15% 3/4 in 19.0mm 15%,14% 1 in 25.0 mm 44% 13% 1 1/2 in 37.5 mm 13% 12% The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and C 117 The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3 except for the top three sieve sizes for each aggregate gradation product starting at the 100% passing band G\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB - COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx The maximum size aggregate user shall not be more than orie-haif of the thickness of the course being constructed except where otherwise shown on the plans or ordered by the Engineer Table 3 Aggregate - Bituminous Pavements Sieve Size r 1 in. (37 50 dim) 1 in. (25.0 rnm) Percentage by Weight Passing Sieve 100 ir ;19 0 rnm) in (12 5 rum) NI in. (9.5 mrni No 4 (4 75 mm) No 8 (2 36 imml No 16 (1 18 rnm) Nu 30 (0 60 mm) No 50 r 0 :30 mrril 100 (0 15 mm) No 200 375 mm). Asphalt Percent; _Stone oograve.i .5-744 • . 4-9-69 22 42 4.5-7.0 i 5-4)-7-6 The aggregate graciations shown am hosed on aggregates of uniform specific gravity 1 he percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No 2 (MS -2). Chapter 3 401-3.3 RECYCLED ASPHALT CONCRETE. Recy ed HMA sha consist of reclaimed asphalt pavernert (RAP)shad riot be permitted a'' this project 401-3.4 TEST SECTION Prior to full production. the Contractor shall prepare and place a quantity of bituminous mixture according to the job mix formula The amount of mixture shall be sufficient to construct a test section 300 long and 20 wide, placed in two lanes with a !ongitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents A ooltdito,i4ti-s-a-rttattoosft0 45,44144 -to jott3.-lea iJeteroF4-4 44:04..lit(4341 494 W4404;€'44•4-41-ar • 4-t0 less 40a -o40 4 - The underlying grade or oavemenr structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by trie 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 iii:rvaluatee for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5 1 and 401-6 3. The test section shall be divided into °goal sublots_ As a minimum file test section shall consist of 3 sublots The lest section shall he considered cc ,eptable if: 1) stability, flow, mat density: air voids, and joint density are 9C percent cy more within limits, 2) gradation and asphalt content are within the action limits specified in paragraphs 401-6 5a and 5b. and 3) the ‘)oids in the mineral aggregate are within the limits of Tabie 2 The test secti i snail be considered acceptable if the average mat density of the test section cores is greater than or equal to 98 percent and the average Joint density of the test section cores .s greater than or equal to 95 percent. If the initial test section sticeld prove to be unacceptable, the necessary adjustments to 'he job mix formula plant operation placing prok.eclures. and or rolling procedures shall he made The initial first test section shall be rerno‘wed at the Contractor s expense and a second test section shall then be placed if the second test section does riot meet speciTc.ittion regi,iirements, the section shall be removed at the Contractor s expense A-t.ty- aii4404.14oirto-4 • fe•co•ove4 Full production , I iS**, I 'WAY RER".i. LiNib!`k ASPHALT & GRAVEL, INC'CHANGE ORDERS)Change Order 001 \Change Order 1 Attachment Docx shall not begin until an acceptable section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 401-8 1 Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula 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 bitumen content determined in the same manner as for the original design 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 For large projects, the test section may be increased to 300 tons The smaller test sections may not be as representative of the plant production and paving operation 401-3.5 Job Mix Formula (JMF) Laboratory. The Contractor's laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666 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 CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Base Temperature Limitations Mat Thickness Base Temperature (Minimum) Deg. F Deg. C 3 in. (7 5 cm) or greater 40 4 Greater than 1 in (2.5 cm) but less than 3 in (7.5 cm) 45 7 1 in. (2.5 cm) or less 50 10 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes* Requirements for all plants include: (1) Truck Scales. The bituminous mixture 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, Section 90-01. In lieu of scales, and as approved by the Engineer, asphalt mixture weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total paving mixture Contractor must furnish calibration certification of the weighing system prior to mix production and as often thereafter as requested by the Engineer. (2) Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing. The Engineer will always have priority in the use of the laboratory The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall also meet the requirements of ASTM D 3666. G:\PROJECTs\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx The plant testing laboratory shall have a floor space area of not less than 150 sq ft, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70 °F +/- 5 °F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials 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 As a minimum, the plant testing laboratory shall have: a. Adequate artificial lighting b. Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. c. Fire extinguishers (2), Underwriter's Laboratories approved d. Work benches for testing, minimum 2-1/ feet by 10 feet. e. Desk with 2 chairs f. Sanitary facilities convenient to testing laboratory g. Exhaust fan to outside air, minimum 12 in blade diameter h. A direct telephone line and telephone including a FAX machine operating 24 hours per day, seven days per week i. File cabinet with lock for Engineer j. Sink with running water, attached drain board and drain capable of handling separate material k. Metal stand for holding washing sieves I. Two element hot plate or other comparable heating device, with dial type thermostatic controls for drying aggregates m. Mechanical shaker and appropriate sieves (listed in JMF, Table 3) meeting the requirements of ASTM E-11 for determining the gradation of coarse and fine aggregates in accordance with ASTM C 136 n. Marshall testing equipment meeting ASTM D 6926, ASTM D 6927, automatic compaction equipment capable of compacting three specimens at once and other apparatus as specified in ASTM C 127, D 2172, D 2726, and D 2041 o. Oven, thermostatically controlled, inside minimum 1 cubic foot p. Two volumetric specific gravity flasks, 500 cc q. Other necessary hand tools required for sampling and testing r. Library containing contract specifications, latest ASTM volumes 4 01, 4 02, 4.03 and 4 09, AASHTO standard specification parts I and II, and Asphalt Institute Publication MS -2. s. Equipment for Theoretical Specific Gravity testing including a 4,000 cc pycnometer, vacuum pump capable of maintaining 30 ml mercury pressure and a balance, 16-20 km with accuracy of 0.5 grams t. Extraction equipment, centrifuge and reflux types and Rotoflex equipment u. A masonry saw with diamond blade for trimming pavement cores and samples v. Telephone Approval of the plant and testing laboratory by the Engineer requires all facilities and equipment to be in good working order during production, sampling and testing Failure to provide the specified facilities shall be sufficient cause for disapproving bituminous plant operations The Owner shall have access to the lab and the plant whenever Contractor is in production (3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures G:\PROJECTS\2011\11049C YAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx (4) Storage Bins and Surge Bins. Use of surge and storage bins for temporary storage of hot biturnincus mixtures will he permitted as follows. a. The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 h01175 b. The bituminous mixture may be stored in insulated storage birs for a period of time not to exceed 24 hours. Tne bins shall he such that mix drawn from them meets the same requirements as mix loaded d. ec into trucks y if the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the mixture due to temporary storage, no temporary storage will be allowed 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean. and smooth metal beds To prevent the mixture from adhering to them, the truck oeds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material Petroleum products shall not he used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse. weather When necessary, to ensure that the mixture will he delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. '•• ; ;. ;• *3 ; •;* ;;* i** ;; .;;; *3, ••• 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shail be self-propelled with an activated heated screed capable of sp-eading and finishing courses of bituminous plant mix material that will meet the specified thickness, srnoothness, 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 mixture uniformly in front of the screed without segregation. The screed stia•I effectively produce a finished surface of the required evenness and texture without tearing, shoving or gouging the mixture The paver shall be equipped with an automatic control system capable of automatically maintaining the specified screed elevator The control system shall be automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line find/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain each side of the paver screed at the proper elevation to obtain the required surface The controls shall be capable of working in conjunction with any of the following attach a. Ski -type device of not less than 30 feet (9 14 m) in length. b. Taut stringline (wire) set to grade, c. Short ski or shoe d. Laser control If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas. or produces otner blemishes in the pavement that are not satisfactorily corrected by the scheduled operations the use of such equipment shall be discohtinued and satisfactory equipment snail Pe provided by the Contractor 401-4.5 ROLLERS. Re ers of the vibratory. steel wheel and pne.urnatie-tired type shall be lysed They shail be in good condition, capable of operating at slow speeds to avoid disp'acement of the bituminous mixture The number, type and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used Rollers that impair the stability of any layer cf a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at its own expense The use of equipment that causes crushing of the aggregate will not he permitted • ;PR...! I 13,4e,11. YAT ,1...I U i ii!! A ASPHALT & GRAVEL, lNCICHANGE ORDERS\Change Order 001 \Change Order 1 Attachment.Dccx a. Nuclear Densometer. The Contractor shall have on site a nuclear densometer 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 nuclear densometer and obtain accurate density readings for all new bituminous concrete 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 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature The temperature of the bituminous material 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), unless otherwise required by the manufacturer 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. 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 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. 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen 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 D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent 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 bituminous mixtures upon discharge shall not exceed 0.5 percent. A paved surface or sacrificial aggregate layer shall be provided as a foundation of each aggregate stockpile 401-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if shown on the plans 401-4.10 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the bituminous mixture, 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 bituminous mixture 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 mixture is uniform with minimum stopping and starting of the paver Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature For all runway, taxiway and apron pavements, Contractor shall use a stringline to place each lane of each lift of bituminous surface course. However, at the Contractor's option, Contractor shall use stringline for first lift of bituminous surface course and then survey the grade of that lift. Provided grades of that lift of bituminous surface course meet the tolerances of paragraphs 401-5 2b(6), then Contractor may place successive lifts of bituminous surface course using a long ski, or laser control per paragraph 401-4 4 However, Contractor shall survey each lift of bituminous 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 without a stringline If the grades of a G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB - COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx single lot do not meet the tolerances of 401-5.2b(6), then the Contractor shall use a stringline for each entire lift. Corrective action in paragraph 401-5.2b(6) applies to the final lift of surface course. The contractor shall use a material transfer vehicle to deliver mix to the paver when paving lanes are greater than 1,000 feet. Material transfer machines shall have sufficient capacity to handle enough bituminous material to allow the paver to obtain a uniform spreading operations The transfer machine shall remix the material Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot candles and maintained in the following areas (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. In addition, the Contractor shall furnish 4 portable floodlight units similar or equal to Genie TML 4000 or Wacker LT series. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non- payment bituminous concrete, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. The initial placement and compaction of the mixture 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 bituminous pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and painted with bituminous tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12 feet except where edge lanes require less width to complete the area Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 ft (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). G:\PROJECTS\2011\11049C VAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture 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 in deep The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted by power rollers The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 in, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device Any mixture that becomes loose and broken, mixed with dirt, contaminated, 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 401-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade The roller shall not pass over the unprotected end of the freshly laid mixture 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 given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal and transverse joints which are irregular, damaged, uncompacted, or otherwise defective oc , or whose surface temperature has cooled to less than 185 °F shall be cutback (3 to 6 -inches) to expose a clean, sound surface for the full depth of the course All contact surfaces shall be cleaned and dry prior and given a tack coat of bituminous material prior to placing any fresh mixture against the joint. The cost of this work and tack coat shall be considered incidental to the cost of the bituminous course. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The joint shall be clean and dry prior to applying the P-603 Tack Coat. 401-4.13 SKID RESISTANT SURFACES/SAW-CUT GROOVING. If shown on the plans, skid resistant surfaces for asphalt pavements shall be provided by construction of saw -cut grooves Saw -cut grooves must meet the requirements of Item P-621 MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring and profilograph testing as required in this section shall be completed and paid for by the Contractor Testing organizations performing these tests except profilograph shall meet the requirements of ASTM D 3666 Field or permanent laboratories performing the testing at the project or plant site will be considered to G\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx The laboratory accreditation rmist 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. Plant -Produced Material. Plant -produced material shall be tested for stability, flow, and air voids 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 D 979 A lot will consist of: One day or shift's production not to exceed 2000 tons 11,814 t) or half day or shift's production where a day's production is expected to consist of between 2,000 and 4,000 tons (1, 814 t and 3,628 t) it P7; Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. (1) Sampling Each lot will consist of four equal sublots Sufficient material 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 0 3665. Samples will he taken in accordance with ASTM D 979. One set of laboratory compacted specimens will be prepared for each sublet ;n accordance with ASTM 6926, at the number of blows required by paragraph 401-3 2 Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The manual hammer in ASTM 06926 shall be used Mechanical hammers may be used if they are calibrated to the same manual hammer density by varying the number of blows and for each specific mix (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 6927 Air voids wilt be determined by the Engineer in accordance with ASTM D 3203 Prior to testing the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory -prepared thoroughly dry specimens, or ASTM D 1188. whichever is applicable, 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 0 2041 Type C D or E container The value used in the air voids computation for each sublet shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shad be computed by averaging the results of all test specimens representing that sublet. Voids in Mineral Aggregate (VMA) will be calculated one rime for each sublot. The bulk specific gravity for the aggregate can be used unless more current test data is available. The results will be used for quality control (3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b b. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 401-5.1a and shall be divided into four equal sublots. One core of finishee, compacted materials shall be taken by the Contractor from each sublot. Core iocations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Cores shall not be taken closer than 1 ft from a transverse or longitudinal joint. :,...PRO.IFIC I AXIVillY FiLHAR - ASPHALT & GRAVEL, INCICHANGE ORDERS\Change Order 001‘.Change Order 1 - Attachment.Docx (2) Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of material as defined in paragraph 401-5 1a. The lot shall be divided into four equal sublots One core of finished, compacted materials 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 D 3665. All coring shall be centered on the joint. The minimum core diameter for joint density determination shall be 5 in (3) Sampling. Samples shall be neatly cut with a core drill The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge The minimum diameter of the sample shall be 5 in. 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 a manner acceptable to the Engineer and within one day after sampling. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or ASTM D 1188, whichever is applicable The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots (5) Acceptance. Acceptance of field placed material 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 in accordance with the requirements of paragraph 401-5.2b(3) c. Partial Lots - Plant -Produced Material. 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. d. Partial Lots - Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3 401-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor Quality Control Program and test results' (1) Stability (2) Flow (3) Air voids (4) Mat density (5) Joint density (6) Thickness (7) Smoothness (8) Grade (9) VMA G:\PROJECTS\2011\11049C YAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment Docx Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401- 5.2b(1) Stability and flow will be evaluated for acceptance in accordance with paragraph 401- 5.2b(2) Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401- 5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401- 5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(6). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture 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 percent, 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 material for stability and flow shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action If the PWL is below 80 percent, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the mix are made. (3) Joint Density. Acceptance of each lot of plant produced material for joint density shall be based on the percentage of material within specification limits (PWL) If the PWL of the lot is equal to or exceeds 90 percent, the lot shall be considered acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80 percent, the Contractor shall cease operations and until the reason for poor compaction has been determined If the PWL is less than 71 percent, the pay factor for the lot used to complete the joint shall be reduced by 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 in less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (5) Smoothness. The final surface shall be free from roller marks The finished surfaces of each course of the pavement, except the finished surface of the final course, shall not vary more than 3/ in when evaluated with a 16 ft straightedge. The finished surface of the final course of pavement shall not vary more than 1/4 in when evaluated with a 16 ft straightedge The lot size shall be 2,000 square yards (sq m). Smoothness measurements shall be made at 50 ft intervals and as determined by the Engineer. In the longitudinal direction, a smoothness reading shall be made at the center of each paving lane. In the transverse direction, smoothness readings shall be made continuously across the full width of the pavement. However, transverse smoothness readings shall not be made across designed grade changes. At warped transition areas, straightedge position shall be adjusted to measure surface smoothness and not design grade transitions. When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, I NC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx material. Skin patching shall riot be permitted Isolated hiyh points may be qrour'd off providing the cuvrue thickness c;omp|iex wir.h the thickness specified on the plans High point grinding will be lvni|ed to 15 sq yd Areas in excess of 15 sq yd will ,,quire removal and replacement nf the pavement 'i accordance v th toe limitations noted above (a) Profilograph. The Contractor shall furnish a 25 ft wheel base California type profilograph and competent operator to measure pavement surface deviations The profilograph shall be operated in accordance with the manufacturer's instructions and at a speed no greater than 3 mph. Original profilograms for the appropriate locations interpreted in accordance with ASTM E 1274 shall be furnished to the Engineer. The profilograms shall be recorded on a scale of 1 inch equal to 25 feet longitudinally and 1 inch equal to 1 inch (or full scale) vertically. Profilographs shall be calibrated prior to The surface of the runway and/or taxiway pavements of continuous placement of 50 feet or more shall be tested and evaluated as described herein. One pass along the centerline shall be required for each paving lane. Runs shall be continuous through a day's production. Each trace shall be completely labeled to show paving lane and The Contractor shall furnish pawing equipment and employ methods that produce a riding surface for each section of pavement having an average profile index meeting the requirements of Table 7 A typical section will be considered to be the width of the paving lane and 1/10 of a mile long. The profile index will be determined in accordance with ASTM E 1274. A blanking band of 0.2 in shall be used. Within each 1/10 mile section, all areas represented by high points having a deviation in excess of 0.4 inches in 25 feet or less shall be removed by the Contractor using an approved method After removing all individual deviations in excess of 0.4 inches, additional corrective work shall be performed if necessary to achieve the required ride quality. All corrective work shall be completed prior to determination of pavement thickness. On pavement sections where corrections were neceosary, second profilograph runs shall be performed to verify that the corrections have produced an average profile index of 15 in per mile or less If the initial average profile index was less than 15, only those areas representing greater than 04 inch deviation will be re -profiled for correction verification. Individual sections shorter than 50 feet and the last 15 feet of any section where the Contractor is not responsible for the adjoining section shall be straightedged in accordance with paragraph 401-5i@b(5). �theie 16 ayection of 250- eM tor the seetion &hall be included in eve-loatioh-of-the-p-revieos- . If there is an independently placed section of 50 to 250 feet in |en0th, a profi|ogram shall be made for that section and the pay adjustment factors for short section of Table 7 shall apply. All costs necessary to provide the profilograph and related to furnishing the appropriate profilograms as required in this provision are incidental to pavement construction and no drect compensation will be made therefore. (6) Grade. Thehnshen uurfacecf the pavnmen!shni|riot vary from regrad,|ine elevations arid Gross su' airs shown o" the p arms by niue than in(1Z70,rm) Toe fir sh'1 gra1n of cac lot be determined by ilinning levels at intervals of 5,1) feet (15.2 7'1 or less longitddinally anc al1bteaks in grade transversely Out •o exceed 5G feet) !o determine i$a elevation o/*c completed pavement The Contractor shall pay the cost of surveying of the level runs that shall be perfnr'ned Dy a |icensed surveyor The, documentation, stamped and xgoedbyulicensed surveyor snaIl be provided by the Conmtraclor to the Eng'nee' The lot size Shrit he 3.000 square yards (squnr:meters) When mere than 1.5 percent o/ail the measurements within a h(are o�udoU/espocificutmarance,orJocyonxsho|wiih/niho|ot deviates i1!1,mormore from planned ryace the .. `.+`` �,^.��°,` ` .w^ASPHALT &GRAVEL_ |NC>CHANGEORDFRSvChange Dr~orO01vChnngeOrder 1 Attachment Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material Skin patching shall not be permitted. Isolated high points may be ground off providing 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 in wide. The peaks and ridges shall be approximately 1/32 in higher than the bottom of the grooves. The pavement shall be left in a clean condition The removal of all of the slurry resulting from the grinding operation shall be continuous The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 sq yd. Areas in excess of 15 sq yd will require removal and replacement of the pavement in accordance with the limitations noted above. c. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (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 d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values Table 5 Marshall Acceptance Limits For Stability, Flow, Air Voids, Density TEST PROPERTY Pavements Designed for Aircraft Gross Weights of 60,000 Lb or More or Tire Pressures of 100 PSI or More Number of Blows 75 blows Specification Tolerance Limits L U Stability, minimum (pounds) 1800 -- Flow, 0.01 -inch 8 16 18 Air Voids Total Mix (%) 2 5 Surface Course Mat Density (%) 96 3 -- Base Course Mat Density (%) 95.5 -- Joint density (%) 93 3 -- Upper flow limit requirements do not apply for any mix with a polymer -modified binder (where the difference between the upper and lower temperature number is 90 degrees or greater) 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 percent 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 percent 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 percent with 2 1% or less variability. 401-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5 1 b and 401-5.2b(1). Only one resampling per lot will be permitted. G:\PROJECTS\2011\11049C VAT ALPHA TAXIWAY REHAB - COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx (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 E 178, at a significance level of 5 percent. 401-5.4 LEVELING COURSE. Any course used for truing and leveling shall meet the requirements of paragraph 401-3.2, 401-5.2b(1) for air voids and 401-5.2b(2), but shall not be subject to the density requirements of paragraph 401-5.2b(1) for mat density and 401-5.2b(3). The leveling course shall be compacted with the same effort used to achieve density of the test section The truing and leveling course shall not exceed a nominal thickness of 1-1/ in (37 5 mm). The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions The program shall address all elements that affect the quality of the pavement including, but not limited to - a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints 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 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory meeting the requirements of paragraph 401-3 5 and 101 4.23(2) located at the plant or job site The Contractor shall provide the Engineer with certification stating that all of the testing equipment to be used is properly calibrated and will meet the specifications applicable for the specified test procedures. 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 tests shall be performed per lot in accordance with ASTM D 6307. G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx -P44/34 -6.0e4@•1404 -a&4 tt-e otAainoi of-tikie f44-44uire, T1;14: asphialt-Gantent--for—the-lo4 It The ,Fie of the 461.61.4.4F 4)003014 faf f4e4errhiaing-aisatia4 €44411 ,{4444.1. he. 1-4 +is -caliafaied for the oesi44e the ealckAation of the h aaiver-iati-4-Th.e. b. Gradation, Gradation, Aggregate gradations shall he determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance wilt) ASTM 0 5444 and ASTM C 136 (dry sieve). When asphalt content is determined by the ruclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from the cold feed on drum mix or continuous mix plants. and tested in accordance with ASTM C 136 (dry sieve) using actual Laic 1 weights to determine the combined aggregate gradation of the mixture, c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum o once per lot in accordance with ASTM C 566 d. Moisture Content of Mixture. The moi<. in accordance with ASTM 0 1461 t of the mixture shall be deteree once per iot e. Temperatures. Temperatures shall be checked at least four times per lot. at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture at tie plant, and the mixture at tie job site f. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being acnieved A nuciear gauge may be used to monitor the pavement density in accordance with ASTM 0 2950 g. Additional Testing. Any iiliciditional testing that the Contractor deems necessary to control the process may be performed -it the Contractor's option h. Monitoring. The Engineer reserves tree right to m nitor any or all of the above resting 401-6.4 SAMPLING. When directed by the Engineer, the Contractor she sample and test any material that appears inconsistent with similar material being Sarnpled, unless such mater.a. is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall he in iiiiccordance with standard procedures specified 401-6.5 CONTROL CHARTS. The -Gertfresler- •shaii••••h4aintaia-i-linea-r--44•01.44ol---G4iaft- both Ion •• meas. dation-4F1.4phU aahlieat • ; i• COH4H t : .. • . ' 4 Ef.144i4V0.9i...4R.4..6*fli-'0...t.W..kepl c FriiRio'R4FR-, the br the co,ltrast-i4e444-httrheat the ti.-.tst oislibErr, itiarA test parameter. the AO ih-r1+and Sospitiasiiion +fl4f,430 ..4c eiacti loci pafei•Pie4,e,-ehd4t44: Gacitar-s-4es4 -G044V;,3610E-Frhall-i,rst3417te+:,colfo4++;):44(-1-6,-46...par-l- of 4.prortie.kio.:4••cootral-sts-itie-;44-f•.F-ider414-ftiniq-ooliefitisial -ani€4 a:4si9 • to 4 if the-- : . .w4,--p•R : - : ••-1ele-du-nr9--pitArkol-4o1i a-probli-Na•anc.1-44:4:-Cori• ... E-'al-isfac,19Fy-eaFrectivie-aGli•ohi-4-be-Phtli-neeF•sisesiper.0 pir.,4466C:44-t?I' i3CrGQ.0144G4-01-444 materiel a. Individual Measurements. Control charts for individual measurements shall be established Ic maintain process control within tolerance for aggregate gradation, and -asphalt content, i i • ,' •-•ii 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 I Control Chart Limits For Individual Measurements ....___ i Sieve lAction Limit Suspension Limit i Suspension 1 in or -4-44-in ii 0% i 0% ..1 *-t*--A A4../...,\ Y intt..t—•,.ri t t.'1! VO*A ASPHALT & GRAVEL, INC)CHANGE- ORDERSIChange Order 001 \Change Order 1 - Attachment Docx 3/4 in 6% 44-°, 9% 1/2 in (12.5 mm) 1/2 in (12 5 mm) +/-6% +/-9% % in (9 5 mm) +/-6% +1-9% No. 4 (4.75 mm) +/-6% +/-9% No. 16 (1 18 mm) +/-5% +/-7 5% No. 50 (0 30 mm) +/-3% +/-4.5% No. 200 (0 075 mm) +/-2% +/-3% Asphalt Content +/-0.45% +/-0 70% VMA -1.00% -1 50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below The range shall be computed for each lot as the difference between the two test results for each control parameter The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1 18 for n = 3 and by 1.27 for n = 4 Control Chart Limits Based On Range (Based On n = 2) Sieve Suspension Limit 1/2 in (12.5 mm) 11 percent % in (9 5 mm) 11 percent No 4 (4 75 mm) 11 percent No 16 (1.18 mm) 9 percent No. 50 (0.30 mm) 6 percent No. 200 (0 075 mm) 3.5 percent Asphalt Content 0 8 percent 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 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of bituminous mixture 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. Payment for a lot of bituminous concrete pavement meeting all acceptance criteria as specified in Paragraph 401-5.2 shall be made based on results of tests for smoothness, mat density and air voids Payment for acceptable lots shall be adjusted according to paragraph 401-8.1a for mat density and air voids and 401-8 lc for smoothness, subject to the limitation that: 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 bituminous mixture used in the accepted work (See Note 1 under Table 6) 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 G:\PROJECTS\2011\11049C YAT ALPHA TAXIWAY REHAB - COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx a. 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 percent 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 percent 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 percent. 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 1.4PWL-12 Below 55 Reject 2 1 Although it is theoretically possible to achieve a pay factor of 106 percent for each lot, actual payment above 100 percent 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 percent of the contract unit price and the total project payment 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 401-8.1 Payment in excess of 100 percent for accepted lots of bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. If a profilograph is used, add the following paragraphs and change existing paragraph 401-8.1 b to 401-8.1d (The pay adjustment in Table 7 is optional to the Owner and Engineer when using the profilograph) b. Profilograph Smoothness. When the final average profile index (subsequent to any required corrective action) does not exceed 7 in per mile, payment will be made for that section at the contract unit price for the completed pavement. If the final average profile index (subsequent to any required corrective action) exceeds 7 in per mile, but does not exceed 15 in per mile, the Contractor may elect to accept a contract unit price adjustment in lieu of reducing the profile index. c. 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 asphalt concrete 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. Average Profile Index Smoothness Pay Factor (Inches per mile per 1/10 mile) Short Sections Pay Factor 000-7 00.0-15.0 100% 7.1-9 15.1-16 98% 9.1-11 16.1-17 96% 11.1-13 17.1-18 94% 13.1-14 18.1-20 92% 141-15 20.1-22 90% G:\PROJECTS\2011111049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx (Inches per mile per 1/10 mile) Short Sections Pay Factor 151 & up 22.1& 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 shall not be less than twice the size of the maximum size aggregate 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 Unit bid price adjustment will apply to total bituminous mixture and asphalt cement quantities within the 1/10 mile segment of pavement. Deductions will be applied to recorded project quantities. Any pavement section less than 1/10 mile will be accepted on a pro -rated basis. Material used in building the pavement above the specified grade shall not be included in the quantities for payment. b. Payment. Payment will be made under Item P-401-8 1a Bituminous Surface Course, P -401 -per ton (kg) TESTING REQUIREMENTS ASTM C 29 ASTM C 88 ASTM C 117 ASTM C 127 ASTM C 131 ASTM C 136 ASTM C 183 ASTM C 566 ASTM D 75 ASTM D 979 ASTM D 995 ASTM D 1073 ASTM D 1188 ASTM D 1461 ASTM D 2041 ASTM D 2172 ASTM D 2419 ASTM D 2489 ASTM D 2726 ASTM D 2950 ASTM D 3203 ASTM D 3665 ASTM D 3666 ASTM D'1125 ASTM D 4318 ASTM D 4791 ASTM D 4867 ASTM D 5444 ASTM D 6307 ASTM D 6926 ASTM D 6927 ASTM E11 ASTM E 178 Bulk Density ("Unit Weight") and Voids in Aggregate Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Materials Finer than 75 pm (No. 200) Sieve in Mineral Aggregates by Washing Specific Gravity and Absorption of Coarse Aggregate Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Sieve Analysis of Fine and Coarse Aggregates Sampling and the Amount of Testing of Hydraulic Cement Total Evaporable Moisture Content of Aggregate by Drying Sampling Aggregates Sampling Bituminous Paving Mixtures Mixing Plants for Hot -Mixed Hot -Laid Bituminous Paving Mixtures Fine Aggregate for Bituminous Paving Mixtures Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin - Coated Specimens Moisture or Volatile Distillates in Bituminous Paving Mixtures Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures Sand Equivalent Value of Soils and Fine Aggregate Estimating Degree of Particle Coating of Bituminous -Aggregate Mixtures Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures Density of Bituminous Concrete in Place by Nuclear Methods Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures Random Sampling of Construction Materials Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials Liquid Limit, Plastic Limit, and Plasticity Index of Soils Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate Effect of Moisture on Asphalt Concrete Paving Mixtures Mechanical Size Analysis of Extracted Aggregate Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method Preparation of Bituminous Specimens Using MARSHALL Apparatus MARSHALL Stability and Flow of Bituminous Mixtures Wire -Cloth Sieves for Testing Purposes Dealing with Outlying Observations G:\PROJECTS12011\11049C YAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx ASTM E 1274 AASHTO T 30 AASHTO T 110 The Asphalt Institute's Manual No. 2 (MS -2) Measuring Pavement Roughness Using a Profilograph Mechanical Analysis of Extracted Aggregate Moisture or Volatile Distillates in Bituminous Paving Mixtures Mix Design Methods for Asphalt Concrete MATERIAL REQUIREMENTS ASTM D 242 ASTM D 946 ASTM D 3381 ASTM D 4552 AASHTO M320 Mineral Filler for Bituminous Paving Mixtures Penetration Graded Asphalt Cement for Use in Pavement Construction Viscosity -Graded Asphalt Cement for Use in Pavement Construction Classifying Hot -Mix Recycling Agents Performance Graded Asphalt Binder END OF ITEM P-401 G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order I - Attachment.Docx Item P-602 Bituminous Prime Coat DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application temperatures for the bituminous materials are given in Table 1. The Engineer shall designate the specific material to be used Table 1 Bituminous Material Type and Specification Application Temperatures' Grade Deg. F J Deg. C Emulsified Asphalt CSS -1 ASTM D 2397 70-160 20-70 CMS -2 ASTM D 2397 70-160 20-70 Cutback Asphalt RC -70 ASTM D 2028 120+ 50+ 1 The maximum temperature for cutback asphalt shall be that at which fogging occurs CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60 °F (15 °C), and when the weather is not foggy or rainy The temperature requirements may be waived, but only when so directed by the Engineer 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically If the distributor is not equipped with an operable quick shut off valve, the prime operations shall be started and stopped on building power 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 blower shall be provided for any required cleaning of the surface to be treated. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture The type of bituminous material and application rate shall be approved by the Engineer prior to application G:\PROJECTS\2011111049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx Following the application, the primed surface shall be aliowed to dry not less than 48 hours without being drsturbed or for such additional time as may he necessary to permit the drying out of the porne coat until!! will not he picked up by traffic or equipment. This period shall be determined by he Engineer The surface shall then he maintained by Ine Contractor until the surfacing has been placed Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sard necessary to blot up excess bituminous material 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Sa pies of the bituminous materials that the Contractor proposes to use, together with a statement as to their source arid character, must be submitted and approved before use of such material begins The Contractor shall require the manufacturer or piadocer of the bituminous materials to furnish material sii...bject. to this and all other pertinent requirements of the contract. Orly satisfactory mater als so derr ions.rated by service tests, that! be acceptable •iilibe-Corkirodtor: c.haltifuorthishiiivonktOrs erf**4i-4-Pe4 repotts lot ea-brt ; f*Ii:itex-4 64: to ttte—w-bleo-T-41e-tost Irs na4looritaih ait the data requiorso0- ificatkeko. 14 the Coitiip,s -the--ertroe- • - 40-4- toe, !-p3-tor43-s44344-be-w444 043t dons -Po; f)4€7 )ooloo-arti al the dontra!,7;tcx-S--oxpeose: Tibei-repoirtiis-ha-14---be-4e4tveferil--to-t4e---EF • !lila-piled- for ose of z 1-a-1--4-14te-to4.-441;t1h-g-of the 4-0P4o!''s -e€41i-fi! ,41a -1l oot be i-ntetipr-etedA.& baki...te- tot -f+Pal-a-c;oeptia-ode. At; roplegol-rnateriatsiifedeiVed for the-btu:11;:A ***.i **** ; •***, **. * ;C...., r /**/ •;* ; f*: 3;.* ***4 t• .0; 4 • *.i.; ****• :• * 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate Is allowed, the Contractor shali tile with the Engineer receipted bills when railroad shipments are made and certified weigh bills when materials are received In any other manner, of the bituminous materials actually used in the construction covered by the contract The Contractor shall rlat remove bituminous material From the tank car or storage tank until the initial outage arid temperature measurements have been taken by the Engineer, nor shall the car or tank be eleased until the final outage has been taken by the Engineer Copies of freight biils and weigh bitis shal be furnished to the Engineer during ttie progress of tne work. METHOD OF MEASUREMENT 602-4.1 No specific unit of measurerrieni shall be made for t3iturninous material for prime coat. BASIS OF PAYMENT 602-5.1 Payments for Bituminous Prime Coat shalt be .ncluded in the various contract unit prices in rhe bid proposal and no separate payment will be made TESTING REQUIREMENTS ASTM D 1250 Asphalt Institute Manual MS -6 Table IV -3 MATERIAL REQUIREMENTS ASTM 0 977 ASTM 0 2028 ASTM C 2397 Petroleum Measurement Tables Asphalt Pocketbook of Useful Information (Temperature -Volume Corrections for E'iru sified Asphalts) Emulsified Asphalt Cutback Asphalt (Rapid Coring Type) Cationic Emulsified Asphalt END OF ITEM P-602 I I A/Y04. !*'*,A(I. X; ASPHALT & GRAVEL. INC)CHANGE OfiDERS\Change Order 001\ Change Order 1 - Attachment.Docx Item P-603 Bituminous Tack Coat DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous 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 either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1 The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer Table 1 Bituminous Material Type and Grade Specification Application Temperature Deg. F Deg. C Emulsified Asphalt CSS -1 ASTM D 2397 75-130 25-55 Cutback Asphalt RC -70 ASTM D 2028 120-160 50-70 Tar RTCB 5, RTCB 6 AASHTO M 52 60-120 15-50 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 above 60°F (15°C) The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically If the distributor is not equipped with an operable quick shut off 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 blower shall be provided for any required cleaning of the surface to be treated. 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 airblast 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 any of the overlying mixture is placed on the tacked surface G\PROJECTS12011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001 \Change Order 1 - Attachment.Docx The bituminous inoi material including vehiiitle or solvent shall be uniformly applied with a bituminous distributor at Vile rate of 0.05 to 0.15 gallons per square yard (0.24 to 0 72 liters per square meter) depending en the condition of the existing surface The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the. application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. MIS period shall be determined by the. Engineer The surface shall then he maintained by the Contractor until the next course has been placed Suitable precautions shall be taken by the Contractor to orctecl the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material :hat the Contractor proposes to use together with a statement as to its source and character, must be submitted and approved before use of such material begins The Contractor shall require the manufacturer or producer Of the bituminous material to furnish material subject to this and all other pertinent reetiirements of the contract. Only satisfactory maleriais so demonstrated by service tests shall be acceptable The C;aint;act,tor shalt 4.3ro4sla the ii-ehOG-r's-chrt-iii.eci test -r •ii-t4-e+.44.ia-le+. 4:4- -134-e-h.t+r+o.e.6 hiaterii.a-k...-5 • 5p.e.(tetif:iation 4 itle hvater. 4a4-0h444—th-feee.i.. * • • • .....-petfheht lef-4•e-fmatie4.48! s•laal-1444-wi-telkli••until••••th•e-y•••afe-iiiik;e4velt•• at...the..41"-ohtreoloc...5 expense.. The ri•POrl Shall -he delt.vered In the Engtheer...b.efo-re..pefhl-i*Ai,ii:_iii+.4.5..g*aii4i.o...tof wee the hoit trve repcgt€, .Fpi-1411 tx* 44—.434 try -4+t49 *th4ve6..4)f • 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall ' p with the Engineer receipted bills when railroad shipments are made and certified weigh hills when materials arc received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not rernc.)ve bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer nor shall the car or lank be released until the final outage has been taken by the Engineer Copies of freight bills and weigh bills shall he furnished to the Engineer during the progress of the work METHOD OF MEASUREMENT 603-4.1 No separate rociasurernent of bilurnirions tack coat shall be made BASIS OF PAYMENT 603.5-1 Na separate payment for bituminous tack coat shall be made and all costs associated with this work will be considered incidental to the other bid items at this Contract. MATERIAL REQUIREMENTS ASTM 0 633 ASTM D 977 1 --ASTM D 1250 ASTM D 2028 ASTM D 2397 Volume Correction Table for Road Tar Emulsified Asphalt Petroleum Measurement Tables Cutback Asphalt (Rapid -Curing Type). Cationic Emulsified Asphalt Asphalt Institute Asphalt Pocketbook of Useful Information (T imuperature-\Jolu, Manual MS -6 Corrections for Emulsified Asphalts) Table IV -3 ASPHALT & GRAVEL, !NC \CHANGE ORDERS\Chantge Order 001 \Change Order 1 - Attachment Dock END OF ITEM P-603 G:\PROJECTS\2011\11049C YAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx Item P-620 Runway and Taxiway Painting DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements The reports can be used for material acceptance or the Engineer may perform verification testing The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne for temporary painting and solvent -base for permanent painting in accordance with the requirements of paragraph 620-2.2a and 620-2.2b. Paint shall be furnished in White — 37925, Red - 31136, Yellow — 33538, and Black — 37038 in accordance with Federal Standard No 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT -P -1952E, Type II b. SOLVENT -BASE. Paint shall meet the requirements of Federal Specification A -A -2886A Type II. Waterborne or solvent base black paint will be used to outline a border 6 -inches wide around markings. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for TT -B -1325D, Type I, Gradation A and TRT -B -1325D, Type III. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type III White X Yellow X Red X Pink X Black None None 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. Markings shall not be applied when the pavement temperature is greater than 120°F. 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 dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the G:\PROJECTS12011\11049CYAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx Engineer 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. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. All permanent markings will receive glass beads 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 spacing shall be within the following tolerances Dimension and Spacing Tolerance 36 -Inches (910 mm) or less ±1/2 inch (12 mm) greater than 36 -Inches 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 -Inches (51 mm) greater than 60 feet (18.3 m) ± 3 -Inches (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1 The addition of thinner will not be permitted A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Type Paint Square feet per gallon, ft2/gal (sq ms per liter, m2/I) Glass Beads, Type I Gradation A Pounds per gallon of paint-lb./gal (Km per liter of paint-kg/I) Glass Beads, Type III Pounds per gallon of paint-lb./gal (Km per liter of paint-kg/I) Waterborne 115 ft2/gal. max. 7 Ib/gal min 10 Ib/gal min Solvent 115 ft2/gal. max. 7 lb/gal min. 10 lb/gal min Temporary markings shall be required before paving operations are complete Paint for temporary markings shall be applied at 52% or 60 ft2/gal No glass beads are required for temporary markings 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. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made All emptied containers shall be returned to the paint storage area for checking by the Engineer The containers shall not be removed from the airport or destroyed until authorized by the Engineer 620-3.6 APPLICATION --PREFORM ED AIRPORT PAVEMENT MARKINGS. 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 ft (4 88 m) and a free span between supporting wheels of no less than 18 ft (5.49 m) The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 in (5 08 cm) wide linear segments in the direction of heater travel must be within 5 percent 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-VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement shortly before the markings are applied The supplier must enclose application instructions with each box/package G.\PROJECTS\2011\11049CYATALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected ft om 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, performed in accordance with the specifications and accepted by the Engineer. Glass beads are considered a part of Runway and Taxiway painting BASIS OF PAYMENT 620.5.1 Payment for "Temporary Painting, P-620 (1 Coat)", per square foot shall be full compensation for furnishing all materials, labor, equipment and tools necessary to complete this item as shown on the Plans and as specified herein. 620.5.2 Payment for "Permanent Painting, P-620 (2 Coats)", per square foot shall be full compensation for furnishing all materials, labor, equipment, and tools necessary to complete this item as shown on the Plans and as specified herein, including glass beads 620.5.3 Payment for "Permanent Painting, P-620 (1 Coat Black)", per square foot shall be full compensation for furnishing all materials, labor, equipment and tools necessary to complete this item as shown on the Plans and as specified herein 620.5.4 There shall be no specific payment for removal of existing paint or placement of glass beads These items shall be incidental to other items of work. TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No -Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1213-54(1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water -Exposure Apparatus (Fluorescent Light Apparatus UV -Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection Standard No 141D/GEN Sampling and Testing G:\ PROJECTS \2011111049C VAT ALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal Regulations 40 CFR Part 60, Appendix A — Definition of Traverse Point Number and Location Code of Federal Regulations 29 CFR Part 1910 1200 — Hazard Communications FED SPEC TT -B -1325D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT -P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description (CID) A -A -2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement END OF ITEM P-620 G:IPROJECTS12011\11049CYATALPHA TAXIWAY REHAB -COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx G:\PROJECTS\2011\11049CYAT ALPHA TAXIWAY REHAB-COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\Change Order 001\Change Order 1 - Attachment.Docx ... EriginHLA TRANSMITTAL Phone: 509-966-70001 FAX: 509-965-3800 2803 River Road, Yakima, WA 98902 Date: June 3, 2016 To: City of Yakima - Yakima Air Terminal 2406 W Washington Avenue, Suite B Yakima, WA 98903 From: Caroline Fitzsimmons Re: City of Yakima Yakima Air Terminal ALPHA TAXIWAY REHABILITATION Project No. 11049 Attention: Mr. Robert Peterson We are sending you the attached following Items: One (1) Original, Executed Change Order No. 2 Comment Attached, please find executed Change Order No 2 for your records and retention Thank you. Copy to: Signed: (--.21"-' 4741-44. ,,„0,1x iAi.w.',A/WAY u.... caaev. Asn Art. GRAS, aC,cwwr oaorasva.e. oro. wTm.emm Aan.Al e.c•: kPORI LOCA1 (0. CON FR Sri CHANGE ORDER '.U. or SUPPLEMENTAL ACRF.ENF,\l bfr Yakima Mr Terminal Cob/FRAC! OR Cnlumhra Asphalt 0 Gravel. Me. Page t ,t!3 page, DA'T'E 3/25116 MP PROJECT NO. 3-53-11089-33/36/37 You a.re requested to perform the following described work upon receipt of an approved copy or this document oras directed by the engineer: Item No Doeripnon lint Ilett Prke Quantity Amount 2 I Additional vmandis e) Linemsv0ed Escavatian Inc I laui, P 152, in Areas User Optimum Moisture ev 21 ox I 00 5284.580.00 _ Geote.tite Fahri. SY 1I10 40,500 P01.00000 _-3 foundation Rock 'i ON 3100 25.1100 1815,000.00 Cost for Additional Depth of Excavation and Conduit Modifications fur Foundation hock LF i 20 11150 112;100 00 2-5 Moisture Investigation for Sub nide Conditions LS 5,(125 001 15,025.00 State Sales las :i x 20"., $1111,516 31 Subtotal Change Order No 2 11330,521 41 Additional Bond (.58o $20,092.02 'Fold Ch.unF Order No 2 51.359.614 23 This Change Order Total 51359,614.23 Prestour Change Order(.) Total $0.00 Res iced Contract Total $9.209.014.12 The utile pros Wed de completion In the contract is (unchanged) (deernax41}Hneeaa'o d{ by working days This document shall heconm an amendment to the contract and all pror icons of the contract w ill apply Changes are ;hos n on Drawing(,;) No. dated , three copies attached Recnmmeoded br• Date A Peror eel It,- Accepted y-A repted b.: Concurred hr. tpprur ed hr, Cont _.. .. .._- ,..,. .aluud3 Stare nee..mks(�rtRRhcithte}__--. J Fedeon .ldmintatra two Slit, /it- Dote !L -S" Date 14 I(r/ Date Dale ge95//to Date NO 10: Change Orders arid supplemental Agreement.. require FAA appro.at prior to constnlennn, otherwise no Federal participation can tie granted State Aeronautics concurrence is required when state participation is entlelprted. AIP PRt1JPCI' NO. 3-53-11089.33l06r37 AI RI'OR V CHANGE ORDER NO. (Supplemental agreement \'okima Or Terminal LOCATION Yakima, WA J1.5'f I FICA CHIN FOR CH frig,; I. Brier description or rhe proposed contract changessi and locations fl. With this change order, the contract unit he changedsrnll a .oyer ht f ounda Eon rock below Mph the Lull depth raftwoy sectionand the shoulder r n� nay section. Thin change will infect Me length of Alpha lax:way and f la tway conntors AI 45, .cod pnmons of Bravo and Charlie iasMays. If subs ade moisture results are within specification limns. then tits change will nut be eertormed. See attached cress section 2. Reasoistd for the changebo ( I'onnrrur urn rhe reterie d rrrrrreonv Per Item P-152. the subgrade under areas to be posed shall be w conhpac :depth or ri triches and to a density of Din;• of the maximum density o determined by ASTM 01557 Addn'nnally, the muturial to be compacted ,shall he wnhtn r 2% of the optimunh meo;ure content betore rolling to obuun the presenbed cumpecton (except for es pansive Sell testing on March 21, .20th indicated the moisture content of the soil at subgrade depths is 9-16% el.one optimum nhosswre content See attached toss results Dile to the elevated moisture content. two optop, were idents fed and eva!umed to allow the oroje ct to proceed. Fine first option would ascot ore tni! to :the sobgrade eioaton and allow the and to 'd0 before proceeding with subsequent work. The second option ref iewed would overeerrvaze and install foundation rock Doe to time constraints and the cm minty of a shoving compaction of P 21$ the second opnon was .selected. A test section has been constructed and lotted urine the attached demi! Fire urtnpac ion results for the test sectun meet standards. Soil moisture resting will continue throughout the nutation tit rhe pmtoct to evaluate if standards con be mot without the odditten or foundation nick .l Justification for unit pricesor total cost a the price per ccbrpant for the additional eneauarioe has been adjusted to account fon the following- The neem Per larger equipment for the additional volume of matcral. a change in the type tit shad selucles, and the need In route the haul vehicles off the sub.grede, and mmntcnunce of the disposel site. b the /ince of theourt-stile is based on cnniparable projects requiring geotesnles 1 he geotemilc is required to maintain sepal atiion between the saturated soberade and the foundation rock c. t he price for the foundation tick rs based on the contractors erns for deselnphhg additional areas ate quarry. providing additional stockpile room for oath P-2010 and P-401 aggregates as well as WSDOT speedirmun.iggregates 'Ibis will neeesshtate rehandling some of tire stock /tiles to prof ide room for the foundation rock d Installation of foundation rock requires die conduits to Ire dug but additional foot of depth. I he contractor wilt need to install rtexihlo conduit. rransnurr•.s. and couplings at each con to transition from die deeper conduu to the can. c. The contractor wit direua+t lo sample and test the soil nhot.,e at lit locations to provide b:ueline to determine tithe subs/hide is compactab!e. Progress esunhe:r wtll IN Lased on actual quantity constructed .1. The sponsors share of this cost rs mailable tnnn Paseneer Faci!itf Charge snppi,nrcirini agreement imoicing more 'ire!! SZCJIKI, the ern, e,rirnicr, thhe,± the tate, wage deciston. So No A ppl.able o 119, eoneem otret been ontathed7 1.18.8_,N Not Neon:ark 7 Will this change at Feet the inittrance (Nage Ye; No 8. It ,cc will the polite In extended Sc, 9. hl,k, this (Change Chaler) iSupplememal Agreement) leer. alecossed airS F A Official, ran X Na When 93 l2fkk, With Wham Man Varga, Jack Scott Corinne!, Submg a core, to the FAA ON 05 Yakma Volume Air Terminal 2406 West Washington Avenue. Suite 9 Yakma, WA 98903 Colombia Asphalt 8 Gravel. Inc. P.O. Bos 9337 Yakima, WA 98909 JO Moisture, ALPHA TAXIWAY REHABILITATION A I P NO 3-530089.33/36 f37(FY14) HLA Prated No 110490 Data Mard1210 2016 March 30. 2016 TP STATION OFFSET DEPTH MOISTURE. OPTIMUM 321/16 1.50 26" 344% 205% 321/16 1.50 14' 283% 194% 3 5.50 18' L 14' 8.4% 321/16 11.20 24 356% 19.5% 3/21/16 11.20 14' 283% 230% 4 17.00 17R 15" 281% 5 21000 17 R 15' 35.8% 8 25.50 30 R 24' 34.0% 7 31.00 T R 16' 23 8% 8 36.00 13'L 14" 296% 9 44.00 30 R 24" 27 8% 10 52+00 37 R 24" 260% 11 61+00 12'L 15' 20.1% 182% 12 65.03 27R 26" 235% 13 71.00 15'1. 16" 454% 14 73.00 24' R 24" 27 8% yomoms6., R.eulremetib: Tae 5140e8e WON mesa to be meted shell be mmoaaea to a dec. of 6In m10 to a denserH not Nee than 95 mmHg of the element aen.0 as aetemmnre by ASTM 01557. The materiel to be mrnna8W 0. 160 wean •1- 2 001840* of ooemum makiwe mntenl 6010r0 rotted to obtain the presorted compact/on Mao. I,. ,mater, 50852. Alpha Taxiway Rehab - Proposal for Additional Excavation, Spalls, Fabric Columbia Asphalt & Gra,e1, Inc Colu YOB., 9337 Conistl. Almn Ma, Phone( 309 43,2340 11.01 313“ /3801(00/083301.81,300; 21001(1_111. 71030 • 00003. 1,03,30, In -431.01 '23014 530430 (1, 0630. 1171.3 100,37 00133,11.4040 III 21 III 401171100 0110" 1• I 011 1,11 014131. 40131,41 I 017-00 1 '73123030 12 0,3,3,4,0 70,,4223,, 3.150 (61 CV 211th 00,7'8 15 2 (0.08 I 413080331 15" 0 10 1 011110031,140116 1.150 00 3:1 2105 (0 755 72 • 101.00 I 0 1 ''' - I. Se310 1,10,1, 0 s ..11., 0105130 I 3 1" 01, i 17,035 00 4 7574/ 1 712 1'343010 1,1,01.0 F110 1.1610' , 0 Is . 84287" Is, 5 10N', I I 3Iter farm a, S10411,10, 7 57, 40 04 714 37725'(l 0 i'103.0 I I 'ha F333,0 AMP 1 701 00 40 714 5 144 110 - 103 00 7 1.13108010 15 ' 13533330/37 3(31o11147, "50181 173 21 OF t7550 Is 8 1.11,04 7 .44108(3,3115- k 311011 1160111 I's 030 1.043 ,81 ,71 21(16 3 400,8 21 III" r S03113 I" !,,I, 3, 76041,0, (63000 ('0 ,- CO/ 120.56838' 10 P31,,, 7 0122' I• 0,5115 If' IN,h 8 5211' ("606 1.3 33(30 54575 00 II 00,0 2 I nter 131500 0 \1',s1.,, 5 415,0,1 301 244 12,071 171 12 Ph3433 2 111101 61001 11 1110 7,5115 00 NY ('1 5 801 3,4 17 P130, 2 .14,1330313 15 I 3,3330300 S13•3143 7.544 00 , 71' '1 Os 71 027 5" II I'l .04 1 33110 i<40, (5' 0 01 01114,17 I, 0,34 (.051310 ( 1 '1 08 "2,107 71 15 1,0,0 1 0 1'2" lNry115 IS' 1/0311, At ,,,, 1320 . 10 (3 00 142 758 00 In 3'120. 3 11 112 .1 1•3113 .5' 1151p11311131' (.70200 170 ((0(0 701300,1 1' .4.330 11 1:0,1 303, .0 01,031310 6,1100' SY 2,14 14,247 10 IA 1.13,3 1 0,11571•3000 '(I 1,0 7 570 00 01 7320 70 10 1.10140 .131,1134.303117' F3,303.0411 0033', 015 00 14, "11/7 14.7110 1, 20 1'4340 3 VId111011A, 14 0,' 1.0 117711110000 I '.' I W ('1 210" 11.050 13 21 66431, 4 0 117" l• 07411. (5' 140013. ,,,,,,,,. 1.541 (51 3.- 23 00 52.503 00 22 8!,88, 4 0 112" I' 01(3137 17' (k0111 7. ((II' .3813 00 1' 11.53 11131800 25 61:44, 4 11110( FaINS 0 0130311zet 7.746151 St 2(0 425561 24 36343 111110. 0507, al 7171' 1,380 00 St . I I 1 IRS 20 75 P3a384/1.4,13100408115 1 333,0,00 sl(301,181 128 00 C1 '(08 1421871 26 PiNse 47 410333k30.1 15' 0 311 011113-11, 1131I0( 10 43 23 Plaa30 411 0 112" 1,00113 15' 170001 33•41.301313r 1,(400 00 IN (1 00 45,777 03 28 7013, 1113, 717" - '' 07321, 1.5•1430th ill DP 30.0) Page of 2 Ii EM 1)1 SCRIYTION 419011110 11011 IN!, 06109 661011619 29 109)0 913 131163. 9,60o u, 219,1131er 951000 SA 204 3,33000 30 01040. 1/1 11169 040040,0 1290,NA, 11 P1,6)0 5 4911,10,91 13. 00,6.01,,,, SI901der 1.512 1,0 CA 11,04 11,872,96 32 Phou 2 123.393,91 II" A at 0)211)0001 Paymo 11000 CO 21 08 2.114)0 11 1100. 5 6 92" I' Spell) 15" 900111 41 11601,1o, 2,272(04 IN 13 011 84,876 00 11 V1111.41 g 0 10' C 0pa% 15' 110611, at V 01. 10600 16 33,00 6,46/1 01, 30 1110,60 5 1 119,1.31,00 al Shoukic, 3,61000 )30 134 *49020 36 1.1104 1 Filler Fat9c. AI 1 III' 200101 SA 2,34 044 IN 01962) 0 TOW. SI -182.4154° NOTE, • tem. 0-ussfically 00110001 0010,0 16023 23112r,..0 065429 60( 00 ,001 S0,4430 1009,209, le6190z. 1 niAreerzno. Ei030'40 xor6 n ,012102:601)1Screo! •110/6-00.en condi000s )0,0 Au 19 tonunkr, undurc :93162, .11404,12,010620446 11,6001, quoted as 1.103,11 44016, uny ,1,116,921 000, Alu.lot 4(140240 ,osarY9 3600. -1921,612,11,.01 WYSE 18 III, 44102 Noe Tay 1t .141,11 1,00,1 24010. Q... 14226 ono), 01069, 129 0,213 our ph26e. 02/ .9, 60 .A3,01,31200 ,911 %Quire a sr., adlus00rnt roatero2) 19 (0104,142 on 0(1 090 .9,0,310, 4. 190200(00 4,01,9001,„, )," loll A Sao:, LII fS E0,309,010 111 1 16.2. t.thr9 r,C,C1r, onc 10304 .11 bolo, 0px116 Huth loom., lo In 64,2 1.03 09 400099 hu 11,0000', u0,1. 001, 10901 169 00,1, 00,90, 222,10001 619 and ..01119 otbrm0.031 Coo.02,60061 Page 2052 COy Al ',anima +akinla Air 1 orrnmal 2406 West Washn,ylon Avenua, S,Ilte B Ya1.,ma, WA 98903 10 Cal.nm.a ASPh4H 6 004,01, Inc P 0 Bo, 9337 Yakima, WA 98909 ALPHA 1AAIWAY REHABILITATION A I P NO 3 53.0089.33 / 36 131 IP( 14) !ALA Prosect No 11049C Sai Mo41ure6 04/0 TP STATION 0E -1 -SET DEPTH MOISTURE OPTIMUM 3)21 1.50 26' 344% 205% 3121 1.50 14 28 3% 19 4% 3 .0.50 18' L 14' 6 4O 3/21 11+20 24 '1500", 195% 3/21 11,20 14 26 3% 23 04h 4 17.00 12'0 15' 24 133 21+110 12' R 15 35 8'/. 6 25+50 30 R 24' 34 0% 7 31.00 012 16' 23 69( 8 3600 13' L 14' 20 6% 9 44.00 30R 24' 278% 10 52.00 .32' 9 24' 26 0% 11 61+00 12'L '.S' 20 1% 182') 12 65.0) 2/'1e 26' 230% 13 71+00 151. 16' 45 4% 14 73.110 24' 12 24' 27 09 e Lym194cUO0 Requ emente The 2348,8..14000/ ea; 10 he pared 8If 0011 so eompa)104 to a ueho OE 6 n, e0CJ42ge..8. 3+80 roa0 95 Pereen1 A19, 83a+nl0m 0085.8 +9 eetermvRd 09 ASTM 01557 the I54949410 9e 00086994 504118+ .,min '1-;1400449 pl pp3n]0L 0/018 a 9_500 Lnl0,e2us010499/00+6.0+008+4 c0mee0,paj +sepl'p ,L'o NOT 06001 DRAB) 0" NOT FROC 0ORABI.0' -rz ri,rs'At;'"Arx tAT FAN ,AAAAA: 1,1k tAnAr ELECTRICAL BASE DETAIL . HLA Engineering and land Surve)ing,Ian Nrrn 2803 iltva Road Mg.. WA 08902 509 966 7000 988 300 065 1880 rwriAlwivaxgal (Th TYPICAL ALPHA TAXIWAY SECTION YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AIR 3-53-0089-33/36/37 CHANGE ORDER 2 TYPICAL SECTION HLA !W. YAKIMA AIR TERMINAI f ;IA 4)'; CONTRACT CHANGE ORDER NO. 03 or SUPPLEMENTAL AGREEMENT NO. Page 1 of 4 pages AIRPORT YAKIMA AIR TERMINAL DATE 5-4-2016 LOCATION YAKIMA, WA AIP PROJECT NO. 3-53-0089-36/37 CONTRACTOR COLUMBIA ASPALT AND GRAVEL, Inc. You are requested to perform the following described work upon receipt of an approved copy of this document or as directed by the engineer: Bid Item No. Item No. Description Unit Unit Price Quantity Amount 31 3-1 New 1 -Module Sign, L-858 - Schedule A EA $3,300.00 (2) $ (6,600.00) 40 3-2 Remove Existing Structure - Schedule A EA $130.00 1 $ 130.00 46 3-3 Temporary Painting, P-620 (1 Coat) - Schedule A SF $1.70 340 $ 578.00 47 3-4 Permanent Painting, P-620 (2 Coats) - Schedule A SF $1.15 670 $ 770.50 77 3-5 New 1 -Module Sign, L-858 - Schedule C EA $3,300.00 (1) $ (3,300.00) 86 3-6 Permanent Painting, P-620 (2 Coats) - Schedule D SF $0.75 . 1,800 $ 1,350.00 New Item 3-7 CO 03 - Paint Removal - Schedule D SF $0.50 370 $ 185.00 State Sales Tax (a, 8.20% $ (564.69) Subtotal Change Order No. 3 $ (6,886.50) Total Change Order No. 3 $ (7,451.19) Previous Change Order(s) Total $ 1,359,614.23 . Revised Contract Total $ 9,201,622.93 The time provided for completion in the contract is unchanged. This document shall become an amendment to the contract and all provisions of the contract will apply. Changes are shown on Drawing(s) No. Marking and Signing Plan Sheets 1-15 Dated 4-14-2016. Recommended by: Approved by: Accepted by: Concurred by: Approved by: 5713111, Date Contractor State Aeronautics (if applicable) Date 5/ 25/20/(0 Federalvia n Administration ° Date NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. Page 2 of 4 pages AlP PROJECT NO. 3-53-0089-36/37 CHANGE ORDER NO. 3 (Supplemental Agreement) AIRPORT Yakima LOCATION Yakima, WA JUSTIFICATION FOR CHANGE 1. Brief description of the proposed contract change(s) and location(s). This change order addresses several items 1 Clarification on milling spot elevations 2. Sign location and schedule revisions. 3 Marking location revisions Item 1 Clarification is being provided on several milling elevations to indicate a leveling course is needed. The elevations already indicate a leveling course is required, and with these clarification drawings extra emphasis is added by identifying the elevations in question with an asterisk (") The locations are identified on the enclosed drawings. This item does not add additional cost. Item 2 Additional comments were received after the sign and marking plans were approved The plans have been updated to reflect these changes. Sign Changes - The locations of these signs are shown on the attached revised plans. • Three existing signs will not be replaced In discussions with the Airport Manager and the FAA, the traffic movements these signs direct are not used on the airfield, consequently these signs are not needed. Item 3 Comments were provided after the bid opening from the Part 139 Certification Inspector to add/remove several markings not originally identified in the scope of work. Locations of additional markings and nonconforming marking removal are identified on the enclosed drawings These changes are necessary to meet standards Marking Changes - The locations of these signs are shown on the attached revised plans • Runway touchdown markings have been added on Runway 9/27 where none existed to meet standards • Lead on/off markings have been added at the intersection of Alpha Taxiway and Runway 4/22 to meet standards. • Centerline markings have been added at the intersection of Alpha Taxiway and Charlie Taxiway to meet standards. • Lead on/off markings have been removed at the intersection of Runway 9/27 and Charlie Taxiway to meet standards • A callout to "Repaint Runway Edge See Detail 6 on C62 (Schedule D)" was added for emphasis These markings were previously called out on other sheets and no additional quanitty has been added • A detail for the "Runway Touchdown Zone Marking" was added to the marking detail sheet. 2. Reason(s) for the change(s) (Continue on reverse if necessary) Item 1 Additional details have been added to emphasize a leveling course is required. A leveling course is already needed to meet final grade as noted in the bid documents. The change is to clarify the existing drawings. This change does not add any cost to the project. Item 2 Three proposed signs are being removed from the contract because lead -on lines are not needed for taxiing aircraft. Removal of these signs are needed to meet standards and meet certification recommendations. Item 3 There are several marking revisions needed to meet standards and to be in compliance with certification recommendations These items are itemized above and shown on the attached revised plans. 3. Justifications for unit prices or total cost. tern 3-1 The bid uint price for this item is based on the bid unit price tern 3-2 The bid uint price for this item is based on the bid unit price tern 3-3 The bid uint price for this item is based on the bid unit price tern 3-4 The bid uint price for this item is based on the bid unit price tern 3-5 The bid uint price for this item is based on the bid unit price tern 3-6 The bid uint price for this item is based on the bid unit price tern 3-7 This is a new bid item The unit price for this item is based on a negotiated amount coordinated with the contractor and verified by an indepentent quote. Since removal of markings with a hydro blaster is already in the contract documents, and the contractor has the flexibility of remvoing the marking at any time during the project, there is no additional cost for equipment mobilization 4. The sponsor's share of this cost is available from: The Passenger Facility Charge. 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 n 6. Has consent of surety been obtained? Yes n Not Necessary (XI. 7. Will this change affect the insurance coverage? Yes 8. If yes, will the policies be extended? Yes n No n. No X 9. Has this (Change Order) (Supplemental Agreement) been discussed with FAA officials? Yes n No n When Multiple Times within the last 6 months With Whom Mary Vargas, FAA Project Manager Comment Submit 4 copies to the FAA AIRPORT LOCATION CONTRACTOR CONTRACT CHANGE ORDER NO. or SUPPLEMENTAL AGREEMENT NO. Yakima Air Terminal Alpha Taxiway Columbia Asphalt & Gravel, Inc. 4 Page 1 of 3 pages DATE 9/21/16 Air PROJECT No. 3-53-0089-36/37 You arc 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 Ouaallty Amount 4-1 Remove and Dispose of Existing Conduit LS 28,874.99 1 $28,874.99 State Sales Tax @ 8.20% $2,367.75 Subtotal Change Order No. 4 531,242.74 Additional Bond Cost $0.00 Total Change Order No. 4 $31.242.74 This Change Order Total $31,242 74 Previous Change Order(s) Total 59,201,622.93 Revised Contract Total $9,232,865.67 The time provided for completion in the contract is (unchanged) (degreased) (iiereased) by Q 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. /TTACIIED dated 11/2016, three copies attached. Recommended by: Approved by: Accepted by: Concurred by: Approved by: Stale Aeronautics (If upplic26 e) u�i�:t:! i.0;11.; rn FedeValien A inhlration 12./ 12.1 ate Date Date • Dote 1:)./ /..24, Dole NOTE: Change Orders and sup lemon cod ruction, require FAA approval prior to coruction, otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. A1P PROJECT NO. 3-33-0089-36/37 CHANGE ORDER NO. (Supplemental agreement) 4 AIRPORT Yakima Air Terminal LOCATION Yakima, WA JUSTIFICATION FOR CHANGE I. Brief description of the proposed contract change(s) and location(s). This change involves exposing, removing, and disposing of conduit and conductor in conflict with the design cross section of Alpha Taxiway which was revised with Change Order 2. The bid Alpha Taxiway doss section would not have conflicted with the existing conduit and the contract documents directed the contractor to abandon in place, however the additional excavation depth required by Change Order 2 resulted in a conflict. The existing conduit was found to vary in depth, and averaged between 20"-26" below the existing grade, depending on location. Due to the varying depth of conduit, removing all conduit was determined to be the appropriate course of action. If the conduit had remained, there would eventually be settlement in the pavement where the conduit collapsed. The existing conduit was encountered during Phases 1-4 on both the north and south sides of Alpha Taxiway. The existing electrical infrastructure was not in conflict with Phase 5 work and was abandoned in place. 2. Reason(s) for the change(s). (Continue on the reverse necessary) Change Order No. 2 required an additional 12" layer of foundation rock below the Alpha Taxiway design cross section. When excavation began for the foundation rock, existing conduit and conductor were encountered within the extra depth of excavation. The conduit varied in depth, but averaged between 20"-26". Due to the variation in depth, it was impractical to determine specifically where the conduit protruded into the change order pavement section. During discussions between the airport and the contractor, there were concerns raised with settlement of the new pavement section due to the collapse of the aging concrete conduit After considering the likely possibility of long term pavement fhilure, it was concluded that strategically removing this conduit would be in the best interest of the project and long term pavement condition. To minimize costs and potential schedule impacts, the conduit was removed ahead of the excavation. Strategically removing the conduit also minimized the safety risk of encountering unknown live conductors and impacting airport operations due to a severed electrical connection. This change compensates the contractor for all labor, equipment, and material required to expose, remove, and dispose of the existing conduit and conductor. The change is listed as a separate bid item because it was not included in the bid proposal. 3. Justification for unit prices or total cost The lump sum price includes general contractor labor and equipment, invoices from the subcontractors by a per - phase basis, and allowable markup per the contract documents. The total linear footage of conduit removed was verified during removal by HLA's inspectors. The contractor's invoices have been cross checked with the contractor's payrolls and the time and material costs tracked by on-site inspectors. 4. The sponsor's share of this cost is available from: Passenger Facility Charge 5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage decision: XmL__ & Not ApplicableX 6. Has consent of surety been obtained? Yea Not Necessary . 7. Will this change affect the insurance coverage? Yes No X S. If yes, will the policies be extended? Yea /121 9. Has this (Change Order) ( ) been discussed with FAA officials? Yes _ X No_ When 11/201L With Whom MARY VAROAS Comment Submit 4 copies to the FAA cursed maw snsnan City of Yakima Yakima Air Terminal 2406 West Washington Avenue, Suite B Yakima, WA 98903 TO: Columbia Asphalt & Gravel, Inc. P.O. Box 9337 Yakima, WA 98909 CHANGE ORDER NO 4 DETAIL. ALPHA TAXIWAY REHABILITATION A.I.P. NO.: 3-53-0089-38137 (FY 14) HLA Project No.: 11049C CONDUIT/CONDUCTOR REMOVAL COSTS Date: December 12, 2016 0 Columbia Asphalt Tri -Valley Costs' Prime ContractorTri-Valley Markup' + Prime Markup Totals° Labor' Equip' PHASE 1 $340.04 $229.20 $3,750.00 $375.00 $4,125.00 $4,694.24 PHASE 2 $1,190.14 $802.20 $5,450.00 $545.00 $5,995.00 $7,987.34 PHASE 3 $850.10 $573.00 $8,150.00 $815.00 $8,965.00 $10,388.10 PHASE 4 A $880.08 $458.40 $2,835.00 $283.50 $3,118.50 $4,256.98 PHASE 4 B $425.83 $286.50 $760.00 $76.00 $838.00 $1,548.33 COLUMBIA TOTAL BILLED1 $28,874.99 Notes: 1 Labor and equipment were observed and documented by HLA per phase. These amounts are verified by the time spent, labor classification, and equipment type noted within the labor documents. 2 These costs are based on subcontractor Invoices. 3 The Prime contractor markup is 10%. which Is allowable by the contract documents. 4 The total reflects the sum of labor and equipment of "Columbia Asphalt", "Tri -valley costs" and "Prime Contractor Markup." Sale tax was not Included by the subcontractor, so It has been added on the front page of the change order. PHASE 1 T!I-VALL1 Y Construction, Inc. Dominator's Liman grommumo• 1O0B N. lot street • lithium, WA mot , mom 4c2-4008 • Fox mu 248-9800 INVOICE #7538 Sold To: Columbia Asphalt P.O. Box 9337 Yakima, WA 98909 Job Location: Yaihna Mr Tett inal,• Yakima, WA 3R3b 1?epczljt(ban Purchase Order. 5/39/16 Remote and DispOso of 720 LF of Piping. Price Includes Clenn Air Permit for. Eni;r�e Project _.._ _ _ Subtotal Washington State Sales Tax ? 8.2% GRANTS TOTAL TERMS - DUE UPON RECEIPT, PAST DUE AMR R 30 DAYS Thank you for choosing Tri -Valley Contraction, Inc. $3,730.00 $3,750.00 ,$ Exexupt $3;750.0 nA.3E "ROVED PHASE 2 T I -VALLEY Coeatruotion, Dnd. bofitnroihreUcacom inTMACMPV 1028 Id. 1st Street o Yuma, WA 88981 d (809) 452-4098 a Ft= ( 9) 0 Sold To: Columbia Asphalt P.O. Box 9337 Yea, WA 98909 Job Location: Ya ma A4 Terutinal, Yakima, WA Jul, Description: Purchase Order: 6/16/16 Remove and Dispose of X55 LP of Piping Total Washington State Sales Tar 44 8.2% GRAND TOTAL TERMS - DUE UPON RECEIPT, PAST DUE ApTER 30 DAYS Thank you for choosing Tri Valley Construction, Inc. INVOICE 87577 $5,430.00 $5,450.00 $ Exouipt JOB APPROVED (• - T 1 -VALLEY CQnsthlclon, In4� PHASE 3 1008 N. tet Street • Ybkfmn, WA 98901 • (80) 4624408$ 9 Fcx (8010 248.8W Sold To: COIun bia Asphalt Bog 9337 ' Yakima,. WA 98909 lob Logatiaul YOkhii Abr term nk1,•Yaklms, WA lob Description; Purchase Order: 100408 I6-Airterni ' 7113116 Rethove and DiDpose o '8,&$7 L• F of Piping Total Washington State Sales Tux ® 8.2% GRAND TOTAL TERMS - DUE UPON 14E T, PAST DUE /O'E t 30 ]BAYS Thank you for thooaing Tri -Valley Construction, l INVOICE 07614 ,150•00 $8,150.00 $ Exesn t T }'" 1[ -:VALLEY Construction, Inc. oc.eo,e,.ti timing* Omit Cessna PHASE 4A 1008 N. tet 8beet • 1fhkkrw; WA 88801 • gem 48E64888 • Fez tam 248.8800 INVOICE 07650 Sold To: Columbia Asphalt P.O. Dos 9337 Yakima, WA 98909 Job Location: YnlddLa Mr 'Termini!, Yakima, WA Job Desceiptigp: Purchase Order. 10040816Aiiterm 8/4/16 Remove and Dispose of 810 LP, of Pilling $2,8300 Total $2,835.00 Washington State Sales Tax ® 8.2% $ Exempt GRAND TOTAL TERMS - DUE UPON RECEIPT, PAST DIM AFTER 30 DAYS Thank you for Choosing Tri -Valley Construction, Inc. Jo® I lG - lOrt Vtt vy i PHA APP $2,836.00 PHASE 4B TRI -VALLEY Construction, Inc. c.nY.ar'. Um,,. STP Romano, iooa N.1st Street • Yakima, WA 88901 • (809) 452.4088 • Fax (509) 248.0800 INVOICE 07702 Sold To: Columbia Asphalt P.O Box 9337 Yakima, WA 98909 Job Location: Yakima Mr Terminal, Yokima, WA Job Description: Purchase Order: 100408 16-Abterm 8/30/16 Remove and Dispose of 200 LF of Stockpiled Piping As Per Quote $ 760,00 Total Washington State Sales Tax ® 8.2% GRAND TOTAL TERMS - DUE UPON RECEIPT, PAST DUE AMER 30 DAYS Thank you for choosing Tri -Valley Construction, Inc. $ 760.00 $Excmpl $ 760.00 LK:ENV r r,ana a aaaa a a W w www, e* • -4 14 44 we, a 4 WV, .1 re 44 4.44, Wet :44 *8 • 44w4 • •*4 ,• ...ay... ,10 44 :4 el .24* Se, sew4,01 44 eenaa e, a 4 .4 ea ea Ts le SLIMS IV Muff 44 21erxr OW be 1 4444=4 fl =WM VW ere 42, !ONO4,44 44.1444*14441 V4** $ eaw Mei see New WWWWWWW r 4e$4,44 wee. a, AM MA k" 4,4M ateta Me *POW, eV ea*, 4444, Se, Me* #45 **Oat 41 met 7* *NG,. UMW *ffle WIVAJCVE • RA It4 441 41WWW tame Wee We*, W .4010* ewer, $440 44404 WM afte, ,terwe.: *we WaIlMee, .14..A. ter 41, '4440, 11.0.0 tat e 44.901.4 reowati-4 4.44744,4 • 4. • ,eir gad, a • 44 4404 1". paw ie 4440 •aM 41, O ' a • J. it` Inn er ram! r. MOWS= ▪ alleattna tt,tti.; .140tr coaster Ica 4444* ay, -raw 10+% 115144 'ThX5..413. sr " OR:Ato ari 4 YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AIP 3-53-0068,33138/37 *4 aft ANC —to LE F.Tk 10O1 TO S1A 704 00 C14 C67 , • ; P*7".:`• • :///71.1/. •;;;;.",ilit • ',I, arr _j__,INKIrst, Kruje mon KG =RM. 444, .1 Kam K41 404444,X4,4 i ...NW, var PIKr Yr lair ratr masa,* 44 4,4 or r ;At 44 -• " • CAW. • er.. Mr. or Kr j •r• ; ii.0144 '4 ...ref •44..ia 47,A4 AGM at% r4O4 >449.4744 !X.". e r441401, 4.4.144 444 , 41.44,. ...r jam- • • tr0.. MID ..... terrOe. t • • A,* ,14.4 _ Affl.rld Vt. reit Mir IOW Ws "re.. 444. &LW= as4.,4" 4■44, tale aro400! kin •-4 sre• • tr. *Air*. t ^411 ser *24 M. 944 Or ,8441 CCU *ay. or. 42 we a`soc, -r Al .9 rOd afftrot e e *4%4t 0,43.4. — arta IRO 44 CM a 41 .114 ".4t 404..4.1850. 1444Ore woof 44VOK 4404.619 .4 OW. 4.44 ^44.44 444 RN. 4 4 VI. ‘at P404 rift mama, 44169 WV* a ara a ta 144 40, r.Ael vIt...Ve 4,441.4144. to 40. • rwr roOkarNto 101: 474 4¢ 44 itlYer: Pro4nart4 *444 • Kr 04.4.40 4411. as—r-a Na. x Kt a 4.44 OW, at.: 14 WC' .a.f. ,.. We V $rof *AM 4-447 . , YAKIMA AIR TERMINAL ALPHA -TAxivvAY RE UTMION Alp -6 .; • PLAN AND f•ROFILE STA- 20.+ Co TO s TA. .10-.00 .**%67, I t • ,sc30 24 rrp-sr. • NV 3. MI. qa Nat, VAX qt — 212 • 2, q Taaa lama .aata C.a. • vota a., TV, aqegeti •74• Ve Xt. aqr q ra aqq- ,qqa aeqqatle. Naqa.4.... 1.• glut aq a,Paa (I") 139. :1333 rico. JO 44303, tsat43,33 Awe 3"34.3 flt&4 33c see ar seve a WM, a A Vara PIPP a ma" ea • .an a a yaltAta WV! at C12 %by. 42,2 R. CY atalqq. P at. SAM, as IVO a OM 8,20 ma. au. ...a Ut. ar 1110. q- Paa*Rai aq nor MO an AIM I22.2222 SO a22,2= too It° flu a it:- •: ! - i I • Ii '.,_ ' I . i 1; t 4 el 1 . ; °h°.....4 ..—{ ,..--__ ‘., .„ ___1 -I 1 nor- ••••' I 3. ,s333 e' 13 1.* iC3 3 P3 . MaD laMa , 4 .3 3. 3 733 Mat..023 I q Mao a Ors IWO aka *I Wag& C Tan.* Vaara 2aqqatarZZt a qc aqqqqa ea. ...I a ofras I a a av orota; m '2 opal II. iev r•-•-•••33-33.33333 F33.33 3 3.31* 3.3.3 3332' .33.333: • (94q IIIMME a, a 22 YAK MA AIR TERMINAL ALPHA T Y RF 111.133A710111 AJP 7 PLAN Ahl) 0R3F1t3E STA. 30-00 TO 574. 44.., -9 -co Kat 11 CROOK • CR As orce Rs r tm1. te at • AAA CSK 4. :RS AK 4e:CrilORN4Rac s• A SMOAK ORKS VC N K KR, ;AN. _ fr— r - pGrol .111. , frt. 11114t11.• sas.7,•••• •......ser s co. .6.9rILE ; SS Os: a 4 4: 00,4 VOW - 405 Pon Palm. via Ow Ps. 1:94.641wr al -COORS 1, RON NKR, SKR AR ORIN 24. .4014, N KKR ARCS Or v. Pr.,. :le CC IPPir.4W ORO SC Ks • CC OK OCR 4R•ss, 41164411.4. ORR 4.:41 o KOK. MK ../.1eimme4E SO ORO cOSS 944 dt, IC R14142 4.11OR NCR 1.44. SIOS 4404, :014 I COCK OK • • 45449.0, RC 4 ss Nate 444 ata,M IC SRI 444 =ALM= 0404cs 411OKROO SONAC ORS CO OC CC Cr KKK ROO. s .4.4> ACV TV011 I,' • •40 OK Ea UN 4R01:IS" t*'I.tS,Stt•1 KKK, 1 o .4. KOK 04 KKK. aetkor Tr v. v r- r 111, WV 1111, 44111 4 ,- IN .4 44 KW «44 44,4 • prrrpspamp: • ApPpti Prt`t .NTS YAKIMA AIR TERMINAL ALPHA TAXPNAY REHABILJTATION A3- *• -33/3E/37 *.ntscen. ••-•••••• --P.PPOPPPA Pi. A t7) PROMS STA. 4O+90 TO 77A 5:14 TIC Attaa ta a5 Pt< It eatkir - Axe ay LiC611**,. n gr.., taffeta, eta 10; kat, .ata tattattt • mamma 0 MIAS Ea. Star 04 nataida 0 tr'S tat 46trat, tot Witt 010. taatet. St IA.5.40t al at cif it apt vat ...a saw W. 4 or at, • • • tot r lee Mott IBA 0 Ittott sto • gto go, g -I gm, • fs-weatkore *t. Mawr Kt. as, atAttlet *tar.. QM at. 4009, 1Nt-ge0UV.* • • DOW** Z*te Watt* tatiOtaatat Std, *.• tat *1.8*.a.3114 „rat;a nsa,310 7,1ttra..* frd* •411K Z.'S tag 4„, argratAloat ocwo. rs 4N11$ '44 5500 ". Ka. a SeValardran *** WA sat,. la WV' etat00 *VON' Vsaf 0 - • * a a, jA44. **21; VA, ,a tat a 0 ata 5*0 • • r ;Now sq4.4;.-.. *440 *17' RAC 61LT. '17 .4* 1•101*.4.6 prOAA, t104.1 Maratat 744. • a' 1C74,0= !astit.a• YAKI AR TERMINAL ALPHA TNUWAY RE :IUTATION AIP ** •,* 33/18,37 FLAN AND PHL1:11. STA. 504.00 TO STA. DC+ I no C 1 8 P6 a's se* oRO1oss sso • • r • 0- SPX1 X s1 e .4. t "KO OM' ?1? • ,A.Stras. OE or1SO See Nalist r sass., • 0 • TTTI T, ossT, Cos 14.1 PO. sea ss. ossa, tittrt Mee mat .4 4 • S•4111 er.: 41* s Ott (T. • sas •res 811'.4 ISSOof rite 0.4 VP.6 M4. ti • WS *rot,* o soo AS. 4;R Sr, 1 OS VW to/ 'sr,. so MIMS. .4.2`. =AV P114.41 OICS• Aso iss a 01. •1141., We. s...rwess As, sm. 10* 1.10104.4W r «mum t141•1,1 L. *a*. .. oil• 74”/14 rOs s0 Sae MT OPSX A6811, *WNW roOtk. MS AW* a ;VS catme — ARTITMCMS 4.14J1. SZT NI'Wtfl*;:;;;:, ASTor eso r SO, 114/21.11 4 *. LIU Wr AMOS% MO (AMPS 1* SO 4.1"6114, 1 - r-- _ 1 r , . ;±•P —;;Z:z.st. ;0, s ssoesstris, *P.P• • M. o Mos sooseiSrl Wwilas Waft; Sass oat S,Sss •SW ISTOSSTIT TOW s - T T SKIL SU /.. .41.E i • .• • 1 ;tit IF 4114 is, a 0 IS • ; s: • -; 4 If • • 0.7 ass OW !ohm, PIA Own ISTS91‘73. 1.1961.56X GtOrerl-d4 • %A arr. srat'r purr' • 04444444:4, *Ts, 1s1Po ?TOMOS „PVCCISSA i•USSO scars.; r .israr sr 14S*14 YAKIMA AIR TERMINAL Al PHA TAXIWAY REHABILITATION MP 3- 43F3&37 Pl./L1.4 ANO PRVF1LE: STA. Err, CX) TO 73-"A. 404 00 _ixsmrt. "XX P PPM t • ° • Xt90 44t fl*y 3, -• :PM. • ' 4 4 et tvatt sta.vx. ,e n e MIX P XP'S 1 WM S AM AM WWWW 04,001.* nrC te.., os Let 448. Me& 01: xx setswee .4.1" We. M. em r rme AMA 'MAW WM Me 0 AL.Itlff& m.APS WieSPWW Pi Pt POW M WMAPP *vv. WA AMP PS MAW, WPW i M tc- PM X P core, a 14a WPAACP 4445PM.. WP Aspe WPAPPAP CI X' MAMPAS WM, W PAP PAW PI PP W -IMP M XAWM MA PM -PP MOM We W nab, PM 0 at. latiatart PAWA AW Per [E, tNY 4 MeM PPP WSW SW . • r two 1 T. LAP IMPA 7$ * 7" r _ PPM.Walip i Poem •Utem PPM 4 AMC 4 AMM W SWISMAM *WM AA AMP PM WARM Mar APPWAPP Mees Wesersetw essi WSWW.Se ASAP WASP PeR $4.3411ffr AmeM1In 0.1144m$ MM. I' PW Ett. Psh '4 MAP P X. .. XI Ara a AMP - •t* :• • "4 " . . • a gel YAKIMA AIR TERMINAL AL PHA TAX MAY REHABIL FTATMIN Alp 3-53 It. -33136/37 AN ANV 'RLE S'A. • CV 5TA, 10(.14-00-157 PI, row* w At 00*. P W 7 •Pet 60.10 s s I [wpm 070. 41 / .0. •6*. pa• PPPillo P.H.A.s. .. ". \ 40061c tal • APPOW 6.•4 , aim la 0006W.P. 6* 00 I 7 0 swi *Is 616009.00. *Pra I,,, PP ..... 011;f211:;._ 046. Ot 0, as sat ; W WNW, OPP 0 60600... twsw00661 PaPpow strea..., aWs* AMA a t0 tans 4t MCP tastes006/t44 unewt MR • WI* WA*** P00601r. Pa W0 OW* rL:J ftt *3424610* thtit vap• www 0 1 MIN***IM • sit*. MR* 610$001d1 .46. P. *MP IS CI, GAWK.* WOW a San La +44 IS 1-44 SOPplossmot I XThLIZ1 at a*, — t*W1, ZIP PI New a' wry, ..tout .71RWW1 ad0.1. PVC CV 544"." Plaretty. 041 WS . at*, 150 01 Ai* ePIHN;ur a:4u 1+4 IRT PIPIP PPPOPOP a,* 1 9 HLA • ; pp,0006/*0 rIlsP 960016 • -.. •401. WWI • 0** cps esp. 100Wital 0060 ta4 arat.006. ft Pm. FP.IPIPAPIPSWOUIC Pout peort. tc.4**, isespwse 10*44 44 000 st • • WWI •66 t•• : i... : . If — e; . I. ... ..,, I. . ... l• 6 1. , • * !. 6;61°- *. - PLP -6. ** 01+ , p ; t • . i*•*. 11. 1 t '- ** i 10600.....61,0,0 MPIPP MP 61444 1 +4PM-0 .166 st ItitASIPP* 10000±000 4a04 •;9.1,..3.. - usliMotb -et• 0; •3PII olp to • • WS 444 *UMW H YAKIMA AIR TERMINAL C23 ALPHA TAXIWAY REHABIUTATION AJP 3-53-0086-33/38/37 PLAN AND PROPLF STA, 140+00 TO STA 104+0C ; mfm.31 IC I1K ; ......... ALPHA TAXIWAT V/A Ira Has 1 a 21P. treaf Aft ftufat feffafirett SIKY UMW 1.11.101$ tfIt gt44,11M ,fattir, 012 *NMI td1 Iffe YIC0112, ff/afrOK. =am 1It me PHASE 1 AIRCRAFT/ARFF TAXI RIJNYVAY S ..!• • ! "'!" -fa!"r • I, f —"tr.-4f - • !If 1C1 ..10 2.ar , VW ma.. 4189T MN& SI* iffaMVIP *AM r H YAKIMA AIR TERMINA ALPHA TAXIIAAT REHABIUTATION AIP *t.1":"7:t• t. • ,•• ,K00: • 1-1,;," - . 0•":"". .. • v.-- .. RUIsibtai / –•• –•• i.te•• =ma/ Mr Mos* .ftatIt'Wri".$ V -- Z Al RC RAFTARFV RUNWAY CL to, YAKIMA AIR TERMINAL ALPPtA TAXJWAV RE ILITATKA AJP • 7 ONsirviC710/4 SAI -TTY AND RhASING PLAN —I 4 .; Asm 3 i 333 43 33' YAKIMA AIR TERMINAL ALPHA TAXPAAY ATIC7fil Alp 3. $ t. • .4, 7 C#4 SAFE TY AND P suniviii4y 9/27 4 AJRCRAFTiARFF T AL.F*,A TAXIWAY ; RUNWAY PI-IASF 4 AIRCRAFT/AFIFF TAXI ROUTE RUNWAY CLOSED 1 5.1554 bartart -,•17 *" .99 ; I i ! •••. , ! • !. t .. too., 5 Mfr. filAN AM :MOM Axx 11„." WAR) PAIM5 ft. 5 tir 7777 l' 7 r 6777 a calaworkar 7 VW 7.777 7-77 OW 7777 4 •rr lotatagsr• 04 rug 7777 777 777 77 II :4*0400,49 MN 564+.5 ff.= 19I. ma. r • I- •1407.7a 4.7-$7.7 77717 Al 7777 -7 . AlltiA rorAzryvAy werm c.sxmn.ral • f• . 116 Ar • p 777 47 tr07470rs 7777 7.1070* .7 mar derarat 0777 Ax.; A arx L5.3 Ifa 45.4.433 : ;.* A4A.,:o \004' 53.5 •74-77 97. Irma woor La.. ••••• ; 9:*'; •••". • - *' of or: 749. 43, 771 *or ree 48 7. Of 4O.., '1XXX-x. 45/514. @Alit Sf....610 f * - fo. OS tea ; or 1 77 la 711, ftv Aor r sat rf 4400' W. ...M. CI aft% 01,717127 zurart7 arm 7.*7 • 17 VW / 5 eaff.a 44 fr" Cf. .164:02 VIt• M77777 7777 .77 7-777. *roc •- ear Crearrilr *A aff r rr, 1.77 44444 err RIO Orme 1960 14.,14444 f 077 dristrr [77 7777 • .07 elf4. MAO MX indr, - 5. WW1 O.. wow., 0704. MI6 -Part sar 713 err st- 777077.7 r40irwray • tr. 77771774?- 07777 .K777 -27701 0777 7 7, 477 rr wrest< *•07(.. . ..A.Aga.tog..aggag t4V: .1* gat gr 14444 0* 777777•777/7--' C) i•7717;377 ALPHA rAXMAY • • •••- OA, Al Al AT; tA, A.- • IRIIM • • \ '4 we „a,”\7\ '* ,er \•-• roo f 484*4494 4 404:4 fa Ms. vi *040*4040 nefletort .14 • •erd• &10. MO* .• arsirrA 7,7 77777 • r 7as offe • If. woo f. lifffff Of> Off • WI Mar If MI 5 WIT VW off for off. fo kfr IR • 515.1114 44 6555., fee voior LD61�0 AA VT:MEW AI' SHOL;LIER utt, r • OW. aura* lb 7777 7777717. 40471 77. 4074 4* :44•44-, 1.4807 Mae ffe. A CO of. 1.14 At fa rat* 7.7 6:1?!!!!o4!0!!!!"\!!!'''''':: 44 • .1* Yoolfaffko. 4094* f.O.N. ff-OCZ S.` f • 5159945f. ...w.f.. 77 • 777.771 .777, M frrrOLLIDEN r•r* •77* altir 4444 fa • o • vs A. 44 ; A Et a It off *40.14.1., ..- tiff .1 4 r.,,4,,..10.161Mitxt 1.090 f et ,f=. .4 ft * ...of a h.* OLT. 39 70%fa, :14.4 4 • atfactdotrafrAr= !IX .4';:frfft • 041 ,9040* of.* 5 off. oft ff../ 10.52 5.015 rat.* 71777.* 7 . loort 774Yr as 7 1-0* 077 rar 41.47. 777170 474440 •-••1JT 77,7 Off <war r 44.7 477 7 77777 rowarre swamp Po raft Art Artrra • IMO I• We= W... rf ISM Of. 44 410* • ree 7-4A7 7 .77 0077.7 Ism • Miaft 7$7771 -Na MS 7' =nu TAW. ALPHA TAXIWAY NiCYKAN 411. 644 444 111e44 wr.r. er7 7 ;tr. 4041, 7777 g-ga: tag pgatart fr. 10*0* 624900ofroyMoot - .ato •••••,, 4";AA r 5/41690*3. 5. 840451. 9 Mr. .045 t 707774*4 7-.771 77774 R.. Aar 16- iffl OK; Xt.. ft Of 'IV 4...• f fot *V 4.1 -77176 t trU Mow 2.O.. NM. .00.655,550*04 709.t. 15.34 MVO. MOW. fah ff.> *gaga f are YAKIMA AIR TE ALPHA TAXIWAY RE A1P 3 - ALPHA TAXIWAY DO Ali -S dA a CA.< PUi P,,AN 1.-2;m4.1 0.4311Ar 16, lir 1..-17? LAMS • r ; WV 1r MAO 1101 R011 LA YEA Col" -f• *.:An NC*, C.0011:K N. MESA SF C A RR a-cf f C 1,-4CM KA ner wr •AVIIIP421A ,COM EIET.4..MG ANOIAC MOLF.7 MKS :ATM CTRIC ; • F DETAL YAKI AIR TERMINAL ALPHA TAX AX1WA,z7 Y, REI, HAB.ILITATION AJ CONTRACT CHANGE ORDER NO. 5 or SUPPLEMENTAL AGREEMENT NO. AIRPORT Yakima Air Terminal LOCATION Alpha Taxiway CONTRACTOR Columbia Asphalt & Gravel, Inc. DATE 12/29/16 AIP PROJECT NO. 3-53-0089-36/37 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 5-1 Vault Lid LS $ 4,533.64 1 $4,533.64 5-2 Sign Base Adjustment LS $ 3,998.02 1 $3,998.02 5-3 Relocation of Sign Base B5 LS $ 1,122.68 1 $1,122.68 5-4 Sign Manufacturer Required Grounding LS $ 20,101.04 1 $20,101.04 5-5 Concrete Obstruction Removal LS $ 657.01 1 $657.01 5-6 Temporary Utility Vault Installation LS $ 11,563.73 1 $11,563.73 5-7 Sign Base A16 and A23 Relocation LS $ 4,169.72 1 $4,169.72 5-8 [n -Pavement Runway Lights LS $ 19,751 99 1 $19,751.99 5-9 Relocation of Sign Base B26 LS $ 518 03 1 $518.03 State Sales Tax A8.20% $5,446.10 Additional Bond Cost $0.00 Total Change Order No.5 $71,861.96 This Change Order Total $71,861 96 Previous Change Order(s) Total $9,232,865.67 Revised Contract Total $9,304,727.63 The time provided for completion in the contract is unchanged 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. ATTACHED dated 12/7/2016, three copies attached. Recommended by: Approved by: Accepted by: Concurred by: Approved by: Engine .C. Owner Contractor State Aeronautics (if applicable) 1212.4// lr, Date Date Date Date Federal Aviation Administration Date NOTE: Change Orders and supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. AIP PROJECT NO 3-53-0089-36/37 CHANCE ORDER NO. (Supplemental agreement) AIRPORT Yakima Air Terminal LOCATION Yakima, WA JUSTIFICATION FOR CHANCY, 1 Brief description of the proposed contract change(s) and location(s). 5 item 5-I: This item compensates the contractor for an additional aircraft rated electrical vault lid at structure 31 (airport existing pull hole 1/29). 'the contract plans indicated that the existing vault should he adjusted to the new grade, however it was determined that the existing lid was not aircraft rated. Since this vault is now within full strength pavement, an aircraft rated lid is required. This item is full compensation for all costs associated with procuring the aircraft rated lid Item 5-2: This item compensates the contractor for adjusting the elevation of two signs. Sign A28 along connector A3 and sign A36 along Alpha Taxiway were installed flush with the existing ground. After precipitation was received, ponding water was discovered at these locations. To avoid ponding, these signs were adjusted and the area was regraded to avoid achieve positive drainage This item is full compensation for all labor, equipment, and materials required to adjust the elevation of the signs. Item 5-3: This item compensates the contractor for relocating sign base 135 near the intersection of Bravo Taxiway and Runway 4/22. This sign was originally designed based on the master plan airport reference code (ARC) of B -I (small) During construction, the actual usage of the Bravo Taxiway was realized to be B -III, so an increase in the offset distance for sign B5 was required. This item compensates the contractor for all labor, equipment, and materials required for the relocation of sign base 65. Item 5-4 This item compensates the contractor for grounding all signs on the Alpha Taxiway Rehabilitation project. The junction cans at each sign base are grounded per FAA standards, however the physical signs were not called out to be grounded. As noted in section 3.3 and 3 3 7 of the attached sign manufacturers manual, the sign must be properly grounded using the "earth ground lug" located on the exterior of the sign. To complete this work, the contractor dug to expose the copper grounding rod at each sign base. AWG No. 6 Copper wire was attached to the grounding lug on the exterior of each individual sign unit to the grounding rod. This item is full compensation for all labor, equipment, and materials required to complete the grounding of all signs on the project. item 5-5: This item compensates the contractor for removal of an existing, underground concrete obstruction preventing the placement of sign base 134 The contractor used a pneumatic breaker to demolish the concrete required for installation of sign base 134. This change order compensates the contractor for all labor, equipment, and materials required for removing and disposing of the concrete as required for the installation of sign base B4. Item 5-6 This item compensates the contractor for installing three temporary electrical vaults. These three vaults were installed during Phase 1 to provide a temporary electrical circuit path for Phases 1, 2, and 3 to maintain airport operations. During the design process, the intent for the temporary circuits was to utilize abandoned FAA conduit as a route for the temporary circuit. The understanding was that the FAA project would he completed prior to construction on Alpha 'Taxiway; however the FAA project was delayed and the FAA conduit could not be used for the temporary circuits. Since the necessary airport owned infrastructure for the temporary power circuit was not in place as anticipated prior to the project, a new temporary circuit had to be installed. This item is full compensation for all labor, equipment, and materials required for procuring and installing three electrical vaults for the temporary circuit. item 5-7: This item compensates the contractor for relocating signs A 16 and A23 After casting these signs bases in place, it was determined sign A 16 could obscure sign Al 5 and sign A23 could obscure sign A22. The contractor relocated the existing sign bases 16 feet south of their design location to alleviate any visual impacts. The final location is within the FAA designated range of 35'-60' for Type ill signs. This item is full compensation for all labor, equipment, and materials required to relocate signs A 16 and A23 Item 5-8: This change order compensates the contractor for the procurement and installation of new LED in pavement runway lights After removal of the lights for construction of P-401, it was discovered that there were no adjustment rings installed in the existing base cans. Consequently, the existing lights were unable to be adjusted to the new P-401 grade. This item is full compensation for procuring and installing I I in -pavement lights (L -850C, Style 3, 105W). Item 5-9: The position was revised to meet standards after realizing that this taxiway is used by aircraft larger than the ARC designated B -I (small). During construction, the actual usage of the Bravo Taxiway was realized to be B - Ill, so an increase in the offset distance for sign B26 was required. This item compensates the contractor for all labor, equipment, and materials required for the relocation of sign base B26 2. Reason(s) for the change(s). (Continue on the reverse if necessary) Item 5-1: This change was required to provide an additional aircraft rated electrical vault lid on the project. The original electrical vault, structure 31, was not aircraft rated like all similar structures on the airfield. An aircraft rated lid was required due to the location of this vault within intersection A2. Item 5-2: This item compensates the contractor for adjusting the elevation of two signs. Sign A28 along connector A3 and sign A36 along Alpha Taxiway were installed flush with the existing ground. After precipitation was received, ponding water was discovered at these locations. To avoid future ponding at these signs, the area was regraded and the sign elevation was adjusted. Item 5-3: The original design was based on the master plan airport reference code (ARC) of B-1 (small). During construction, the actual usage of Bravo Taxiway was realized to be B -III, and an increase in the offset distance for sign B5 was required to meet standards. Item 5-4: As noted in section 3.3 and 3.3 7 of the attached sign manufacturers manual, the sign must be properly grounded using the "earth ground lug" located on the exterior of the sign. This grounding exceeds FAA standards, but is required by the sign manufacturer for the safe use and warranty of the new taxiway signs. Failure to ground the signs using the earth ground lug would have voided the manufacturer's warranty Item 5-5: This change was due to an undocumented, concrete obstruction encountered during the placement of sign base B4. The contractor removed and disposed of the existing concrete obstruction prior to placing the sign base. Item 5-6: The electrical conduit required for the temporary power circuit was not in place at the beginning of the project as anticipated. The work associated with this item was required to establish a temporary power circuit to keep the airport electrical system fully operational during construction Item 5-7: As constructed, signs A16 and A23 would be obscured by other signs as aircraft approached the respective intersections. This item moved the signs immediately south of their original position to alleviate safety and visibility concerns. The adjusted positions are within tolerance allowed for type III signs. Item 5-8: This change was required due to the existing conditions of the runway light base cans The grades near many of these lights were lowered to meet slope correction requirements, however the existing runway light base cans did not have any adjustment spacers installed. As a result, there was no downward adjustment remaining and the original in -pavement runway lights were protruding above the asphalt. Two options were reviewed, ordering different lights or excavating and lowering the in -pavement light cans. Due to the location of the existing runway light circuit and duct bank, it was determined new lights would be more economical and less impactful on airport operations. Item 5-9: The original design was based on the master plan airport reference code (ARC) of B -I (small). During construction, the actual usage of Bravo Taxiway was realized to be B -ill, and due to the location of full strength pavement, an increase in the offset distance for sign B26 was required to meet standards. 3 Justification for unit prices or total cost. a. Item 5-1 The price for the aircraft rated lid is based on an invoice from the manufacturer Justification was made by obtaining two additional independent quotes on similar lids. The contractors invoices have been cross checked with contractor's payrolls and the time and material costs tracked by on-site inspectors. b. Item 5-2 has no materials. The contractors invoices have been cross checked with contractor's payrolls and the time was tracked by on-site inspectors c. item 5-3 has no materials. Labor and equipment were observed during the relocation of this sign base. The contractors invoices have been cross checked with contractor's payrolls and the time was tracked by on-site inspectors. d. item 5-4 Labor and equipment were observed during the relocation of this sign base. The contractors invoices have been cross checked with contractor's payrolls and the time and material costs tracked by on-site inspectors c. Item 5-5 All labor and equipment were observed during the removal of the obstruction The contractors invoices have been cross checked with contractor's payrolls and the time and material costs tracked by on-site inspectors. f Item 5-6 material costs arc based on invoices from the manufacturer Justification was made by obtaining two additional independent quotes on similar vaults All labor and equipment were observed during the installation of the vaults The contractors invoices have been cross checked with contractor's payrolls and the time and material costs tracked by on-site inspectors. g. Item 5-7 has no materials. All labor and equipment were observed during the relocation of the sign bases. The contractors invoices have been cross checked with contractor's payrolls and the time was tracked by on-site inspectors h. Item 5-8 materials are based on invoices from the manufacturer All labor and equipment were observed during the installation of the lights The contractors invoices have been cross checked with contractor's payrolls and the time and material costs tracked by on-site inspectors. i Item 5-9 has no materials. Labor and equipment were observed during the adjustment of this sign base. The contractors invoices have been cross checked with contractor's payrolls and the time was tracked by on-site inspectors. 4 The sponsor's share of this cost is available from: Passenger Facility Charge 5 if this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage decision: Yes No X Not Applicable 6 Has consent of surety been obtained? Yes Not Necessary X 7 \Vill this change affect the insurance coverage? Yes No X 8 I f yes, will the policies be extended? Yes No X 9 i -las this (Change Order) ( lenient& reement) been discussed with FAA officials? Yes X No When Nov 2016 With Whom Mary Vargas Comment Submit 4 copies to the FAA Certified current 5/15/2007 CHANGE ORDER 5 BREAKDOWN ITEM NO. DESCRIPTION UNIT COLVICO AMOUNT COLUMBIA AMOUNT PRIME CONTRACTOR MARKUP ON COLVICO (10%) TOTAL AMOUNT 5-1 Vault Lid LS $ 4,121.49 $ - $ 412.15 $4,533.64 5-2 Sign Base Adjustment LS $ 3,634.56 $ 363.46 $3,998.02 5-3 Relocation of Sign Base B5 LS $ 1,020.62 $ - $ 102.06 $1,122.68 5-4 Additional Grounding LS $ 18,273.67 $ 1,827.37 $20,101.04 5-5 Concrete Obstruction Removal LS $ 597.28 $ - $ 59.73 $657.01 5-6 Temporary Utility Vault Installation LS $ 10,512.48 $ - $ 1,051.25 $11,563.73 5-7 Sign Base A16 and A23 Relocation LS $ 3,227.31 $ 619.68 $ 322.73 $4,169.72 5-8 In -Pavement Runway Lights LS $ 17,956.35 $ 1,795.64 $19,751.99 5-9 Orientation Adjustment of Sign B26 LS $ 470.94 $ 47.09 $518.03 State Sales Tax @8.20% $5,446.10 Total Change Order No.5 $71,861.96 December 16, 2016 City of Yakima Yakima Air Terminal 2406 West Washington Avenue, Suite B Yakima, WA 98903 Attn. Mr Robert Peterson Airport Manager Re. City of Yakima Yakima Air Terminal ALPHA TAXIWAY REHBILITATION A I P NO 3-53-0089-36 / 37 (FY 14) HLA Project No 11049 Change Order 5 Cost Analysis Dear Mr. Peterson. This Cost Analysis has been prepared for the Alpha Taxiway Rehabilitation Improvement project, AIP 3-53-0089-36 and -37 The Cost Analysis is in accordance with Order 5100 38D issued by the Federal Aviation Administration (FAA) to substantiate contract modification costs provided by the contractor The prime contractor on the project is Columbia Asphalt & Gravel, Inc. of Yakima, Washington Since the contract has been executed and there is not adequate competition, a Cost Analysis is being performed per Order 5100 38D to support the pricing A Cost Analysis is the evaluation of separate elements such as labor or materials that make up the total price to determine if the separate elements are allowable, directly related to the project, and reasonable Item No. Item Description Amount * 5-1 Vault Lid $4,533.64 5-2 Sign Base Adjustment $3,998.02 5-3 Relocation of Sign Base B5 $1,122.68 5-4 Sign Manufacturer Required Grounding $20,101.04 5-5 Concrete Obstruction Removal $657.01 5-6 Temporary Utility Vault Installation $11,563.73 5-7 Sign Base A 16 and A23 Relocation $4,169.72 5-8 In -Pavement Runway Lights $19,751.99 5-9 Orientation Adjustment of Sign B26 $518.03 *All costs noted above do not include sales tax. G:\PROJECTS\2011\11049C YAT ALPHA TAXI WAY REHAB - COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\CHANGE ORDER 005\CO 05 - PRICE ANALYSIS.DOC The change order pricing is verified as follows: Item 5-1. Item 5-1 pays for an additional aircraft rated lid. This item is heavily dependent on the material costs The project has a closely associated bid item, Item 36 — Electrical Junction Structure, L-115. The primary difference is the change order did not require a new electrical vault base, only the lid. To review this item, additional quotes were received over the phone and via email A written quote of $4,500.00 and verbal quote of $4,800 00 were received. Considering the invoice price, equipment rates, and allowable marking, the pricing of item 5-1 is justifiable. Item 5-2. Item 5-2 was verified using certified payroll rates and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Based on the certified payroll, equipment rates, and allowable markup, the pricing on item 5-2 is justifiable. Item 5-3. Item 5-3 was verified using certified payroll and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Based on the certified payroll, equipment rates, and allowable markup, the pricing of item 5-3 is justifiable. Item 5-4. Item 5-4 was verified using certified payroll rates and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Based on the certified payroll, equipment rates, and allowable markup, the pricing on item 5-4 is justifiable Item 5-5. Item 5-5 was verified using certified payroll and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Based on the certified payroll, equipment rates, and allowable markup, the pricing of item 5-5 is justifiable. Item 5-6. Item 5-6 is heavily dependent on the material costs. Labor and equipment costs were verified using certified payroll and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. For the electrical vaults, two additional quotes were obtained and show that the invoiced price is within 1% of the lowest quote for similar vaults. Based on the certified payroll, equipment pricing, material quotes, and allowable markup, the pricing of item 5-6 is justifiable Item 5-7. Item 5-7 was verified using certified payroll and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Based on the certified payroll, equipment rates, and allowable markup, the pricing of item 5-7 is justifiable. Item 5-8. Item 5-8 is heavily dependent on the material costs Labor and equipment costs were verified using certified payroll rates and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Existing conditions severely limited the products available. The procured in -pavement lights were the only option which met FAA standards and were compliant with AC 150/5345-46E An invoice was provided by the contractor to verify pricing. The engineer's estimate of these lights was approximately twelve percent higher than the procurement price. Considering the certified payroll, labor rates, equipment rates, material pricing, and allowable markup, the cost of item 5-8 is justifiable. G:\PROJECTS\2011111049C YAT ALPHA TAXIWAY REHAB - COLUMBIAASPHALT & GRAVEL, INC\CHANGE ORDERS\CHANGE ORDER 005\CO 05 - PRICE ANALYSIS.DOC Item 5-9. Item 5-9 was verified using certified payroll rates and standard equipment rates as shown in the Equipment Watch Rental Rate Blue Book. Labor and equipment were tracked by the field inspectors to confirm the equipment used and time taken to complete the work. Based on the certified payroll, equipment rates, and allowable markup, the pricing on item 5-9 is justifiable Please let us know if you should have any questions or require additional information. Regards, Michael D. Uhlman, PE Copy- Mary Vargas, FAA (Email) Steve Sziebert, HLA Stephanie Ray, HLA Caroline Fitzsimmons, HLA Correspondence File G:\PROJECTS\2011\11049C YAT ALPHA TAXIWAY REHAB- COLUMBIA ASPHALT & GRAVEL, INC\CHANGE ORDERS\CHANGE ORDER 005\CO 05 - PRICE ANALYSIS.DOC 6/30/2016 Yakima Air Terminal ITEM 5-1 - VAULT LID MATERIAL 100 KIP VAULT LID HANDLING LABOR JOURNEYMAN OPERATOR SUPERVISION 15% OF DIRECT LABOR LABOR UNITS TOTAL LABOR S - 0 1 EA $ 2,975.00 $ 2,975.00 0 1 EA $ 150.00 $ 150.00 0 $ - 0 $ 0 $ - $ 3,125.00 MATERIAL 0 MAN HRS 1 hrs $ 67.71 $ 67.71 $ - $ - $ 67.71 DIRECT LABOR 0% $ $ 67.71 TOTAL LABOR EQUIPMENT F350 PICK UP 580 K BACK HOE 1 hr s $ 32.75 $ 32 73 1 hs $ 75 22 $ 25.77 S S 57.95 EQUIPMENT TOTAL MATERIAL $ 3,125.00 TOTAL LABOR S 67.71 SAFETY 0% SMALL TOOLS $ 0% EQUIPMENT 57.95 SUB TOTAL 3,250.66 OVERHEAD S 487.60 15% OVERHEAD 0% SUB TOTAL $ 3,73816 PROFIT 373.83 10% SUB TOTAL S 4,112.08 LIABILITY INSURA $ 9.40 41.04 PER $1,000.00 BOND 82724 TOTAL $ 4O3.7 PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 D rec-frCoSt— HLA h:•!lin, • .:P•V • •,•'.• • t. TE RiviiNAL H2 n PRE-CASTIK SuIcl 1,::• CONCRETEP UCTS SNIP LATE 6)18120f L; LOAD 1-3,04,4 DuscrIptIon 444 444 2** 5.? • , ! • iqtr P 3*, ' TRUCI( ORIVE G,Ty Bowl,m; TRAUB. Pieaz;e rthi!ztt W Pref. -Cast, '<Pc, 333b F\1 Cleo ions .....•"+„ EiIt r acce;.:.t. VISA ty.jI H2 Pre -Cast, 1(135 N (lerrons St. East Weriztohee W.4 D8502. Pllorto: (509)884-6644 Fax: (509) 584-4567 +•.- 7,0;S:791135 SACFS REP ••- Job NUf".11:.-.T.: 16-120.41; Sh42. 0,...1; CONTRACT NO *TERMS. NOI 3n Exiii.Orr 4 • !7 INVOICE 130285 Involco Oat, 571P12016 ••-•--•-•• ••-• -••-. • 1)1 II Shipped U Pi Cu PAGE 1iCtEiNO TX Estensiop *14..7E 131,, 481' Sto,-0Aufe Totli T.Ahl lovolee t !moire Balance ej,•:;:j fr• sa.(isc•co so•on $8,050 LO f,11,950.00 Michael Uhlman From: Cates, Jeff (-Jeff Catesaolcicastle.com> Sent: Wednesday, December 07 2016 7.45 AM To: Michael Uhlman Subject: RE- Aircraft Rated Vault Michael, Get a price on an airport rated hatch I'd figure for the concrete part, hatch, and add freight, so soniewhere around S4S01) deIiverecti Thanks, Jeff Cates Saies,d as ePre:ast P 50c-5.56-3304 I C 50,2.C.29,3-14429 N Camar..:21 P22. Sp_141.41-0 .40.+2;y, WA Jy;21f., From: Michael Uhlman [mailto:mithiman@hlacivilocorn Sent: Tuesday, December 6, 2016 1].08 AM To Cates, Jeff <Jeff.Cates@oldcastle.com> Subject: RE: Aircraft Rated Vault Jeff M' specs on the project have requirements actually listed for a 100 P51 tire and 500,000 lbs. It's on a taxiway, so there shouldn't be any additional impact factor. My FAA specs don't specify contact footprints, so I'm not sure on that one. Based on the info provided, could you give me a budgetary quote on this? Regards. Michael Uhlman, PE HLA Engineering & Land Surveying, Inc 2803 River Road Yakima, WA 98902 Phone- (509) 966-7000 Fax- (509) 965-3800 From: Cates, Jeff Hailto:Jelteates_tolcicastle.k,onil Sent: +Tuesday, December 06, 2016 10:37 AM To: Michael Uhlman <muhitnailVtilaciyilci.ip Subject: RE: Aircraft Rated Vault We'd need the magnitude of the load (lbs.), the contact footprint, and the impact factor to come up with a price. 10/11/2016 Yakima Air Terminal ITEM 5-2 - SIGN BASE ADJUSTMENT Adjustment of Sign Base A28 & A36 MATERIAL LABOR LABOR UNITS TOTAL LABOR $ - 0 $ - $ - MATERIAL 0 MAN HRS Journeyman Electrician 5.5 hrs $ 69 62 $ 382.91 Journeyman Operator 8 hrs $ 67 71 $ 541.68 Journeyman Operator 8 hrs $ 67 71 $ 541 68 Apprentice Electrician 8 hrs $ 29.36 $ 234.88 $ $ 1,701.15 DIRECT LABOR SUPERVISION 15% OF DIRECT LABOR 0% $ $ 1,701.15 TOTAL LABOR EQUIPMENT ITEM 5-2 - SIGN BASE ADJUSTMENT F350 PICK UP 8 $ 32.73 $ 261.84 580 SUPER L BACKHOE 8 $ 25.22 $ 201 76 MACK DUMP TRUCK 0.5 $ 40.61 $ 20.31 F-250 PICK UP 10 $ 28.58 $ 285.80 Boom Truck 6.5 $ 33.01 $ 214.57 Light Plant 8 $ 9.31 $ 74.48 $ 1,058.75 EQUIPMENT TOTAL MATERIAL $ TOTAL LABOR $ 1,701.15 SAFETY $ - 0% SMALL TOOLS $ - 0% EQUIPMENT $ 1,058.75 SUB TOTAL $ 2,759.90 OVERHEAD $ 413.99 15% OVERHEAD $ 0% SUB TOTAL $ 3,173.89 PROFIT $ 317.39 10% SUB TOTAL $ 3,491.27 LIABILITY INSURA $ 143.28 41.04 PER $1,000.00 BOND - TOTAL $ 3,634.56 PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 HLA • !6! • Tt • 4 - " ***- - ! YAKIMA AIR TERMINAL _c_iccmcgx . 2.4„ ITEM 5-2 - SIGN BASE ADJUSTMENT igLr _ 22 2 2 le PIM 0 717 it4cErc---:— ALPHA TAXIWAY —tr,1 ... - — irtgecT ciiitccr tc ct7t( ‘,1 `c; , ICOR 0 111 I I ......... TH / L„. RUNWAY 9-27 worm scett.32,101)10K000 01.4.0 2 u17 -.747'0,30,16,4',,T• °'" 3 cctputcc scct Kct tuE100. NM., .G40. ' Ergt.'817.= ° " ffal!-r-'5,7f:-„:4PT;Bz 1.111[1] FLP. cAtIA, sans. ilx.rtACS AM. — ual AslAs — As. .0.•c t"—c% --1 • ccsLccrycm kitt HLA so.3 River Road Yalciou,WA0got thategtst,LoumanAssedatescInt. 65oo Cid Engineering • Land Surveying•Flanning www caxmcccom YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AIP 3-53-0089-33/36/37 MODHIED SIGN AND TAXIWAY LIGHTING PLAN ALPHA TA4WAY E44 E72 8/22/2016 Yakima Air Terminal ITEM 5-3 - RELOCATION OF SIGN BASE B5 RELOCATION OF SIGN BASE B5 MATERIAL LABOR Journeymen Electrician Journeyman Operator Apprentice Electrician SUPERVISION 15% OF DIRECT LABOR LABOR UNITS TOTAL LABOR $ 0 0EA $ $ 0 0EA $ 0 $ 0 $ 0 $ $ MATERIAL 0 MAN HRS 3 hrs $ 69.98 $ 209.94 3 hrs $ 67.71 $ 203.13 3 hrs $ 60.89 $ 182.67 $ 595.74 DIRECT LABOR 0% $ $ 595.74 TOTAL LABOR EQUIPMENT F250 PICK UP x 1 ea 580 K BACK HOE CRANE TRUCK PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 3 hrs $ 28.58 85.74 3 hrs $ 25.72 $ 75 66 2 Mrs $ 21.12 $ 42.24 S $ 203.64 EQUIPMENT TOTAL MATERIAL $ TOTAL LABOR $ 595.74 SAFETY 0% SMALL TOOLS $ 0% EQUIPMENT $ 203.64 SUB TOTAL $ 799.38 OVERHEAD S 119,91 15% OVERHEAD 0% SUB TOTAL $ 919.29 PROFIT 91.93 10% SUB TOTAL $ 1,011.22 LIABILITY INSURA! $ 9.40 41.04 PER $1,000.00 BOND S 20.22 2% ,ALIo 13crrut, -04 TOTAL $ 17040704— a\ /' / \ \:;,,... -i / ` / . .. ,.. ITEM 5-3 - RELOCATION OF SIGN BASE 85 /2 92, 2,99, • 5 PLKI AN lx151. VI. A OE COmP3110 cp.!, !GM Ar0 a01. 11.7.4,4 CAIN° =ATOM 1•000, tO WALL /11I ME cam R.* W.V. =1'i:74'7:Nat 119 HI, 2303 RIVRaed A 122.12, WA 98002 IS Harepe, WU= ASSOCiateS, Inc. Fo5oc 009.35o5 , 500 266.2090 CMI Engjnening • Land Surveying.Planning 1 , wimutarittes.aw. a2r992 C00.00.47 r0.2 239L •.• • YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AIP 3-53-0089-33/36/37 MODIFIED SIGN AND TAAIWAY LIGHTING RLAN BRAVO TAXIWAY NORTH E52 E72 8/22/2016 Yakima Air Terminal ITEM 5-4 - SIGN MANUFACTURER REQUIRED GROUNDING SIGN GROUNDING #6 TO SIGN FRAME MATERIAL #6 BARE COPPER 72 X 8FT #6 TO #6 EXTROTHERMIC WELD - TEE LABOR LABOR UNITS TOTAL LABOR $ 0 576 EA $ 0.24 $ 138.24 0 72 EA $ 3.33 $ 239.76 0 0EA $ - $ 0 $ 0 $ $ 378.00 MATERIAL 0 MAN HRS Groundman 72 hrs $ 69.62 $ 5,012.64 Journeyman Operator 72 hrs $ 67.71 $ 4,875.12 0 hrs. $ 31 07 $ $ 9,887.76 DIRECT LABOR SUPERVISION 15% OF DIRECT LABOR 0% $ $ 9,887.76 TOTAL LABOR EQUIPMENT -350 P1CK UP i*2 $ i2 73 $ i 356156 530 SUPER L BACK -OE 72 S 25 22 S 1 3.15 8,4 MACK DUMP TRUCK 0 $ F 250 PICK UP 0 S 28 58 $ WATER BUFFALO 0 5 14 4? $ TEKEUCHI TB 135 0 5 16 69 $ $ 4,172.40 EQUIPMENT TOTAL MATERIAL $ 370.00 TOTAL LABOR $ 9,887.76 SAFETY 0% SMALL TOOLS $ 0% EQUIPMENT $ 4,17240 SUB TOTAL $ 14.438.16 OVERHEAD $ 2,165.72 15% OVERHEAD 0% SUB TOTAI $ 16,603.88 PROFIT $ 1,660,39 _10% SUB TOTAL $ 18 264 27 LIABILITY INSURA $ 9,40 41.04 PER $1,000.00 BOND $ -3E6_29 -Fir TOTAL PLEASE CALL JESSE DR/WOO WITH QUESTIONS, 509-252-5817 7 Ac4. :41! HLA 2. 27 yv.4 ''AL tatelMfanswas 22 27 9 • MY.: foi....CA Kaffewtonorm YAKIMA AIR TERMINAL User Manual 96A0455 Retain for future use Rev. C. 3713 ET._ Certified to FAA Specif ion L -858Y, L -858R, L -858L, AC 150/5345-44 (Current Edition) FAA Engineering Brief No. 67 ETL Cerlifed Airfield Solutions LED L-858Y/R/L/B Light Bar Signs Top ONLY Light Bar Size 1, 2, 3, 4 and, 5 Internally Illuminated ITEM 5-4 - SIGN MANUFACTURER REQUIRED GROUNDING LED L-858Y/R/L/B Light Bar Signs History of Change 96A0455 Rev. C 3/7/13 Disclaimer This manual could contain technical inaccuracies or typographical errors. ADB Airfield Solutions reserves the right to revise this manual from time to time in the contents thereof without obligation of ADB Airfield Solutions to notify any person of such revision or change. Details and values given in this manual have been compiled with care. They are not binding, however, and ADB Airfield Solutions disclaims any liability for damages or detriments suffered as a result of reliance on the Information given herein or the use of products, processes or equipment to which this manual refers. No warranty is made that the use of the information or of the products, processes or equipment to which this manual refers will not infringe any third party's patents or rights. Warranties LED Products of ADB Airfield Solutions manufacture are guaranteed against mechanical, electrical, and physical defects for a period of four years after the date of installation and are guaranteed to be merchantable and fit for the ordinary purposes for which such products are made. ADB Airfield Solutions will correct by repair or replacement, at its option, equipment or parts which fail because of mechanical, electrical or physical defects, provided that the goods have been properly handled and stored prior to installation, properly Installed and properly operated after installation, and provided further that Buyer gives ADB Airfield Solutions written notice of such defects after delivery of the goods to Buyer Refer to the Safety section for more information on Material Handling Precautions and Storage precautions that must be followed. ADB Airfield Solutions reserves the right to examine goods upon which a claim is made. Said goods must be presented in the same condition as when the defect therein was discovered. ADB Airfield Solutions further reserves the right to require the return of such goods to establish any claim. ADB Airfield Solutions' obligation under this guarantee is limited to making repair or replacement within a reasonable time after receipt of such written notice and does not include any other costs such as the cost of removal of defective part, installation of repaired product, labor or consequential damages of any kind, the exclusive remedy being to require such new parts to be furnished. ADB Airfield Solutions' liability under no circumstances wit exceed the contract price of goods claimed to be defective. Any returns under this guarantee are to be on a transportation charges prepaid basis. For products not manufactured by, but sold by ADB Airfield Solutions, warranty is limited to that extended by the original manufacturer This is ADB Airfield Solutions' sole guarantee and warranty with respect to the goods; there are no express warranties or warranties of fitness for any particular purpose or any implied warranties of fitness for any particular purpose or any implied warranties other than those made expressly herein. All such warranties being expressly disclaimed. Trademarks General notice: other product names used here are for identification purposes only and may be trademarks of their respective companies. Proprietary Information This information carrier contains proprietary Information, which shall not be used for other purposes than those for which It has been released, nor be reproduced or disclosed to third parties without the prior written consent of ADB Airfield Solutions. No part of this publication may be reproduced, stored in a retrieval system, or transmitted in any form or by any means, mechanical, photocopy, recording, or otherwise, without the prior written permission of ADB Airfield Solutions. No patent liability is assumed with respect to the use of the information contained herein. Neither is any liability assumed for damages resulting from the use of the information contained herein. ADB Airfield Solutions shall not be liable to the purchaser of this product or third parties for damages, losses, costs, or expenses Incurred by purchaser or third parties as a result of accident, misuse, or abuse of this product or unauthorized modifications, repairs, or alterations to this product. ADB Airfield Solutions shall not be liable against any damages arising from the use of any options or parts other than those designated as approved products. Copyright C 2013 by ADB Airfield Solutions. All rights reserved. a.1 History of Change PAGE REV DESCRIPTION EC NO. CHECKED APPROVED DATE All A Released Manual 3754 / 3799 DM ER 1/11/13 B Updated VA Load Data JK ER 3/01/13 25 C Updated troubleshooting info JK ER 3/10/13 CO 2013 ADB Airfield Solutions All Rights Reserved ITEM 5-4 - SIGN MANUFACTURER REQUIRED GROUNDING 96A0455 Rev. C LED L-858Y/R/L/B Light Bar Signs 3/7/13 TOC TABLE OF CONTENTS a.1 . History of Change ii 1.0: Safety .. ..1 1.1 : To use this equipment safely 1 1.1 1 . Additional Reference Materials 1 1.1.2 • Qualified Personnel 1 1 1.3 • Intended Use ... 1 1.1 4 . Storage .. 1 1.1 4 1 Operation 2 1.1.4.2 Material Handling Precautions 2 1.1.4.3 Action in the Event of a System or Component Malfunction... 2 1 1 4 4 Maintenance and Repair ... 2 1.1 4.5 Operation of Overloaded Regulators 2 2.0: Introduction .. ....... 3 2.1 • Compliance with Standards ....3 2.1.1. Uses ... .. 3 2.1.2 Electrical Supply 3 2.1.3 Sign Load & Transformer Requirements 4 2.2 . Dimensions 5 2.2 1 Sizes 1, 2, 3, and 5 5 3.0: Installation 9 3.1 Unpacking .... ....9 3.2 Cord Set Installation 10 3.2 1 • Cord Set Installation Reference Number 10 3.2.1 1 Cord Set Exit Location #1 . 10 3.2.1.2 Cord set Exit Location #2 11 3.2.1.3 . Cord set Exit Location #3 12 3.2.1 4 . Cord set Exit Location #4 13 3.2.2 : Cord set and Extension Cords 13 3.3 . General Guidelines 15 3.3 1 : Overall Mounting Height ... ..... 15 3.3.2 : Sign Orientation ... ....15 3.3.3: Sign Distance from Pavement Edge 15 3 3 4 : Sign Installation on a Concrete Pad ..15 3.3 4 1 Concrete Pouring ... 15 3.3.5 Sign Mounting ..18 3.3.6 Wiring 19 3.3 7 • Earth Ground Lug 19 3.3.8 Sign Fastener Installation 19 3.3.9 Tethers ..................20 4.0: Maintenance and Repair 21 4 1 • Replacing the Power Supply 22 4 1 1 Wiring the Power Supply 22 4.2 . Replacing an LED Light Bar .. 23 4.3 . Troubleshooting 25 5.0: Parts ... 27 © 2013 ADB Airfield Solutions All Rights Reserved ill ITEM 5-4 - SIGN MANUFACTURER REQUIRED GROUNDING 96A0455 Rev. C LED L-858YIR/L/B Light Bar Signs 317113 General Guidelines 3.3 General Guidelines 3.3.1 Overall Mounting Height 3.3.2 Sign Orientation 3.3.3 Sign Distance from Pavement Edge WARNING • Signs must be grounded to a true earth ground. Failure to observe this warning may result in personal injury, death, or equipment damage. • When installing signs, follow the guidelines covered in FAA AC 150/5340-30 for mounting pad design. Also see the following subsections for detailed information on sign pad and leveling of the sign. • FAILURE TO INSTALL AND LEVEL THE SIGN AS DESCRIBED IN THE VARIOUS SUBSECTIONS BELOW WILL VOID THE WARRANTY • Mount the signs on a concrete slab or concrete pedestals • Do not allow concrete edges to protrude above grade. • Provide power to the signs through breakaway cable connectors installed within the frangible coupling portion of the sign's mounting legs. • Install auxiliary equipment, such as isolation transformers, in a light base embedded in the ground. Install signs so that the overall height above the surrounding ground of the sign assembly, including mounting supports, does not exceed heights given In Table 2 thru Table 6 and the clearances of aircraft wings as specified in AC 150/5340-18. The sign must provide 12 inches (304.8 mm) of clearance between the top of the sign and any part of the most critical aircraft using, or expected to use, the airport when the aircraft's wheels are at the pavement edge. For overall mounting height, refer to AC 150/5345-44. When orienting signs follow the guidelines below • Orient the sign so that the face is perpendicular to the centerline of the taxiway or runway. NOTE: Check site plans and specifications for the location of the power leg (leg where the L- 823 cord set is located) in reference to the L-867 light base. Typically, the L-867 light base is immediately under the power leg or is at the same end, but not under the power leg. ADB Airfield Solutions' signs are shipped with the sign product label attached to the sign end where the power leg is located. In addition, verify that the sign legend is orientated correctly to the taxiway or runway per the site plans when the sign is installed on the pad. If the sign legend location is not correct, then the panels must be removed and reinstalled in the sign in the correct location. • For special situations refer to FAA AC 150/5340-18 for the correct orientation. Refer to Table 14 for the distance of signs from the pavement edge. Refer to AC 150/5340-18 for more information on the location of different types of taxiway signs. Table 14: Recommended Sign Distance from Pavement Edge Sign Size Distance from Pavement (ft.) Distance from Pavement (m) 1 10-20 3.1-6.1 2 25-35 7.6-10.7 3 35-60 10.7-18.2 4 50-75 15.2-22.9 5 20-35 6.1-10.7 3.3.4 Sign Installation on a NOTE: Follow site plans and specifications for concrete dimensions. Concrete Pad 3.3.4.1 Concrete Pouring See FAA AC 150/5340-30, for concrete base design. To pour a concrete pad, perform the following procedure: 1. Determine the sign size and number of modules. 2. Pour your concrete pad according to the following requirements: • A minimum of 30 inches (762 mm) wide, extending a minimum of 6 inches (152.4 mm) beyond the end of the supports. The sign pad needs to be flat and level in the area where © 2013 ADB Airfield Solutions All Rights Reserved 15 ITEM 5-4 - SIGN MANUFACTURER REQUIRED GROUNDING LED L-858Y/R/UB Light Bar Signs General Guidelines 96A0455 Rev. C 3/7/13 the sign mounting flanges are located. See FAA AC 150/5345-30. The mounting floor flange is nominally 5.0 wide x 7.50 (127mm x 190.5mm) long and the area beyond the flange can be tapered to the outside edge of the concrete pad to provide for pad drainage. A minimum of 4 inches (101.6 mm) depth, extending below the frost line to prevent frost heave. • Reinforce according to site plans and specifications. 3. Install a minimum of one 12 -inch (304.8 mm) L -867B power base (1) according to the following guidelines: Install the base close to the sign in or near the concrete pad to provide easy access to the isolation transformer. NOTE: When installing the base in the concrete pad, hold the L-867 base firmly in place during construction of the pad so that the upper surface of the base flange is level within ± 2 degrees and not more than 3/8 inch (9.525 mm) above the concrete surface All other bearing surfaces on the pad for additional flange supports should be kept in the same horizontal plane as the L-867 base flange The pad area where the sign mounting flanges will be located is to be flat with no taper to ensure that the sign will set level to prevent uneven loading on the frangible couplings. See FAA AC 150/5340-30 for pad design. • For the Mode 2 and 3 signs. Before the concrete sets, install two 1/2-13 anchor bolts into the concrete pad. The bolt hole centerline is on a 6 -inch diameter bolt circle, 180 degrees apart as shown. Bolt slots are 0.62 -inches wide x 1.0 long. Overall width of flange is 5.0 inches and overall length is 7.5 inches (127mm x 190.5mm). Bolts should be located perpendicular to the sign face. NOTE: A customer -supplied template is recommended to hold the bolts in position while the concrete sets. Anchor bolts (customer -supplied) must be a minimum of 1.25 inches (31 75 mm) above the top surface of the concrete pad to attach the mounting bases. Hilti Quick Bolts (wedge -bolt) or Red Head Trubolt Wedge Anchors are recommended for installing the flanges after the concrete sets (customer -supplied). Check with the anchor -bolt manufacturer for their recommendations as applied to your airport site. Example Hilti Kwik Bolt 3 Standard Thread 304 Stainless Steel NOTE: With either anchoring system, the allowable load for any specific bolt is dependent upon several factors; type of concrete, depth of embedment, edge distance, anchor spacing, etc. ADB can advise the customer of various manufacturers of anchor bolts, but ADB cannot approve their specific installation 16 CO 2013 ADB Airfield Solutions All Rights Reserved 96A0455 Rev. C 3/7113 ITEM 5-4 - SIGN MANUFACTURER REQUIRED GROUNDING LED L-858Y/R/L/B Light Bar Signs General Guidelines Figure 12: Mode 2 and 3 Frangible Coupling for Size 1 Signs, Mode 2 Frangible Coupling for Size 2, 3, 4 and 5 Signs, Part number 62A2142 1/2-13 ANCHOR BOLTS 2 PER MOUNTING FLANGE Figure 13: Mode 3 Frangible Coupling for Size 2, 3, 4 and 5, Hi Wind, Part Number 62A2146 1/2-13 ANCHOR BOLTS 4 PLACES @ 90° EA — ON A 8.00 DBC CL © 2013 ADB Airfield Solutions All Rights Reserved 17 LED L-858YfR/LJB Light Bar Signs General Guidelines 90A0455 Rev, C 317113 3.3.5 Sign Mounting NOTE: Signs are totally assembled at the factory arid are ready for direct installation. Mounting flanges may be removed to lubricate the threads of the frangible coupling with anti -seize compound before installing sign. If male L-823 connector is routed through a leg: slide frangible coupling over male connector and insert into female connector in base plate, and then screw frangible coupling into base plate To mount the sign onto the concrete pad to insure the assembly is flat, perform the following procedure 1. When the sign is ready to be bolted to the concrete pad set the sign assembly on the concrete pad and position the sign over the anchor bolts. Hand -tighten the bolts or nuts to fasten the mounting flanges to the concrete pad. 2_ To Insure that the sign assembly is mounted flat on the concrete pad, first loosen all three hex sel screws found on each frangible coupling that are installed on ihe sign. See Figure 14. Once all the hex screws are loosened each of the sign legs will floal free inside the frangible coupling that is screwed into the mounting flange Second, use a bubble, digital. or laser level to verify that the assembly is flat and level. Adjustments to make the assembly fiat and level can be made by raising or lowering one end of the sign assembly lc make the assembly fiat and level. NOTE: Once the assembly is flat it may be necessary to block -up or hold the assembly in the flat position until all of the hex set screws can be re -tightened on each of the frangible couplings to secure the sign leg to the coupling. Once the sign is flat and level finish tightening the mounting bolts to their correct torque value If the sign pad is tapered in the area when the mounting flanges are located shims may reed to be placed under the mounting flanges to ensure that the coupling frangibility characteristics are the same for each coupling. If in doubt, contact ADB Airfield Solutions Engineering. Figure 14: Sign Frangible Couptin 14 Ley Set Screws CAUTION • Sign frangible couplings are uniquely designed for use on the sign size stamped on the coupling and can only be used for that particular size sign If couplings must be replaced, make sure the sign size on the couplings matches the size sign on which they are to be installed. 3 Connect an AWG 12 (minimum) ground wire to the earth ground lug on the bottom of the sign. Refer to Figure 19 for electrical connections for series circuit installation. CAUTION • Lock oul power before making any electrical connections. Failure to observe this warning may result in personal injury, death, or equipment damage 2013 ADB Airf,eld Solutions All Kghts Reserved 96A0455 Rev. C 317/13 LED L-858YIR/L113 Light Bar Signs General Guidelines 3.3.6 Wiring 3.3.7 Earth Ground Lug 3.311 Sign Fastener Installation 4. Install tether. Refer to Tethers in this section. 5. Plug the cord set into the sign and the transformer. 6. Reinstall panels (if removed) and top lid (if removed). Refer to Figure 19 for wiring diagram. VVheri installing cable. follow the guidelines below_ • Install all cable for direct earth burial or for placement in duct according to Item 108 or Item 110 of AC 150/5370-10 as appropriate. • Operate the signs as a part of a series lighting system. The signs are connected into the series circuit by means of an isolation translormer, see "Electrical Supply" on page 3 WARNING • • Signs must be properly grounded to true earth ground Failure to observe this warning may result in personal injury, death, or equipment damage. Attach the earth ground lug if not present. The earth ground lug is located on the outside frame of the sign to permit easy connection of an AWG 12 (minimum) earth ground wire to the sign. If necessary, you may remove the ground lug from the outside and place it on the inside anchored to the frame. SIDE PANEL ATTACHMENT (TOP AND EICITOM SIZE 4 SIZE 5,ANLI HIGH MND SIGNS. USE EXISTING HARDWARE AND LOCTITE TORQUE TO 115 t 10IN-La a SQL i3 SIGNS USE EXISTING HARDWARE TORQUE TO 115 t 10 IN -LB BOTTOM PANEL e END & INTERMEDIATE F'TTING $I2E 4. SIZE 5 AND Hir WIND SIGNS INSTALL WITH LOCTITE TORQUE TO 115 r 10 IN LB SIZE 1 Sta.:2 & SIiE j SIGNS USE EXISTING HARDWARE TORQUE TO 115 1 IC 'NAB SIGN FASTENER INSTALLATION TOP RAIL (q., END & INTERMEDIATE FITTING 51"F.4 W5 5 ANO iGr YVNP SPNS. INSTALL WITH LOCTITE TORQuE TO 115 * !i) IN -LB SIZE 1 SIZE 2, AND SIZE 3 SIGNS USE EXISTING HARDWARE TORQUE TO 115 t 10 IN -LB POST ATTACHMENT. TOP AND BOTTOM CORNER & INTERMEDIATE FITTINGS ALL SIGNS: INSTALL USING LOCTITE TORQUE TO 115 t 10 IN -La FRANGIBLE FITTING ATTACHMENT ALL SIGNS TORQUE TO 200 t 10 -IN LB g) 2013 ADB Airfield Solutions A. Rights Reserved 19 8/22/2016 Yakima Air Terminal ITEM 5-5 - CONCRETE OBSTRUCTION REMOVAL CONCRETE REMOVAL SIGN BASE B4 MATERIAL Disposal Fee ( Concrete ) LABOR LABOR UNITS TOTAL LABOR $ - 0 1 EA $ 24,00 $ 24.00 0 $ - 0 $ - 0 $ 0 $ $ 24.00 MATERIAL 0 MAN HRS Journeymen Electrician 1.5 hrs $ 69.98 $ 104.97 Journeyman Operator 1.5 hrs $ 67.71 $ 101.57 Apprentice Electrician 1.5 hrs $ 60.89 $ 91.34 $ 297.87 DIRECT LABOR SUPERVISION 15% OF DIRECT LABOR 0% $ $ 297.87 TOTAL LABOR EQUIPMENT F350 PICK UP TAKEUCHI tBi mu MINI [X MACK DUMP TRUCK 1.5 $ 28 50 $ 42.75 15 $ 40.20 $ 60 30 15 $ 2054 $ 39 81 $ 142.85 EQUIPMENT TOTAL MATERIAL $ 24.00 TOTAL LABOR S 297.87 SAFETY $ SMALL TOOLS $ 0% EQUIPMENT S 142.86 SUB TOTAL S 464.73 OVERHEAD $ 69.71 15% OVERHEAD 0% SUB TOTAL S 534.44 PROFIT 53.44 10% SUB TOTAL LIABIUTY INSURA BOND 0% TOTAL. PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 41.04 PER $1,000,00 44..eo H A \ Ntigc.61.4.4.47.4'1.0.ff YAKIMA AIR TERMINAL EQUIPMENT F350 PICK UP DAY 560 SUPER L BACKHOE MACK DUMP TRUCK PLEASE GALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 9 hs $ 32 73 $ 294.57 9 hrs $ 25.22 $ 226 98 9 firs $ 40 61 $ 365.49 $ 5 887,04 EQUIPMENT TOTAL MATERIAL $ 5,550.00 TOTAL LABOR $ 1,865.79 SAFETY 0% SMALL TOOLS $ 0% EQUIPMENT $ 887.04 $ 8,302.83 SUB TOTAL OVERHEAD $ 1,245.42 15% OVERHEAD 0% SUB TOTAL 8 9,548.25 PROFIT 8 954.83 10% SUB TOTAL $ 11/ .138 LIABILITY INSURA $ 9.40 41.04 PER $1, BOND $ 0. . Ado TOTAL $ 1e2E7111.-- /0, V.N.tr Akt.(18,* WV ;14 fRi A4 HL 23,1110LIM atxtemi; , aapetu, ;14.qw$4, r *AO RUNWAY 9.-27 , • (;--..,./.70 ; ALPHA TAXIWAY . • • YAKIMA AIR TERMINAL neule ;Ctleettee tette.; e 01,0'04 e etel gee fj E•3„ A3 ; e9; ThW,:eeLee giggeggiAt J •• • • " *.ggs****;;;,;; \ ,;••,-.;;;;;g,s v.:: 0.. RUNWAY 9-27 ALPHA TAXIWAY —*ere' ieeteee 1 .60.51tgete ..0;fie YAKIMA AIR TERMINAL ALPHA TAXIWAY ttni,:sit ttIttAt.". RUNWAY 9-27 t. muetex \ tot UtfttltflOtti osEtttatv MR! ,.4•S tt\-,444 .40tt-itt; 1u...tetra . dtt.i.PES: Ittit metette Mitt*, et. Xi NI A2 t • ' \ ere 2Miett,t, I • •,•• VENICE ...1.10$04.,\•• rAtter. 010C *WP 3t. NSW euLte -72-11111 KNAlaNahlt teMettC "443.0,•••.•••• uttialMt \COW) WA./ ;$4e° ••••••••••• YAKIMA AIR TERMINAL , Sold to: 2 =CHM DUCTS COLVICO Colvico, IRo. P.O. Box 2882 Spokane, WA 99220 SHIP`DATE- ,� 5/26/2016~ LOAD. 135576 ' _......._..: ITEM 5-6 - TEMPORARY UTILITY VAULT INSTALLATION "TRUCKORII%ER Ted LeRoy H2 Pre -Cast, Inc. 3835 N Clemons St. East Wenatchee, WA .98802 Phone: (509) 884-6644 Fax: (509) 884-4567 Job Number Ship to: 'CONTRACT NO. INVOICE 130381 Invoice Dote: 5/26/2016 16-12128 Yakima Airport 444LA 2406 West Washington Yakima, WA Item Description TRAILER; Structure. 444 VB444 444 Electrical Vault Base VL440-13 440-13 Aluminum Diamond Plated Vault Lid BRMASTIC3/4 3/4" Mastic Please make check payable to H2 Pre -Cast, Inc 3835 N Clemons St. East Wenatchee, Wa 98802 We also accept VISA or MasterCard SALES REP Justin Peters TERMS Net 30 EXEMPT/I A16 1000 17 Pieces Units Shipped Unit Price 3 3 3 1 EA 1 EA 1 EA 3 $800.00 3 $995.00 3 $5.00 Structure Total PAGE :TICKET NO. 130381 TX Extension Taxable $2,400.00 $2,985 00 $15 00 $5,400.00 $0.00 Non -Taxable $5,400 00 Sub Total $5,400.00 Tax $0.00 Invoice Total Less Deposit Invoice Balance $5,400.00 $0.00 $5,400,00 • T ' Michael Uhlman From: Cates. Jeff ‹Jeff Cii!es,jholncastle. Lair Sent: ¶ srlay Decembe' 01, 2016 7-31 AM To: Michaei Uhl fTldr; Subject: Vat,lis Yakinla Attachments: 142, LA pcit- Cover5 and Frames 132P 2 .33-2P ard .3-3.37.raOf- PCorp 79.12878 and '00287') -444.pch Gond morning Michael, am deff Cates sales rep for Oldcastle Precast Spokane Serving the Eastern Washington, Northern idaho, and 'Nester) Montana Area. Thank you for the request for a quote on some vaults. h this going to be a Pacificorp Vault? attar hed is oil/ standard 444 -IA. Far a budgetary quote: 444-14 Base with Irons 44-33f cover and Hatch 332..DP 5A would he 51,209 00 plus freight area code 98908 Yakima 5500 00). If it is a PCorp Vault it will he 51,481 00 plus freight. you need a formal quote) Let me know if you need a .iiiT,hing .eise. Thanks, Jeff Cates P C •!Na 14'aP N Pal i one a, ifaci o! as' Confidentiality Notice • al di f ff,Pair. ,e ITEM 5-6 - TEMPORARY UTILITY VAULT INSTALLATION 4 x 4, Manhole Incidental Traffic Vault, Stock Item 7992878 4 x 4, Manhole Full Traffic Vault, Stock Item 7992879 r Dla. Lift Insert (2 Places in Top) 444-MH-PCORP Spring Assisted Galvanized Diamond Plate Door w/Locking Latch Optional-NonSlip Door TOP ~• ` !1 INCIDENTAL TRAFFIC 1 No. 44-332P-PCORP (Shown) PGORP #7992878 865 lbs. BASE No. 444-B-PCORP 2.700 lbs. 1 t -I�-1I1-1-II-I- ihh- �� I_t_1_I_l. 2-Ton Lift Anchors (2 Places in Top) 2'-0" Long Galvanized "C" Channel (1 Each Wall) Galvanized Pull/Lift Iron (1 Each Corner) 2.38" Dia. Term -A -Duct _ (1 Each Wall, 2 Walls) 3.51" Dla. Term -A -Duct (4 Each Wall, 2 Walls) OPTIONAL TOP FULL TRAFFIC No. 44-38C- ?CORP PCORP #7992879 605 lbs. (4) - 4" Dia. Grounding Inserts (2 Inside Walls, 2 Outside Walls) 3'-6" 4'-0" 4.5" Dia. Term -A -Duct — (1 Each Wall, 2 Walls) "8" Dla. Sump No. 30" x 10" Dia. Manhole Costing - ?CORP 800 lbs. e• .. SA,. ' A� eee_ eeq,�a3 � ee`\ ., ee•A neo Non Skid Covers Available FOR DETAILS, SEE REVERSE» (buns Shnwn Are Suhleal To Change Wdhout Notice Issue Dale. Aphl 2016 Scale: 1/2" = 1'-0" 41 �- 3.51" Dia. Term -A -Duct (2 Each Well. '2 Walls) 4 -O" 4.5" Dia. Term -A -Duct (2 Each Wall, 2 Woks) ® 2016 Oldcestle Precast, Inc. !Mailing•Address: 922 N.,CarnahankRd, Spokanene Valley. .'WA 99212 Phone:.509:5;36-3300 Fax:'509-536=3313 Email OPI-Spokane.Salp. Ootdcastle.com opspokane. cam :.;. OIddcastt a Precast' Delivering Reliability ITEM 5-6 - TEMPORARY UTILITY VAULT INSTALLATION (2) - 2--Tn\ Lift Anchors 2-) (TYV) No PLAN VIEW •00 n "a V_ (2) - r Dia. Inserts (Typ.) No. 332P Spring Assisted Galvanized Diamond Plate Door w/Locking Latch 44-332P-PCORP (INCIDENTAL TRAFFIC TOP) PCORP #7992878 Butyl Resin Sealant - 2'-C' Long Galvanized 'C- Channel (1 Each Wall) 4,5' Dia. Terra -A -Duct (2 Each Wall, 2 Walls) 3.51" Cia. Term -A -Duct (2 Each 'Nall. 2 Walls) r r r Galvanized Pu I/Lift Iron (' Each Corner) SECTION AA —T 0 if) a M Scale (4) - }" Dio. Grounding Inserts _ (7 Inside Walls, 2 Outside Walls) 351" Dia. Terra -A -Duct (4 Each Wall, 2 Walls) m N N ? 444-MH-PCORP 4.5" Dia. Term -A --Duct (1 Each Wall, 2 Walls) 2.38' Dia. Term -A -Duct (I Each Wall, 2 Walls) -14 41 1 -- 1!" 611" =-I 61.. END VIEW 6" ® 2016 Oldcastle Precast, Inc, opspokane.com Michael Uhlman From: Darin Swan <ci,,wan@wilbertprecast.com> Sent Thi;rsday, Dccernher 01 2016 7.29 AM To: M,chael Uhlman Subject: Ell Vault Price for vaunt hatch is. $1 585 On Thilrlk YOU Darin D. Swan Prutincl Dcsign & Saks Spokane Brunch Yakima Branch Lewiston Brunch 2215 E. Brooklyn Ave. SpokaneAN A 99217 Direct: (509) 789-2264 Cell: (509) 768-5453 otiL; 231)9 S. 38" Ave 271(14' e Vukinta,W.‘ 9)19(J3 Lewiston, 11) (509) 248-1984 (208) 746-1125 2215 E. BROOKLYN AVE - SPOKANE, WA 99217 TOLL FREE 1-800-888-4573 (509) 325-4573 FAX (509) 325-5098 SPOKANE - LEWISTON - YAKIMA www.wilbertprecast.com (8) 04" KNOCKOUTS 00 00 00 00 VAULT ENDS ITEM 5-6 - TEMPORARY UTILITY VAULT INSTALLATION OVERALL HEIGHT: 4'-2" 4'-8" 4'-8" 3200 1 B -RATED DS-4UA444 LIFTING EMBEDS 33" x 33" H2O HATCH (LIGHT TRAFFIC ONLY) (7) 05" KNOCKOUTS (4) 04" KNOCKOUTS 000 rpo 000 `bo VAULT SIDES 2" 6 1 ., 2 TOP SLAB Ell -T (1,800#) 3" 3" (4) 14 x 14 x 36" UNISTRUT 3'-7 1/2" NOTES: *CONCRETE - 5,000 PSI MIN (28 DAY) *REINFORCEMENT - #3 REBAR ASTM A-615 GRADE 60 MESH 4x4W2.9XW2.9 ASTM A185 GRADE 65 *H-20 LOAD RATING FOR INCIDENTAL TRAFFIC ONLY 3" BASE #E11 -B (3,600#) *GROUND ROD INSERT 4'-8" CONNECTOR BY REQUEST TOP SLAB (El 1-T) OPTIONS • 024" HOLE • 030" HOLE * 036" HOLE * 33" x 33" H2O HATCH (LIGHT TRAFFIC ONLY) *TRANSFORMER PAD MOUNT ELECTRICAL VAULT MODEL #: E11 8/22/2016 Yakima Air Terminal ITEM 5-7 - SIGN BASE A16 AND A23 RELOCATION SIGN BASE RELOCATION @ 49+13 MATERIAL LABOR Journeyman Operator Apprentice Electrician SUPERVISION 15% OF DIRECT LABOR LABOR UNITS TOTAL LABOR $ 0 0EA $ $ 0 0EA $ $ 0 $ 0 $ 0 $ - $ - MATERIAL 0 MAN HRS 16.5 hrs $ 67.71 $ 1,117.22 15 hrs $ 29.36 $ 440.40 $ $ 1,557.62 DIRECT LABOR 0% $ $ 1,557.62 TOTAL LABOR EQUIPMENT F-350 PICKUP 15 $ 32 73 $ 490 95 580 SUPER 1. BACKHOE 14 5 $ 25.22 5 365 69 MACK DUMP TRUCK 0 $ H253 PICK UP 2. $ 28 58 S 57 16 INA I ER BUFFALO 2 $ 14 42 S 29_84 I L.KI:UCI-ii TB 135 3 $ 16 99 $ .50 97 993.61 EQUIPMENT TOTAL MATERIAL S TOTAL LABOR $ 1,557.62 SAFETY S - 0% SMALL TOOLS S 0% EQUIPMENT 5 993.61 SUB TOTAL 2,551.23 OVERHEAD $ 382.6B 15% 1ST $50,000 OVERHEAD S - 0% BALANCE SUB TOTAL S 2,933.91 PROFIT 293.39 100.6 SUB TOTAL S 3,227,39 LIABILITY INSURA 9.40 41.04 PER $1,000.00 BOND 64755-846 N© TOTAL PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 7O1 .2- ITEM 5-7 Colvico Labor $ 1,557.62 Colvico Equipment $ 993.61 Direct subtotal $ 2,551.23 Overhead $ 382.68 Direct + overhead $ 2,933.91 Profit at 10% $ 293.39 CoMco Total $ 3,227.31 Columbia Labor Columbia Equipment Direct Subtotal Overhead Direct + overhead Profit at 10% Columbia Total ITEM 5-7 - SIGN BASE A16 AND A23 RELOCATION $ 129.55 2 hours/Operator $ 360.32 2004 Hitachi 330LC Excavator $ 489.87 $ 73.48 $ 56335 $ 56.34 $ 619.69 Columbia Markup on Colvico $ 322.73 Change Orders Item # Colvico Direct Costs Columbia Markup @ 10% Total Cost 5-1 $ 4,112.08 $ 411.21 $ 4,523.29 5-2 $ 1,979.47 $ 197.95 $ 2,177.42 5-3 $ 1,011.22 $ 101.12 $ 1,112.34 5-4 $ • 461.54 $ 46.15 $ 507.69 5-5 $ 587.88 $ 58.79 $ 646.67 5-6 $ 10,503.08 $ 1,050.31 $ 11,553.39 5-7 $ 3,227.31 $ 322.73 $ 4,169.72 5-8 $ 13,950.58 $ 1,395.06 $ 15,345.64 5-9 $ 18,264.27 $ 1,826.43 $ 20,090.70 ITEM 5-7 - SIGN BASE A16 AND A23 RELOCATION \ TERMINAL APRON ALPHA TAXIWAY :77-77:21,1• • RUNWAY 9/27 LEGEND •4•• H L A Engintaing and Ind Sump% Inc. 2803 .898 Rod 5,16518 WA 98902 509 0597000 Fax 509 965 3800 ',env htscpri .n1 YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AI P 3-53-0089-33/36/37 ITEM NO 5-7 47, - • ••7 A p p • 4c A ; • F,•• ‘••/(. CATi(TA • 441.!;•,44.,: • •A••• 8/22/2016 Yakima Air Terminal ITEM 5-8 - IN -PAVEMENT RUNWAY LIGHTS Runway Inpavement Lights L-850 MATERIAL LABOR UNITS TOTAL LABOR $ - 0 L-850 Inpavement Lights Clear / Clear 6 EA $ 662.23 $ 3,973 38 0 L-850 Inpavement Lights Clear / Yellow 5 EA $ 681.32 $ 3,406 60 0 L-30-6 200 W 6.6A / 6.6A Transformer 11 EA $ 137.16 $ 1,508 76 0 $ - 0 $ - $ 8,888.74 MATERIAL 0 MAN HRS LABOR Groundman 11 hrs $ 69 62 $ 765.82 Journeyman Operator 11 hrs $ 67.71 $ 744.81 Apprentice Electrician 0 hrs. $ 29.36 $ $ 1,510.63 DIRECT LABOR SUPERVISION 15% OF DIRECT LABOR 0% $ $ 1,510.63 TOTAL LABOR EQUIPMENT F350 PICK UP DAY 580 SUPER L BACKHOE DAY MACK DUMP TRUCK DAY F-250 PICK UP DAY WATER BUFFALO TEKEUCHI TB 135 0 0 0 32.73 $ 25.22 5 $ 22 $ 28.58 5 0 $ 14.42 5 $ 16.69 5 PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 628 76 $ 628.76 EQUIPMENT TOTAL MATERIAL $ 8,888.74 TOTAL LABOR 1,510.63 SAFETY SMALL TOOLS $ 01/4 EQUIPMENT 628.76 SUB TOTAL $ 11,028.13 OVERHEAD $ 1,654.22 151/4 OVERHEAD - SUB TOTAL $ 12,682.35 PROFIT 1,268.23 101/4 SUB TOTAL —13, LIABILITY INSURAI 3 9.40 41.04 PER BOND A../ TOTAL $ 14,239.00 3 Szt cla" ITEM 5-8 - IN -PAVEMENT RUNWAY LIGHTS, DRILLING AND TAPPING EQUIPMENT F350 PICK UP 580 SUPER L BACKHOE MACK DUMP TRUCK F-250 PICK UP WATER BUFFALO TEKEUCHI TB 135 PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 8 $ 32.73 $ 0 $ 25.22 $ 0 $ 0 $ 28.58 $ 0 $ 14.42 $ 0 $ 16.69 $ 261.84 $ 261.84 EQUIPMENT TOTAL MATERIAL $ TOTAL LABOR $ SAFETY $ SMALL TOOLS EQUIPMENT SUB TOTAL OVERHEAD OVERHEAD SUB TOTAL PROFIT SUB TOTAL $ LIABILITY INSURAI $ BOND TOTAL 2,098.08 791.84 0% 0% 261.84 3,151.76 472.76 15% 0% 3,624.52 362.45 10% 3,986.98 9.40 41.04 PER $1,000.00 $ 3,996.38 2% .3,/.5p449,9ms,AP ITEM 5-8 - IN -PAVEMENT RUNWAY LIGHTS 2222 West Valley Hwy N. Suite 140 Auburn, WA 98001 4i •S. kSf Hi 5 0 J'NC. Phone #: (253) E133-6434 Fax #: (253) 633-6670 BILL TO COLVICO, INC PO BOX 2682 SPOKANE, WA 99220-4854 (Wa. Reseller Permit - Ex. 12/17) POI/ 9457-93176 • - ITEM W:44A6009/0021 W -44A6009/0121 W -44A6009/1021 - • • • • • • - • .. [TERMS DUE DATE REP Net 30 10/22/2016 I RA DESCRIPTION Invoice DATE INVOICE -__ • - ^ _ • - _ • _ 9/22(2016 26628D .1- - • SHIP TO COLVICO, INC. ATTN: GREG McBRIDE (509) 252-5848 2406 WEST WASHINGTON AVE SUITE B YAKIMA, WA. 98903 SHIP DATE L850C , COMPLETE FIXTURE , STYLE 3 WHITE / WHITE , W/OIJT FILM DISC CUTOUT ; 1 CORD SET, 105W LAMPS L850C ; COMPLETE FIXTURE , STYLE 3 , WHITE YELLOW ; W/OUT FILM DISC CUTOUT , 1 CORD SET, 105W LAMPS L850C ; COMPLETE FIXTURE , STYLE 3; YELLOW / WHITE W/OUT FILM DISC CUTOUT ; 1 CORD SET ; 105W LAMPS 9/12/2016 QTY 6 Except in WA, purchaser is responsible for all state and local taxes. Thank You For Your Business 3 2 SHIP VIA CON -WAY RATE 662.23 681.32 681 32 Subtotal WA Sales Tax (8.7%) — — -- - Total FOB POS-PPD&ALLW ---- — AMOUNT 3,973.38 2,043.96 1,362.64 $7,379.98 $0.00 $7,379.98 -• 1- ^ Payments/Cmdits $0.00 Balance Due $7,379.98 • 1 , • • • 6/30/2016 Yakima Air Terminal ITEM 5-9 - ORIENTATION ADJUSTMENT OF SIGN B26 SIGN ORIENTATION - SOUTH BRAVO MATERIAL LABOR Journeymen Electrician Journeyman Operator Apprentice Electrician SUPERVISION 15% OF DIRECT LABOR LABOR UNITS TOTAL LABOR $ 0 EA $ 0 EA $ 0 $ 0 $ 0 $ - $ - MATERIAL 0 MAN HRS 1 hrs $ 69.98 $ 69.98 2 hrs $ 67.71 $ 135.42 1 hrs $ 60 89 $ 60.89 $ 266.29 DIRECT LABOR 0% $ $ 266.29 TOTAL LABOR EQUIPMENT F350 PICK UP 1 $ 32/3 $ 32.73 580 K BACK HOE 1 $ 25.22 $ 25.22 MACK DUMP TRUCK 1 $ 40 51 $ 40 61 $ 5 98.56 EQUIPMENT TOTAL MATERIAL $ TOTAL LABOR $ 266.29 SAFETY 0% SMALL TOOLS $ 0% EQUIPMENT $ 98.56 SUB TOTAL $ 364.85 OVERHEAD 54.73 15% OVERHEAD 0% SUB TOTAL $ 419.58 PROFIT 41.96 10% SUB TOTAL $ 461.54 c LIABILITY INSURAI $ 9.40 41.04 PER $1,000.00 BOND o d TOTAL PLEASE CALL JESSE DRAGOO WITH QUESTIONS, 509-252-5817 436:+7-- 44701/4i HLA .• • .1'4 KIM AiR TERMIN CONTRACT CHANGE ORDER NO. 6 or SUPPLEMENTAL AGREEMENT NO. AIRPORT Yakima Air Terminal LOCATION Alpha Taxiway CONTRACTOR Columbia Asphalt & Gravel, Inc. DATE 6/9/17 AIP PROJECT NO. 3-53-0089-36/37 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 6-1 Taxiway Light Can Relocation LS S 2,187.76 1 $2,187.76 State Sales Tax @8.20% $179.40 Additional Bond Cost $0.00 Total Change Order No.6 $2,367.16 This Change Order Total S2,367.16 Previous Change Order(s) Total S9,304,727.63 Revised Contract Total $9,307,094.79 The time provided for completion in the contract is unchanged 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. ATTACHED dated 1/30/2016, three copies attached. Recommended by: Approved by: Accepted by: Concurred by: Approved by: State Aeronautics Of applicable) (r • 15 - Zo 1 Date 409— It—Lela-- Date 2-i=.t� Date Date inistration Date NOTE:, Change Orders and supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. CONTRACT CHANCE ORDER NO. 7 or SUPPLEMENTAL AGREEMENT NO. AIRPORT Yakima Air Terminal DATE 4/25/18 LOCATION Alpha Taxiway Al? PROJECT NO, 3-53-0089-40 CONTRACTOR Columbia Asphalt & Gravel,Inc. 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. i Description Unit 1 Unit Price Quantity i_ Amount 7-1 30 kW Constant Current Regulator LS $ 35,091 08 I $35,091.08 .... _ „_. 7-2 Runway Distance Remaining Signs EA $ 4,883.03 5 $24,415 15 * , State Sales Tax @8.20% , $4,879.51 Additional Bond Cost i Total Change Order No,7 1—• • i $64,385.74 'rids Change Order Total 564,385.74 Previous Chang Ord cr(s)Total $9,307,628.03 Revised Contract Total $9,372,013.77 The time provided for completion in the contract is unchanged 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. A IA ACHED dated 3/05/2018,three copies attached. Recommended by: '-------"7..; -_--_:... .?..-,21- / Engineer 0,7 .' ,--- ciEil I u I ) Approved by: ,,, — Owner i Date _ , r Accepted by: ./..t. • ' Contractor Date Concurred by: State Aeronautics(if applicable) Date S-Riiit Approved by: eh- /,,ie ,.„, /4 , 4t , ,. ,'&4•2KCL-97.04 reticral),viattot Admini str lion Date NOTE:Change Orders and supplemental Agreements require FAA approval prior to construction, otherwise no Federal participation can be granted State Aeronautics concurrence is required when state participation is anticipated. '..:C/f e., ' Oil/ 1J 614 7 CITY CONTRACT NO: -0(i 9 /e-poi 7 --ao 7 RESOLUTION NO: CHANGE ORDER A I P PROJECT NO 3-53-0089-40 NO. 7 (Supplemental agreement) AIRPORT Yakima Air Terminal LOCATION Yakima,WA JUSTIFICATION FOR ClIANGF, Brief description of the proposed contract change(s) and location(s) This change order compensates the contractor for providing a new, in-kind 30 kW constant current regulator and replacing incandescent distance remaining signs with new LED distance remaining signs. Five distance remaining signs will be replaced along the south side of Runway 9-27,converting the last airfield incandescent signs to LED. The new FURL regulator will replace the existing FURL regulator in the electrical vault located immediately east of the Air Traffic Control Tower. 2. Reason(s)for the change(s). (Continue on the reverse if necessary) After replacing airfield signs under the original contract,a noticeable variance in sign luminance was observed for all signs on the existing 5-step HIRL circuit when moving between brightness steps. The Contractor,sign manufacturer,Engineer,and Airport proceeded to troubleshoot the issue by replacing sign components, transformers,sections of aged conductor,and servicing the HIM.. regulator per manufacturer reconunendations. Systematic troubleshooting did not identify the source of the issue. The lack of findings has led us to believe the last remaining variables arc replacing the HIRL regulator and runway distance remaining signs. The HIR L regulator is at the end of its useltil lite and was previously scheduled to be replaced in 2019, Replacing the II1RL regulator will continue the process of troubleshooting and potentially repair the sign brightness issue, The Alpha Taxiway.Rehabilitation Project replaced all incandescent airfield signs with new LED signs,except Runway 9-27 distance remaining signs. Distance remaining signs are one of two identified variables within in the HIRL system that have not yet been replaced. Installing new distance remaining signs will convert the last remaining incandescent signs to LED and eliminate one remaining variable. 3 Justification for unit prices or total cost. The contractor will submit pricing prior to work being performed This will include invoices and a labor estimate for all woik. 4.The sponsors share of this cost is available from- Passenger Facility Charge 5. If this is a supplemental agreement involving more than$2,000, is the cost estimate based on the latest wage decision. Yes No X Not Applicable 6 Flits 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 X 9.Has this (Change Order)(Supplemental—AgNeinen-t) been discussed with FAA officials? Yes X No When Ongoing,2017 With Whom Mary Vargas Comment _ Submit 4 copies to the FAA (runt 5/15/2007 April 25, 2018 City of Yakima Yakima Air Terminal 2406 West Washington Avenue, Suite B Yakima, WA 98903 Attn: Mr. Robert Peterson Airport Director Re: City of Yakima Yakima Air Terminal ALPHA TAXIWAY REHBILITATION Al P. NO.: 3-53-0089-40 HLA Project No.: 11049/ 18023 Change Order 7 Cost Analysis Dear Mr. Peterson: This Cost Analysis has been prepared for the Alpha Taxiway Rehabilitation Improvement project, AIP 3-53-0089-40 The Cost Analysis is in accordance with Order 5100 35D issued by the Federal Aviation Administration(FAA)to substantiate contract modification costs provided by the contractor The prime contractor on the project is Columbia Asphalt & Gravel, Inc. of Yakima, Washington. Since the contract has been executed and there is not adequate competition, a Cost Analysis is being performed per Order 5100.38D to support the pricing. A Cost Analysis is the evaluation of separate elements such as labor or materials that make up the total price to determine if the separate elements are allowable, directly related to the project, and reasonable. - . Item No. i Item Description Amount 7-1 30 kW Itqulator $35,091.08 7-2 Runway Distance Rernainiiiv Sips $24 415,15 *All costs noted above do not include sales tax The change order pricing is verified as follows. Item 7-1. Item 7-1 pricing is heavily dependent on material costs. The project has a similar bid item, Item 4 -Remove and Replace Existing Regulator, which was for replacement of the medium intensity taxiway light (MITL) regulator The primary difference in cost is related to the size and internal components of the taxiway regulator(20 kW)compared with the high intensity runway light (1-11R0 regulator (30 kW) The contractor has provided a detailed estimate with labor, equipment, arid material backup for the pricing. A comparison of the pricing relative to that of project bid item 4 confirms that the costs to complete this work are reasonable Considering the invoice price, equipment rates, and allowable markup, the pricing of item 7-1 is justifiable ;P:r I OF,DEF. C.7 ;( ALf 0!.; Item 7-2. Item 7-2 pricing is heavily dependent on material costs The project has a similar bid item, Item 77 — New 1-Module Sign, t,-858, which was a single module, I.EFJ, taxiway sign The primary difference in cost is related to the size of each sign Single module signs previously installed on the project are size 3(30 in, tall),while Ihe runway distance remaining signs are size 4 (48 in. ta(l) The contractor has provided a detailed estimate with labor, equipment, and material backup for the installation of the signs A comparison of the pricing relative to that of project bid item 77 confirms that the costs to complete this work are reasonable. Considering the invoice price, equipment rates, and allowable markup, the pricing of item 7-2 is justifiable. Please let us know if you should have any questions or require additional information Regards, Michael D Uhlman, PE Copy: Mary Vargas, FAA(Email) Stephanie Ray, HLA Caroline Fitzsimmons, HLA Correspondence File f.:;,,PROJECT5V019 18C:21F YAi fli"C;I:LATCR;CHANCW.ORM-Fk OMO Ul ?RICE ANALYSIS 4,442018 Lwa Yakima Taxiway COLVICO New Regulator 6 RDR Signs MATERIAL LABOR UNITS TOTAL LABOR 30 KW IFC..1..1ATI-JI 1 E S 9,500 CC 5 ^9 5,50.011 16 16 REW_NECLDOEG 1 EA $ - 16 16 ANC11095,, <EA 5 900 5 32.00 0.3 $ 1.20 7051 1 LS 5 1.503 Dc 5 1,000.00 6 WI SIGN'S .5 EA 5 2,4SC 00 S 12„25.1.OCT 0 49 -RANSFORIVICE5 5 EA S OKI $ 490 00 0.25 1.25 CDIN 5 FA 5 '40 $ 1C 0 00 0.35 075 ),100 1054 S 0 3 HOUSING 2 DAY 5 120.00 200.30 0 34,052-00 MATERIAL 90.2 MAN HRS LABOR .9.11,-1054 59 5:1 0 2,644.42 RUT/ 52.20 $ 03.39 5 3,53260 JOURNEYMEN ELECTR1CAN 90.7 5.1K,, S 65.55 9 6,277 D2 9.277.02 DIRECT LABOR $ 6,277.02 TOTAL LABOR EQUIPMENT 5 Ford PICKUP 82_2/IRS 000 5 984,79 5 3 3134.76 EQUIPMENT TOTAL MATERIAL I 34,062_09 TOTAL LABOR 3 6,277.02 EQUIPMENT $ 98476 SUB TOTAL 3 41,323.77 OVERHEAT) $ 11,264.75 20% SUB TOTAL 5 49,598.53 Prime Contractor Markup MA*op 201. I 9,917.71 TOTAL $ 50,506.23 PLEASE CALL JESSE DRAGOO WITH QUESTIONS,509-252-5/111 n LOGAN < i t " " < < < < _ CITY OF YAKIMA PLAN < y PLAN W W y N N R W PLAN AVE , € h r 8 :� < H Y < y - _. 'N -N N N 5 6 W MEAD AVE YAKIMA ikIR TERMINAL W MEAD AVE - _ y s H LOREN i W KING ST WOODLAND AVE - CITY OF Y, - W KING ST 'W-KING Si `N-. W WASf11NGTOly AVE PROJECT y YAKIMA N TAHDMA < ST JOHNS W• E LOCATIONS ST PERRY ST Z PERRYA E Y SPOKANE ST _s= y SANE YAKIMA COUNTY WASHINGTON 6 y _FREEMON y _ AHATCOM S VITC ST N ALPHA TAXI WAY REHABILITATION N ' W F ` N y y WHI rn 'wy���-t�e A. I . P . NO . 3-53-0089-40 a N •+SGBE- ati' — I i,PIONEER S I I HLA PROJECT NO . 18023 N i I -- y . N I CITY OF — — TANUMRDD - - I UNION GAP MARCH 2018 < FLILtK LN A OWNER/SPONSOR: CITY OF YAKIMA/YAKIMA AIR TERMINAL CIVIL ENGINEER: HLA ENGINEERING & LAND SURVEYING, INC. ELECTRICAL CONLEY ENGINEERING, INC. +A LN y 2406 WEST WASHINGTON AVENUE, SUITE B 2803 RIVER ROAD ENGINEER: 205 NORTH 40TH AVENUE #201 YAKIMA, WA 98903 YAKIMA, WA 98902 YAKIMA, WA 98908 PHONE (509) 575-6149 PHONE (509) 966-7000 PHONE (509) 965-9872 VICINITY MAP FAX: (509) 575-6165 FAX: (509) 965-3800 FAX: (509) 965-9873 CONTACT: ROBERT PETERSON CONTACT: STEPHANIE RAY, P.E. CONTACT: BOB BLEHART, P.E. NOT TO SCALE AIRPORT DIRECTOR SHEET INDEX 1 COVER SHEET LEGEND 2 DISTANCE REMAINING SIGN PLAN RUNWAY SAFETY AREA —RSA—RSA— 3 ELECTRICAL EXISTING DISTANCE e REMAINING SIGN 4 ELECTRICAL EXISTING ASPHALT 811s ��% Know what's below. Call before you dig. LOCATION OF ALL UNDERGROUND UTILITIES SHOWN HEREON ARE APPROXIMATE AND ARE BASED ON FIELD LOCATIONS OF ALL VISIBLE STRUCTURES SUCH AS: CATCH BASINS, MANHOLES, WATER GATES, ETC. AND COMPILING INFORMATION FROM PLANS SUPPLIED BY VARIOUS UTILITY COMPANIES. ALL CONTRACTORS SHOULD CALL 509-248-0202 OR 1-800-424-5555 PRIOR TO ANY EXCAVATION WORK. CHANGE ORDER 7 2-21-18 JOB NUMBER: DATE. YAKIMA Al R TERMINAL SHEET 2803 River Road 4P��1) 0k 18023 3-5-18 +4++ H L A C of wasyiy�i Yakima,WA 98902 :1�F, 9 DRAWING.LE NAM8023.dwg ALPHA TAXIWAY REHABILITATION 509.509.965.380000 `�=_ AI P 3-53-0089-40 OF Fax S� p�J ass%V , Engineering and Land Surveying,Inc. www.hlacivil.com �J0 AL �1,/ DESIGNED BY• MDU CHANGE ORDER 7 — COVER SHEET 5 ism arVIcielm r,Ayr ENTERED BY• AJH • N 0 125 250 500 E S \\ , /\ A CP 'S- \ ...> L. 7m2G HIRL REPLACED IATOORISTINGE �NG1ONPveNVE \ rnL m N III ELECTRICAL VAULT SEE \At•\Np,S aO `. T r� \ ZG ELECTRICAL SHEETS FOR /� MORE INFORMATION, m ;;,?-;;,;-;: ','.l' s• '''',./'..,!' , :1:4,'Y'''''li:1-1::74:- '''':''' s\-\-,,-\ ... A ,,,, ------------ .1 1.-2-',-..,.,-,,-;,'7.,ii4„,1- ,=4-:: , FS.Tx of �` r� _ ^rV if 1 t 0 :4;7: -i r, re.- -1 - t. — 11 �j .r r.r i. i F 1 . w4 r _ t-;;11;: p .. , ',,,:y:,,,,;::',.„,:,,,,,:,-,..;.-- 4� d�f �`c :-T; :•;\, ��nn wx)-' .+`�4 1n_.�;�'^:aw"; iyF'. Y^ `E' l hF. _ • • n r „'$,. —RSA RSA RSA RSA RSA ' ,RSA RSA RSA RSA RSA RSA—RSA RSA—RSA—RSA—RSA—RSA—RSA—RSA—RSA—RSA RSA—RSA SA ''��11; /R� 4� RSA RSA RSA - " $A RSA RSA—RSA - RSA RS '-.,ik-li is i- ?s �• -- .....••••J � r Q5r� *=' a <`C , Y eh six a .:.. ...a .t.r ". S..�i�v -r• _ s ° t` 0 0 •0 0 - -RSA RSA RSA—RSA—RSA—RSA—RSA—RSA RSA—RSA—RSA—RSA RSA—RSA—RSA—RSA—RSA—RSA—RSA—RSA RSA RSA—RSA—RSA—RSA RSA RSAR- - A RSA—RSA—RSA—RSA—RSA—RSA -A RSA RSA RSA RSA RI ,,«• 4' DISTANCE REMAINING SIGN SCHEDULE /p - NUMBER WEST FACE EAST FACE / O1 6 1 w/ a .cp,%1'ry/ , Pam... -1 ® 5 2 / -. ® 3 4 !1,S-A -/ /'''• '''A',J 4- ,-' Q. ALL SIGNS TO BE LED, TYPE 4, STYLE 3, y ,', e-4,, CLASS 2, MODE 2. SIGNS TO BE WHITE ` NUMERALS ON BLACK BACKGROUND. • `.. / NOTES: /='y / .<': ;, :c' .is i;' 1 CONTRACTOR TO DISASSEMBLE EXISTING SIGNS AND SALVAGE ALL ,, x -">" COMPONENTS TO THE AIRPORT PER THE CONTRACT DOCUMENTS. jf, ,:"-. +�'',,„ ` 2.CONTRACTOR TO REUSE EXISTING SIGN BASE. CONTRACTOR SHALL VERIFY ^!'� EXISTING SIGN BASES ARE COMPATIBLE WITH PROVIDED SIGNS. /x • as, 3.WHERE NEW ANCHOR BOLTS ARE REQUIRED, CONTRACTOR TO INSTALL 304 `,' af.' STAINLESS STEEL WEDGE ANCHORS, /_n ; 3• vir4'e' 4 CONTRACTOR TO CUT OFF ANY ABANDONED ANCHOR SIGN BASE BOLTS ,--.. �' «" FLUSH WITH TOP OF CONCRETE BASE, . -% ;;"- 5.FOR ANY SIGN BASES TO BE ABANDONED IN PLACE, CONTRACTOR SHALL e ire r ENSURE ALL MATERIAL IS COMPACTED PER THE PROJECT SPECIFICATIONS / •;;'� '�,' =jp0 r AND THERE ARE NO PROTRUSIONS OR ROUGH EDGES. THE ADJACENT e �yT r GRADE SHALL BE FLUSH WITH THE BASE. / / 6.ALLWORK TO BE COORDINATED WITH YAKIMA AIR TERMINAL (YAT). WORK AWITHIN RSA WILL REQUIRE YAT ESCORT CHANGE ORDER 7 2-21-18 JOB NUMBER: DATE. YAKIMA AIR TERMINAL SHEET 2803 River Road DEL D.L' 18023 3-5-18 �' F xas�C� Yakima,WA 98902 ���`��� Hy�lvy FILE NAMES, 2 509.966.7000 _ �'� DRAWING. 18023,dwg ALPHA TAXIWAY REHABILITATION Fax 509.965.3800 �` AI P 3-53-0089-40 OF Engineering and Land Surveying,Inc. www.hlacivil.com 0NAl F' DESIGNED D BY AOJH CHANGE ORDER 7 — DISTANCE REMAIN SIGN PLAN 5 ENTEREVISION DATE NOTES: -- -- - GENERAL NOTES G01, G02, G03, G04, G05 & G06. SEE , SHEET El FOR GENERAL NOTES AND SUGGESTED - - - SEQUENCE OF CONSTRUCTION. -�-- ---- -- 1 NEW 30 KW REGULATOR SHALL BE AN L-828 AIR COOLED, THYRISTOR TYPE WITH CLASS 1 OUTPUT CURRENT, STYLE 2, FIVE BRIGHTNESS STEPS AND ` r• - INTEGRAL INPUT, SERIES CUTOUT AND OUTPUT LIGHTNING PROTECTION, 240 VOLT SINGLE PHASE.THE - PROVIDED REGULATOR MUST BE FM APPROVED AND , _ LISTED IN AC 150/5345-53 ADDENDUM (CURRENT EDmON). -- -- 2. CONNECT EXISTING CONDUCTORS TO NEW REGULATOR. 3. REMOVE EXISTING CONDUCTORS AND REPLACE Wmi - NEW CONDUCTORS. PRESERVE EXISTING CONDUIT AND ' EXTEND TO CONNECT TO NEW REGULATOR. _- 4. PROVIDE FOUR HOURS OF TRAINING FOR THE NEW REGULATOR AFTER IT HAS BEEN INSTALLED. THIS .• - - SHALL INCLUDE TRAINING ON OPERATION OF THE - REGULATOR AS WELL AS REQUIRED MAINTENANCE. 9-27 =., -. ._ r. HIRL .i, REGULATOR i I MODIFIED ELEVATION STANDBY DISTRIBUTION - ^ SWITCHBOARD SCALE.NONE • .. •. .A.-2/1/Oi• 1+6G(NEW). - ._ , 1 1/4C T - . r ... (EXISTING) f ' ._ _- _ - - o��(NOTE 3) - 9-27 - _ f' - HIRL ' REGULATOR .,. , ,. _,• (NEW) N .• - _ ._. - (NOTES 19[4) ' IN 2 C R A - .• DUCTWORK ° , (NOTE 2) (EXISTING) - -- MODIFIED • ONE LINE DIAGRAM +4•4 H L A2803 River Road CHANGE ORDER 7 2-21-18 JOB NUMBER: DATE. Yakima,WA98902 "L� 18023 2 z1-18 ,•:r `9� FILE NAMES. YAKIMA AIR TERMINAL 53T 509.966.7000 DRAWING. 18023E 3.owG ALPHA TAXIWAY REHABILITATION Fax 509.965.3800 Engineering and Land Surveying,Inc. www.hlacivil.com ''Rr G„TI,"�°= AI P 3-53-0089-40 OF 212018 DESIGNED BY BRB 5 REVISION DATE ENTERED BY- DEK CHANGE ORDER 7 - HIRL REGULATOR • CONDUCTOR ABANDONED IN REGULATOR ENCLOSURE IN /IIr -- - (NOTE ) ._ I e. N 1 NOTES: - --- - - GENERALSEE --' - .- r _ AND SUGGESTED NOTES G01, G02, CO 04, IB3 SHEET E1 FOR GENERAL NOTES _ __ ____ I SEQUENCE OF CONSTRUCTION. I . "- t/ B7 - I 1 THE REPLACEMENT OF THE REGULATOR SHALL TAKE _ - PLACE IN A SINGLE EIGHT HOUR TIME FRAME AND _ - • . " " SHALL BE COMPLETED DURING DAYLIGHT HOURS AND _ __ AT THE CONVENIENCE OF THE OWNER. THE _ - CONTRACTOR SHALL GIVE THE OWNER AT I FAST TWO , -----._ _. _. .._. _._.. .. __ WEEKS'ADVANCE NOTICE PRIOR TO COMMENCING THE - REPLACEMENT WORK. THE CONTRACTOR SHALL WORK - - CONTINUOUSLY TO MANE SURE THE CUTOVER IS _ _. _ COMPLETED IN THE RUE ALLOTTED. 2. PULL BACK EXISTING CONDUCTORS IN ORDER TO INSTALL NEW REGULATOR.AFTER NEW REGULATOR IS ., '' �, IS INSTALLED, CONNECT EXISTING CONDUCTORS TO NEW REGULATOR. 1 I ' 1 5. MODIFIED TAXIWAY AND RUNWAY UGHTING CONTROLS SCALE:NONE *4. - 2803 River Road CHANGE ORDER 7 2-21-18 JOB NUMBER: DATE. YA 1 \ MA AIR TERMINAL Yakima,WA 98902 ,. ";�`n�9 18023 2-21-18 . LA509.966.7000 • �+ DRAWING:LE18023E 4.DWG ALPHA TAXIWAY REHABILITATION 11.11. 11. Fax 509.965.3800 AI P 3-53-0089-40 Engineering and Land Surveying,Inc. www.hlacivil.com ,'' toy ,'''c,S-itw,'` ..1DESIGNED Br BRB e REVISION DATE ENTERED BY• DEK CHANGE ORDER 7 - HIRL REGULATOR • ./ \/ IIMMINTYDATAIIIMMi CONTROL TERMWA_ ,z,,me ACT,VA,ED R• CABINET PhOTCCE!L .JN:iA'' 4FAA RVR CONRROL SERVICE 1'aIIITSCCII _-__ S_'G L ICNTING CO::T_RCL=ER+ �JV'YCIION BOi i�'%ITCNGC'?RL `�'' _ .__I— —..—_.__—. _— __—__—..—_--N - 31, �': ���s�,•� - c_ T --CA —<Y'�/ `—I — —ir----- ---_ - .�! ., '',TILT —' - \\-�r'a-.' 5,,4,/2.c-„. NOT L +1#120.1/2`C -s'. 1.1_=- .. 1 - (BfIAVO MITE. \L_x)�pL\\ ___�1__-_____ _ _ ______ -_ REGL Cq' 1-'z YL a H i 2• I--fin---_ _ 84 12,;,w+ IE--� —.-1 ,:xECutuCn REWIU I ya�V, / C(EXISTING) ,1 'II}I. a SPARE C7NIRTIT - _ .-AN LC;1':1 NOTES: L j i, .�_" ;!I NOTE x j I vrT_'..rya : ,I"5 xsiC:C TRANSFER - I GENERAL NOTES G01 G02, G03, G04, GOS, GOB. G07 & i51 ew:•c I' '� �� I I' o — ------ �I" -_ 'i' GOB. SEE SHEET El FOR GENERAL NOTES AND -PaRE vaL IENGLNL CENCR,CFCR H?,'scum v,rq 'E�uL,�R. II , -4 -icy'j' x.va _ >NOiE 1-6II ;1 S 1 SUGGESTED SEQUENCE OF CONSTRUCTION. cLu - !-1 1 SEE MODIFIED ONE LINE DIAGRAM SHEET 3 FOR NEW -----�-• '-' It CT , - 1 _J ! !,1�'I AND EXISTING CIRCUIT AND EQUIPMENT INFORMATION. I I' -- i - J � I I FNCLOS RE' %P 2" _-- STANDBY 05TR)BUTION) 1 r-. I _ / I E U I `ySWITCHBOARD(NOTE 1 -r _ (NOTE 7) --_: ---7 1 2. REPLACE EXISTING REGULATOR WITH NEW REGULATOR I '�'- '!r - �� _ J -- -" - \ AND RECONNECT TO NEW AND EXISTING CIRCUITS. THE ,TIUCT•oN gOv I' -'I-' - J I INSTALLATION OF THE REGULATOR SHALL TAKE PLACE -__ --- 1 -- I/fi-I yBG.: 1 j.t'L 1< I i IN A SINGLE EIGHT HOUR TIME FRAME AND SHALL BE ede /s4v' -^R _.._4.,r-°_L:- _�.�. -14(_'.w--"= -i'l 1 COMPLETED DURING DAYLIGHT HOURS AND WITH '��-- s,ie,t'TI ���`� - CONCURRENCE FROM THE OWNER. THE CONTRACTOR REC.C NTRO::,-CO - ' .-,- 1 L. �I - it r1 OCT_ OWER'4'c NOTE t �. s:.r,:- ,` ,,,NE•. a ,_=n/EL "a:n• -1 , ,--- - SHALL GIVE THE OWNER AT LEAST TWO WEEKS' ...-.>L,.�.i; ,-,,,,s'mrc;H •' r%�,f, ADVANCE NOTICE PRIOR TO COMMENCING THE _-.t'.C.PUL TTCLE LCSCRE'CC I JSOC, LGV-LNG CONTROLS f a'FAA TC,1ER 'i Y „T lol \ \ REPLACEMENT WORK. THE CONTRACTOR SHALL WORK ��� CONTACTORS= 1 v'JLLHOLE 1 �J I_i/ \ - COMPLETED S IN THE LY TO MTIME ALLOTTED.AKE SURE THE CUTOVER IS 1 3. FM CT ENCLOSURE AND ASSOCIATED CONDUCTORS/CONDUIT TO BE RELOCATED BY FM. COORDINATE INSTALLATION OF REGULATOR WITH FM SO THAT FM CAN RELOCATE ENCLOSURE AND ASSOCIATED CIRCUITS WHILE REGULATOR IS BEING INSTALLED. 4. DELIVER EXISTING REGULATOR TO LOCATION ON AIRFIELD AS DIRECTED BY AIRPORT STAFF EXISTING/DEMOLITION/MODIFlED POWER PLAN ELECTRICAL VAULT +Is HL ACHANGE ORDER 7 2-21-18 JOB NUMBER: DATE. YAK I I V IA AIR TERMINAL SHEET 2803 River Road T,� ;,�L�, WING. 2 21-18 Fax WA 98902 ;•,� ^9� 509.966.7000 DRAWINGLLE18023E S.DWG ALPHA TAXIWAY REHABILITATION 5 Fax 509 965.3800 AI P 3-53-0089-40 OF �- 4, it' , `i Engineering and Land Surveying,Inc. www.hlacivil,com ,,,,; ISO,sc • vzol DESIGNED BY- BRB 5 REVISION I DATE ENTERED BY. DEK CHANGE ORDER 7 - HIRL REGULATOR ADDENDUM NO. 27 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON Yakima Air Terminal, Alpha Taxiway Rehabilitation HLA Project No. 11049E BID OPENING: **DECEMBER 3, 201.5** 2:00 P.M. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — CIVIL CONSTRUCTION PLAN SHEETS Sheet C25 — Utility Structure Information Replace with attached Sheet C25. ITEM 2 — SECTION 3 BID PACKAGE Unit Price Bid Proposal Replace with attached Unit Price Bid Proposal. ITEM 3 — SECTION 9 TECHNICAL SPECIFICATIONS — Item P-401 Plant Mix Bituminous Pavements 401-3.2 JOB MIX FORMULA Add the following sentence below Table 1: "The flow requirement is not applicable for Polymer Modified Asphalts. " Replace Table 3 in its entirety with the following gradation. Aggregate - Bituminous Pavements Sieve Size Percentage by Weight Passing Sieves 1" max 1-Y2 in. (37.5 mm) -- 1 in. (24.0 mm) 100 3/4 in. (19.0 mm) 76-98 • Yz in. (12.5 mm) 66-86 % in. (9.5 mm) 57-77 No. 4 (4.75 mm) 40-60 No. 8 (2.36 mm) 26-46 No. 16 (1.18 mm) 17-37 No. 30 (0.600 mm) 11-27 No. 50 (0.300 mm) 7-19 G:\PROJECTS12011\11049 Addendum 27\2015-12-01 Alpha Taxiway Addendum 27.doc ADDENDUM NO. 27 1 1 1 Sieve Size Percentage by Weight Passing Sieves 1" max No. 100 (0.150 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt percent: Stone or gravel 4.5-7.0 Slag 5.0-7.5 ITEM 4 — SECTION 9 TECHNICAL SPECIFICATIONS — Item L-108 Underground Power Cable for Airports 108-5.1 BASIS OF PAYMENT Revise Item L-108-5.2 to add the following sentence at the end of the paragraph to read: "Item shall be incidental to Electrical Conduit Trenching, Bedding and Backfill, L-110." This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. StephadiN 4_ nie J Ray, PE Huibregtse, Louman Associates, Inc. 2803 River Road Yakima, WA 98902 Phone: (509) 966-7000 G:\PROJECTS120111110491Addendum 27\2015-12-01 Alpha Taxiway Addendum 27.doc i2/ 1/ is Date ADDENDUM NO. 27 1 1 UNIT PRICE BID PROPOSAL CITY OF YAKIMA - YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I.P. NO. 3-53-0089-33/36/37 (FY14) HLA PROJECT NO. 11049 (NOTE. Unit prices for all items, all extensions, and total amount of bid must be shown. Any changesfcorrectiorts to the bid must be initialed by the sinner of the bid, in accordance with Section 20-07.) ITEM NO, ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE A - Alpha Taxiway Improvements (Phases 1 - 5) 1 Mobilization LS --- X --- - = 2 Temporary Flagging, Marking and Signing LS - - X --- _ 3 Clearing and Grubbing, P-151 LS - X - 4 Remove and Replace Existing Regulator LS 1 X - 5 Remove and Reinstall High Intensity Runway Light EA 10 X - 6 Remove Pull Hole EA 2 X = 7 Remove Medium Intensity Taxiway Light EA 214 X 8 Remove Medium Intensity Taxiway Light Base Can. EA 78 X 9 Abandon Medium Intensity Taxiway Light Base Can EA 133 X - - 10 Reuse Medium Intensity Taxiway Light Base Can.......... EA 3 X -- 11 Install New Medium Intensity Taxiway Light, L- 861T(L) With Base Can EA 243 X 12 Install New Medium Intensity Taxiway Light, L- 861T(L) in Existing Base Can EA ; 3 X 13 Conductor, L-824, 5kV LF 35,000 X = 14 2 Inch Electrical Conduit, L-110 LF 13,250 X _ 15 4 Inch Electrical Conduit, L-110 LF 6,500 16 Trench Surfacing Removal and Repair, Type 1 SY 70 X - 17 Trench Surfacing Removal and Repair, Type 2 SY 450 X 18 Trench Surfacing Removal and Repair, Type 3 SY 180 X - 19 Trench Surfacing Removal and Repair, Type 5 SY 360 X = 20 Trench Surfacing Removal and Repair, Type 6 SY 860 X - 21 Trench Surfacing Removal and Repair, Type 7 SY 200 X = 22 Trench Surfacing Removal and Repair, Type 8 SY 80 X - 23 Trench Surfacing Removal and Repair, Type 9 SY 80 X 24 Trench Surfacing Removal and Repair, Type 10 SY 60 X = 25 Electrical Conduit Trenching, Bedding and Backfill, L-110 LF 19,000 X - - 26 Electrical Duct Bank, Type 1, L-110 LF 2,150 X - 27 Electrical Duct Bank, Type 3, L-110 LF 960 X ADDENDUM NO. 27 1 1 ITEMUNIT NO. ITEM DESCRIPTION UNIT QUANT, PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE A - Alpha Taxiway Improvements (Phases 1 - 5) 28 Electrical Duct Bank, Type 4, L-110 LF 85 X - 29 Electrical Duct Bank, Type 5, L-110 LF 390 X - 30 Electrical Duct Bank, Type 6, L-110 LF 1,650 X - 31 New 1 -Module Sign, L-858 EA 7 X - 32 New 2 -Module Sign, L-858 EA 21 X 33 New 3 -Module Sign, L-858 EA 23 X - 34 Remove Existing Lighted Sign EA 50 X = 35 Remove Existing Lighted Sign Base EA 41 X = 36 Electrical Junction Structure, L-115 EA 2 X - 37 Miscellaneous Electrical System Improvements LS _-- X - 38 Adjust Drainage Structure EA 1 = 39 Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115 EA 38 X - 40 Remove Existing Structure EA 4 X 41 Replace Frame and Grate EA 52 X - 42 Cold Planing, P-101 SY 109,200 X = 43 Unclassified Excavation Incl. Haul, P-152 CY 20,900 X. _ 44 Crushed Aggregate Base Course, P-209 TON 28,850 X 45 Bituminous Surface Course, P-401 TON 28,750 X 46 Temporary Painting, P-620 (1 Coat) SF 44,300 X = 47 Permanent Painting, P-620 (2 Coats) SF 86,600 X 48 Permanent Painting, P-620 (1 Coat Black) SF 85,000 X 49 Retroreflective Sign, L-858 EA 4 X - 50 Stop Sign, R1-1 EA 7 X = 51 Do Not Proceed Sign, 24"x12" EA 7 X = 52 Retroreflective Markers, L-853 EA 17 X = 53 Crack Filling (Greater than 1/4 -Inch) LF 5,625 X - 54 Crack Sealing (Less than 1/4 -Inch) LF 106,625 X - 55 Seeding, Fertilizing, and Mulching AC 3 X = SUBTOTAL BID SCHEDULE A WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE A TOTAL ADDENDUM NO. 27 1 1 1 ITEMUNIT NO, ITEM DESCRIPTION UNIT QUANT. PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE B - Alpha Taxiway Edge to Non -Movement Line (Phases 1 - 5) 56 .......... . . Mobilization LS -- X -- 70 57 Temporary Flagging, Marking and Signing LS -. X - - - 71 58 Adjust Drainage Structure EA 1 -- - 72 59 Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115 EA 4 X . 73 60 Remove Existing Structure EA 1 X = 74 61 Replace Frame and Grate EA 3 X 75 62 Cold Planing, P-101 SY 16,350 X - - 76 63 Bituminous Surface Course, P-401 TON 1,950 X - -. 77 64 Temporary Painting, P-620 (1 Coat) SF 3,875 X - - 78 65 Permanent Painting, P-620 (2 Coats) SF 7,750 X 79 66 Permanent Painting, P-620 (1 Coat Black) SF 9,700 X - 80 67 Crack Filling (Greater than 3/8 -Inch) LF 13,300 X - 81 68 Crack Sealing (Less than 3/8 -Inch) LF 18,350 X - 82 SUBTOTAL BID SCHEDULE B EA WASHINGTON STATE SALES TAX 8.2% X BID SCHEDULE B TOTAL ITEMITEM NO. DESCRIPTION UNIT QUANT, UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE C - Non -Alpha Taxiway Airfield Sign Improvements (Phase 6) 69 Mobilization LS --- X = 70 Temporary Flagging, Marking and Signing LS --- X -- = 71 Clearing and Grubbing, P-151 LS X -- - 72 Remove Existing Lighted Sign EA 25 X 73 Remove Existing Lighted Sign Base EA 10 X = 74 Conductor, L-824, 5kV LF 5,850 X 75 2 -Inch Electrical Conduit, L-110 LF 2,770 X - 76 Electrical Conduit Trenching, Bedding and Backfill, L-110 SY 2,770 X - 77 New 1 -Module Sign, L-858 EA 3 X - 78 New 2 -Module Sign, L-858 EA 11 X 79 New 3 -Module Sign, L-858 . EA 11 X - 80 Retroreflective Sign, L-858 EA 2 X ' 81 Stop Sign, R1-1 EA 2 X 82 Do Not Proceed Sign, 24"x12" EA 2 X 83 ILS Critical Area Sign, 24"x12" EA 1 X SUBTOTAL BID SCHEDULE C ADDENDUM NO. 27 1 WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE C TOTAL ITEMUNIT NO. ITEM DESCRIPTION UNIT QUANT: PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE D - Non -Alpha Taxiway Marking Improvements (Phase 7) 84 Mobilization LS --- X --- 85 Temporary Flagging, Marking and Signing LS X - 86 Permanent Painting, P-620 (2 Coats) SF 130,450 X 87 Permanent Painting, P-620 (1 Coat Black) SF 4,250 X - SUBTOTAL BID SCHEDULE D WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE D TOTAL SUMMARY OF SCHEDULE TOTALS Schedule A Total Schedule A + B Total Schedule A + B + C Total Schedule A + B +C + D Total ADDENDUM NO.27 1 1 1 1 NOTES: ALL STRUCTURE FINAL RIM ELEVATIONS SHALL BE ADJUSTED SO THEY ARE 1 -INCH BELOW ADJACENT ASBUILT GRADE. 1HE UTILITY STRUCTURE ELEVA110N TABLE LOCATED ON THIS SHEET PROVIDES EXISTING AND NEW RIM ELEVATIONS WITH 1HE 1 -INCH ADJUSTMENT. THESE VALUES ARE BASED ON THE CENTER OF STRUCTURE IF FINAL ASBUILT CONDITIONS SHOULD DIFFER THAN THE ELEVATIONS LOCATED ON THIS SHEET THEN THE CONTRACTOR SHALL ADJUST 111E STRUCTURE TO 1 -INCH LESS THAN THE ANAL GRADE ELEVATION. Oi REPLACE UD WITH AIRCRAFT BEARING UD AND ADJUST STRUCTURE PER DETAIL 20 ON SHEET 084. MANHOLE COVERS ARE REQUIRED TO BE DESIGNED FOR 100,000 POUND WHEEL LOADS WITH 250 PSI TIRE PRESSURE. PAYMENT SHALL BE MADE UNDER 'REPLACE FRAME AND GRATE' 2 SAWCUT EXISTING ELECTRICAL VAULT TO RESET EXISTING CONCRETE UD AND STRUCTURE COVER TO FINAL GRADE LESS 1 -INCH. PAYMENT SHALL BE MADE UNDER 'EXISTING ELECTRICAL MANHOLE/JUNCTION STRUCTURE ELEVATION ADJUSTMENT, L-115- 0 ADJUST EXISTING FRAME AND GRATE TO 1 -INCH BELOW GRADE. PAYMENT SHALL BE MADE UNDER 'ADJUST DRAINAGE STRUCTURE' 0.:0 ELECTRICAL STRUCTURE TO BE REMOVED. PAYMENT SHALL BE MADE UNDER 'REMOVE EXISTMG STRUCTURE' 0 a 0 0 0 0 0 a 0 0 0 a 0 0 0 a 0 0 a a a 0 a a a 0 0 a a a a 0 a a a 0 a 0 a UTILITY STRUCTURE ELEVATION TABLE STRUCTURE© STRUCTURE TYPE EX. RIM ELEV. NEW RIM ELEV. SCHEDULE 1 DRAIN MN 1098.07 1097.75 A 2 DRAIN MN 1096.65 1097.18 A 3 ELECTRIC MH 1098.58 1096.64 A 4 ELECTRIC MH 1098.48 1098.89 A 5 DRAIN MN 1095.85 1095.65 A 8 DRAIN MN 1095.38 1095.45 A 7 DRAIN MN 1093.22 1093.73 A 8 ELECTRIC MN 1093.00 1092.86 A 9 ELECTRIC MH 1092.97 1093.52 A 10 DRAIN MN 1092.31 1092.21 A 11 DRAIN MN 1092.81 1092.84 A 12 DRAIN MH 1091.64 1091.89 A 13 DRAIN MN 1088.54 1088.46 A 14 DRAIN MN 1088.59 1088.43 A 15 DRAIN MH 1084.95 1084.92 A 16 DRAIN NH 1085.10 1085.08 A 17 ELECTRICAL BOX 1081.49 1082.28 A 18 DRAIN MN 1081.58 1081.43 A 19 DRAIN MN 1081.78 1081.49 A 20 ELECTRICAL BOX 1079.21 1079.18 A 21 ELECTRICAL BOX 1079.18 1079.18 B 22 ELECTRICAL BOX 1078.31 1078.25 A 23 DRAIN MH 1077.91 1077.99 A 24 DRAIN MN 1077.92 1077.99 A 25 DRAIN MH 1070.87 1070.88 A 28 DRAIN MN 1066,71 1068.60 B 27 DRAIN MH 1068.99 1068.79 A 28 DRAIN NH 1067.83 1087.82 8 29 DRAIN MH 1068.57 1068.50 A 30 DRAIN MH 1086.76 1088.51 A 31 ELECTRICAL MH 1067 49 1067.91 A 32 DRAIN MN 1066.24 1066.57 A 33 ELECTRICAL MH 1065.85 1065.59 A 34 CATCH BASIN 1065.55 1065.50 A 35 ELECTRICAL MH 1063.28 1063.27 6 38 DRAIN MN 1062.72 1063.02 A 37 ELECTRICAL BOX 1082.02 1082.21 A 38 ELECTRICAL MN 1061.67 1061.71 6 39 DRAIN MH 1061.15 1061.15 A 40 DRAIN MN 1061.45 1081.45 8 41 ELECTRICAL MN 1080.68 1060.66 B 42 DRAIN MN 1060.19 1080.19 A 43 DRAIN MN 1059.74 1059.74 A 44 DRAIN MH 1058.88 1058.88 A 45 DRAIN MN 1058.83 1058.83 A 46 DRAIN MN 1057 78 1057.78 A 47 ELECTRICAL MN 1057.56 1057.58 A 48 ELECTRICAL MH 1057.63 1057.63 A 49 DRAIN MN 1058.42 1056.37 A Q SEE SHEETS C13 -C24 FOR LOCATIONS a 0 a 0 0 a 0 a a 0 0 0 a 0 a 0 a 0 a 0 a a 0 a a 0 a 0 0 a 0 a 0 0 a a a a 0 a a STRUCTURE ['J STRUCTURE TYPE EX. RIM ELEV. NEW RIM ELEV. SCHEDULE 50 DRAIN MH 1056.35 1058.40 A 51 ELECTRICAL MN 1053.93 1053.97 A 52 ELECTRICAL MN 1053.94 1053.98 A 53 ELECTRICAL BOX 1053.67 1053.89 A 54 DRAIN MN 1053.71 1054.03 A 55 DRAIN MN 1052.68 1052.59 A 58 DRAIN MH 1052.49 1052.67 A 57 ELECTRICAL MN 1052.37 1052.26 A 58 ELECTRICAL IAN 1052.35 1052.33 A 59 DRAIN MN 1051.68 1051.91 A 60 DRAIN MN 1050.98 1051.23 A 61 DRAIN MN 1051.10 1051.22 A 82 ELECTRICAL MH 1050.82 1050.82 A 83 ELECTRICAL MH 1050.37 1050.78 A 84 DRAIN MN 1049.54 1049.54 A 65 ELECTRICAL MN 1049.25 1049.25 A 68 ELECTRICAL MH 1097.80 1098.00 A 67 DRAIN MH 1098.30 1098.37 A 68 ELECTRICAL MH 1098.44 1098.30 A 69 DRAIN MN 1091.04 1090.99 A 70 ELECTRICAL MN 1090.57 1090.50 A 71 DRAIN MH 1091.77 1091.74 A 72 ELECTRICAL BOX 1092.44 1092.16 A 73 DRAIN MN 1080.91 1080.88 A 74 DRAIN MN 1080.35 1080.43 A 75 ELECTRICAL MH 1078.97 1078.91 A 76 ELECTRICAL MN 1080.67 1080.98 A 77 ELECTRICAL BOX 1080.84 1080.90 A 78 DRAIN NH 1087.84 1087.77 A 79 DRAIN MN 1067.31 1067.20 A 80 ELECTRICAL MN 1065.79 1065.70 A 81 ELECTRICAL MN 1065.15 1085.19 A 82 DRAIN MH 1063.70 1064.06 A 83 ELECTRICAL MH 1062.82 1083.05 A 64 ELECTRICAL MH 1062.63 1063.09 A 85 ELECTRICAL MN 1062.20 1062.98 A 88 DRAIN MN 1051.51 1051.51 A 87 ELECTRICAL MH 1051.21 1051.21 A 88 DRAIN MN 1051.68 1051.66 A 89 ELECTRICAL MN 1053.02 1053.02 A 90 ELECTRICAL MH 1051.81 1051.60 A 91 DRAIN MN 1047.85 1047.85 A 92 CATCH BASIN 1083.41 1063.41 B 93 DRAIN MH 1053.78 1053.95 A 94 ELECTRICAL MN 1092.15 1092.09 A 95 CATCH BASIN 1052.55 1053.38 A 96 DRAIN MN 1052.85 1053.25 A 97 ELECTRICAL BOX 1052.85 1052.63 A 98 ELECTRICAL MN 1059.73 1059.73 A 99 ELECTRICAL BOX 1093.42 1092.20 A 100 ELECTRICAL MN 1089.24 1089.15 B 101 ELECTRICAL BOX 1081.83 1081.69 A 102 ELECTRICAL MH 1080.94 1080.94 A 103 DRAIN MN 1087.84 1067.84 A 104 ELECTRICAL MH 1087.49 1067 49 A N ADDE\JUM 44140. L l4uibregtse, Louman Associates, Inc, Civil Engineering a Land SurveyingoPlanning 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ADDENDUM 4 06-26-14 CONFORMED SET 10-16-15 JOB NUMBER 11049 DATE. 05-23-14 ADDENDUM 26 11-25-15 ADDENDUM 27 12-01-15 REVISION DATE FILE NAMES. DRAWING. PNPSHEETS.dwg PLAN 11049.dwg PROFILE 11049.dwq DESIGNED BY. SJR ENTERED BY TJR YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AI P 3-53-0089-33/36/37 UTILITY STRUCTURE INFORMATION SHEET C25 OF C67 ADDENDUM NO. 26 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON Yakima Air Terminal, Alpha Taxiway Rehabilitation. HLA Project No. 11049E BID OPENING: *DECEMBER 3, 2015*` To the attention of all bidders for the above project: 2:00 P.M. The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — CIVIL CONSTRUCTION PLAN SHEETS Sheets C5 -C12 Add the following sentence at the end of General Note 2. "Crack sealant shall be hot or cold applied for asphalt concrete pavements meeting ASTM D6690." Sheet C25 — Utility Structure Information Replace with attached Sheet C25 ITEM 2 — ELECTRICAL CONSTRUCTION PLAN SHEETS Sheet E49 of E72 Modified Sign and Taxiway Lighting Plan Revise the location of Taxiway Lights AS -28, AS -29 and AS -30 to match the locations shown on Sheet C59 of C67. Sheet E58 of E72 ELECTRICAL DETAILS Revise Detail 4/E58 notes to read: Taxiway lights shall be LED, shall be 22 inches high and shall be provided with LED lamps, UV resistant lens, 2 -inch coupling and heater (Artic Option) Add a ground rod and connection to the Medium Intensity Taxiway Light mounting detail similar to what is shown on Sheet E59 of E72 for the lighted signs. Add a callout to the ground rod of "GROUND ROD (PER FAA REQUIREMENTS). SEE DETAIL FOR COUNTERPOISE AND GROUNDING ON SHEET C67 FOR ADDITIONAL INFORMATION REGARDING GROUNDING REQUIREMENTS." Sheet E59 of E72 ELECTRICAL DETAILS Add the following information: Revise the callout to the ground rod and connection to the Medium Intensity Taxiway Light on Details 1/E59 and 2/E59 to read: "GROUND ROD (PER FAA REQUIREMENTS). SEE DETAIL FOR COUNTERPOISE AND GROUNDING ON SHEET C67 FOR ADDITIONAL INFORMATION REGARDING GROUNDING REQUIREMENTS." G:IPROJECTS12011111049\Addendum 2612015-11-17 Alpha Taxiway Addendum 26.doc ADDENDUM NO. 26 ITEM 3 — SECTION 3 BID PACKAGE Unit Price Bid Proposal Replace with attached Unit Price Bid Proposal. ITEM 4 — SECTION 9 TECHNICAL SPECIFICATIONS - Item L-100 General Airport Electrical 100-2.3 SUBMITTALS Add the following item to Item 100-2.3 SUBMITTALS, C.1-108 "Counterpoise System" 100-4.0 PAYMENT Add Item 23 as follows: 23. The unit price bid for "ILS Critical Area Sign, 24" x 12", per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign. ITEM 5 — SECTION 9 TECHNICAL SPECIFICATIONS —. Item L-108 Underground Power Cable for Airports 108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND AND GROUND RODS) Revise the first sentence of the second paragraph to read. "Ground Rods shall be copper clad steel." 108-3 6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING Revise the second sentence of the second paragraph to read. "The counterpoise wire shall also be exothermically welded to ground rods installed not more than 500ft (150 m) apart around the entire circuit." Delete sub -paragraph (2) of the fourth paragraph in its entirety. 108-3 7 EXOTHERMIC BONDING Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. ITEM 6 — SECTION 9 TECHNICAL SPECIFICATIONS — Item L-125 Installation of Airport Lighting Systems 125-2.3 TAXIWAY EDGE LIGHTS. Revise the second paragraph to read: b. New taxiway edge lights shall be L-861T(L) base can mounted (Class 2), 6.6A (Mode 1), 22 -inch high, omni -directional blue lens with heater option G:\PROJECTS\2011 \11049\Addendum 26\2015-11-17 Alpha Taxiway Addendum 26.doc ADDENDUM NO. 26 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. S.tephar(ie J. Ray, P Huibregtse, Louman Associates, Inc. 2803 River Road Yakima, WA 98902 Phone: (509) 966-7000 Date 1107/ is G:\PROJECTS12011\110491Addendum 26\2015-11-17 Alpha Taxiway Addendum 26.doc ADDENDUM NO. 26 1 i NOTES: ALL STRUCTURE flNAL RIM ELEVATIONS SHALL BE ADJUSTED SO THEY ARE 1 -INCH BELOW ADJACENT ASBUILT GRADE. THE UTTUTY STRUCTURE ELEVATION TABLE LOCATED ON THIS SHEET PROVIDES EXISTING AND NEW RIM ELEVATIONS WITH THE 1 -INCH ADJUSTMENT. THESE VALUES ARE BASED ON THE CENTER OF STRUCTURE, IF FINAL ASBUILT CONDITIONS SHOULD DIFFER THAN THE ELEVATIONS LOCATED ON THIS SHEET THEN THE CONTRACTOR SHALL ADJUST THE STRUCTURE TO 1 -INCH LESS THAN THE FINAL GRADE ELEVATION. O1 REPLACE UD WITH AIRCRAFT BEARING UD AND ADJUST STRUCTURE PER DETAIL 20 ON SHEET C84. MANHOLE COVERS ARE REQUIRED TO BE DESIGNED FOR 100,000 POUND WHEEL LOADS WITH 250 PSI 11RE PRESSURE. O2 SAWCUT EXISTING ELECTRICAL VAULT TO RESET EXISTING CONCRETE UD AND STRUCTURE COVER TO FINAL GRADE LESS 1 -INCH. ALTA/ST EXISTING FRAME AND GRATE TO 1 -INCH BELOW GRADE. 0 0 0 0 0 0 0 0 0 0 0 0 4 Co 0 0 0 0 0 0 0 0 0 0 0 0 0 fki 0 0 0 0 0 0 0 U11UTY STRUCTURE ELEVA11ON TABLE STRUCTURE® STRUCTURE TYPE EX. RIM ELEV. NEW RIM ELEV. 1 DRAIN MH 1098.07 1097.75 2 DRAIN MH 1098.85 1097.18 3 ELECTRIC MH 1096.58 1096.84 4 ELECTRIC MH 1096.48 1098.89 S DRAIN MH 1095.85 1095.65 6 DRAIN MH 1095.38 1095.45 7 DRAIN MH 1093.22 1093.73 8 ELECTRIC MH 1093.00 1092.88 9 ELECTRIC MH 1092.97 1093.52 10 DRAIN MH 1092.31 1092.21 11 DRAIN MH 1092.81 1092.84 12 DRAIN MH 1091.84 1091.89 13 DRAIN MH 1088.54 1088.48 14 DRAIN MH 1088.59 1088.43 15 DRAIN MH 1084.95 1084.92 18 DRAIN MH 1085.10 1085.08 17 ELECTRICAL BOX 1081.49 1082.28 18 DRAIN MH 1081.58 1081.43 19 DRAIN MH 1081.78 1081.49 20 ELECTRICAL BOX 1079.21 1079.18 21 ELECTRICAL BOX 1079.18 1079.18 22 ELECTRICAL BOX 1078.31 1078.25 23 DRAIN MH 1077.91 1077.99 24 DRAIN MH 1077.92 1077.99 25 DRAIN MH 1070.87 1070.88 26 DRAIN MH 1088.71 1068.80 27 DRAIN MH 1088.99 1068.79 28 DRAIN MH 1087.8.3 1067.82 29 DRAIN MH - 1068.57 1088.50 30 DRAIN MH 1068.76 1088.51 31 ELECTRICAL MH 1067.49 1087.91 32 DRAIN MH 1088.24 1088.57 33 ELECTRICAL MH 1065.85 1065.59 1 34 CATCH BASIN 1085.55 1065.50 35 ELECTRICAL MH 1083.28 1083.27 36 DRAIN MH 1002.72 1063.02 37 ELECTRICAL BOX 1082.02 1062.21 .38 I ELECTRICAL MH 1061.67 1061.71 39 DRAIN MH 1061.15 1081.15 40 DRAIN MH 1061.45 1061.45 41 ELECTRICAL MH 1060.88 1080.88 42 DRAIN MH 1080.19 1060.19 43 DRAIN MH 1059.74 1059.74 44 DRAIN MH 1058.88 1058.88 45 DRAIN MH 1058.83 1058.63 46 DRAIN MH 1057.78 1057.78 47 ELECTRICAL MH 1057.56 1057.56 48 ELECTRICAL MH 1057.83 1057.63 49 DRAIN MH 1056.42 1056,37 ® SEE SHEETS C13 -C24 FOR LOCATIONS 0 0 0 0 0 �0wy 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 STRUCTURE [J STRUCTURE TYPE EX. RIM ELEV. NEW RIM DIV. 50 DRAIN MH 1056.35 1056.40 51 ELECTRICAL MH 1053.93 1053.97 52 ELECTRICAL MN 1053.94 1053.96 53 ELECTRICAL BOX 1053.87 1053.89 54 DRAIN MH 1053.71 1054.03 55 DRAIN MH 1052.88 1052.59 58 DRAIN MH 1052.49 1052.87 57 ELECTRICAL MH 1052.37 1052.28 5B ELECTRICAL MH 1052.35 1052.33 59 DRAIN MH 1051.68 1051.91 60 DRAIN MH 1050.96 1051.23 81 DRAIN MN 1051.10 1051.22 82 ELECTRICAL MH 1050.82 1050.82 63 ELECTRICAL MH 1050.37 1050.78 84 DRAIN MH 1049.54 1049.54 65 ELECTRICAL MH 1049.25 1049.25 86 ELECTRICAL MH 1097.80 1098.00 87 DRAIN MH 1096.30 1098.37 88 ELECTRICAL MN 1098.44 1098.30 69 DRAIN MH 1091.04 1090.99 70 ELECTRICAL MH 1090.57 1090.50 71 DRAIN MN 1091.77 1091.74 72 ELECTRICAL BOX 1092,44 1092.18 73 DRAIN MN 1080.91 1080.88 74 DRAIN MH 1080.35 1080.43 75 ELECTRICAL MH 1078.97 1078.91 78 ELECTRICAL MH. 1080.67 1080.98 77 ELECTRICAL BOX 1080.84 1080.90 78 DRAIN MH 1087.84 1087.77 79 DRAIN MH 1067.31 1087.20 80 ELECTRICAL MH 1065.79 1065.70 • 81 ELECTRICAL MH 1065.15 1085.19 82 DRAIN MH 1063.70 1064.06 83 ELECTRICAL MH l 1082.82 1063.05 84 ELECTRICAL MH 1062.63 1063.09 85 ELECTRICAL MH 1082.20 1062.98 88 DRAIN MH 1051.51 1051.51 87 ELECTRICAL MN 1051.21 1051.21 88 DRAIN MH 1051.86 1051.66 89 ELECTRICAL MH 1053.02 1053.02 90 ELECTRICAL MN 1051.61 1051.60 91 DRAIN MH 1047.85 1047.85 92 CATCH BASIN 1083.41 1063.41 93 DRAIN MH 1053.78 1053.95 94 ELECTRICAL MH 1092.15 1092,09 95 CATCH BASIN 1052.55 1053.38 98 DRAIN MH 1052.85 1053.25 97 ELECTRICAL BOX 1052.65 1052.63 98 ELECTRICAL MH 1059.73 1059.73 99 ELECTRICAL BOX 1093.42 1092.20 100 ELECTRICAL MH 1089.24 1089.15 101 ELECTRICAL BOX 1081.83 1081.89 102 ELECTRICAL MH 1080.94 1080.94 103 DRAIN MH 1087.84 1087.84 104 ELECTRICAL MH 1087 49 1067.49 .14 H Huibregtse, Lotman Associates, Inc, Civil Engineering o Land SurveyingoPlanning 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ADDENDUM 4 06-26-1.4 CONFORMED SET ADDENDUM 26 REVISION 10-16-15 11-25- 5 DA'E pIPB" NUMBER 11049 DATE: 05-28-14 FILE NAMES. DRAWING: PNPSHEETS.dwg PLAN 11049.dwg PROFILE 11049.dwg YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION AIP 3-53-0089-33/36/37 DESIGNED B•SJR ENTERED 813;D Y: TJR UTILITY STRUCTURE INFORMATION SHEET C25 OF C67 1 1 1 1 1 s 1 UNIT PRICE BID PROPOSAL CITY OF YAKIMA - YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I.P. NO. 3-53-0089-33/36/37 (FY14) HLA PROJECT NO. 11049 (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 20-07. ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE A - Alpha Taxiway Improvements (Phases 1 - 5) 1 Mobilization LS --- X --- = 2 Temporary Flagging, Marking and Signing LS --- X --- = 3 Clearing and Grubbing, P-151 LS --- X --- = 4 Remove and Replace Existing Regulator LS 1 X = 5 Remove and Reinstall High Intensity Runway Light EA 10 X = 6 Remove Pull Hole EA 2 X = 7 Remove Medium Intensity Taxiway Light EA 214 X = 8 Remove Medium Intensity Taxiway Light Base Can EA 78 X = 9 Abandon Medium Intensity Taxiway Light Base Can EA 133 X = 10 Reuse Medium Intensity Taxiway Light Base Can EA 3 X = 11 Install New Medium Intensity Taxiway Light, L- 861T(L) With Base Can EA 243 X = 12 Install New Medium Intensity Taxiway Light, L- 861T(L) in Existing Base Can EA 3 X = 13 Conductor, L-824, 5kV LF 35,000 X = 14 2 Inch Electrical Conduit, L-110 LF 13,250 X = 15 4 Inch Electrical Conduit, L-110 LF 6,500 = 16 Trench Surfacing Removal and Repair, Type 1 SY 70 X = 17 Trench Surfacing Removal and Repair, Type 2 SY 450 X = 18 Trench Surfacing Removal and Repair, Type 3 SY 180 X = 19 Trench Surfacing Removal and Repair, Type 5 SY 360 X = 20 Trench Surfacing Removal and Repair, Type 6 SY 860 X = 21 Trench Surfacing Removal and Repair, Type 7 SY 200 X = 22 Trench Surfacing Removal and Repair, Type 8 SY 80 X = 23 Trench Surfacing Removal and Repair, Type 9 SY 80 X = 24 Trench Surfacing Removal and Repair, Type 10 SY 60 X = 25 Electrical Conduit Trenching, Bedding and Backfill, L-110 LF 19,000 X = 26 Electrical Duct Bank, Type 1, L-110 LF 2,150 X = 27 Electrical Duct Bank, Type 3, L-110 LF 960 X = ADDENDUM NO. 26 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE A - Alpha Taxiway Improvements (Phases 1 - 5) 28 Electrical Duct Bank, Type 4, L-110 LF 85 X = 29 Electrical Duct Bank, Type 5, L-110 LF 390 X = 30 Electrical Duct Bank, Type 6, L-110 LF 1,650 X = 31 New 1 -Module Sign, L-858 EA 7 X = 32 New 2 -Module Sign, L-858 EA 21 X = 33 New 3 -Module Sign, L-858 EA 23 X = 34 Remove Existing Lighted Sign EA 50 X = 35 Remove Existing Lighted Sign Base EA 41 X = 36 Electrical Junction Structure, L-115 EA 2 X = 37 Miscellaneous Electrical System Improvements LS --- X --- = 38 Adjust Drainage Structure EA 9 = 39 Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115 EA 30 X = 40 Remove Existing Structure EA 2 X = 41 Replace Frame and Grate EA 52 X = 42 • Cold Planing, P-101 SY 109,200 X = 43 Unclassified Excavation Incl Haul, P-152 CY 20,900 X = 44 Crushed Aggregate Base Course, P-209 TON 28,850 X = 45 Bituminous Surface Course, P-401 TON 28,750 X = 46 Temporary Painting, P-620 (1 Coat) SF 44,300 X = 47 Permanent Painting, P-620 (2 Coats) SF 86,600 X = 48 Permanent Painting, P-620 (1 Coat Black) SF 85,000 X = 49 Retroreflective Sign, L-858 EA 4 X = 50 Stop Sign, R1-1 EA 7 X = 51 Do Not Proceed Sign, 24"x12" EA 7 X = 52 Retroreflective Markers, L-853 EA 17 X = 53 Crack Filling (Greater than 1/4 -Inch) LF 5,625 X = 54 Crack Sealing (Less than 1/4 -Inch) LF 106,625 X = 55 Seeding, Fertilizing, and Mulching AC 3 X = SUBTOTAL BID SCHEDULE A WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE A TOTAL ADDENDUM NO. 26 1 1 r 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE B — Alpha Taxiway Edge to Non -Movement Line (Phases 1 - 5) 56 Mobilization LS --- X --- = 57 Temporary Flagging, Marking and Signing LS --- X --- = 58 Adjust Drainage Structure EA 3 X --- = 59 Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115 EA 4 X = 60 Remove Existing Structure EA 1 X = 61 Replace Frame and Grate EA 3 X = 62 Cold Planing, P-101 SY 16,350 X = 63 Bituminous Surface Course, P-401 TON 1,950 X = 64 Temporary Painting, P-620 (1 Coat) SF 3,875 X = 65 Permanent Painting, P-620 (2 Coats) SF 7,750 X = 66 Permanent Painting, P-620 (1 Coat Black) SF 9,700 X = 67 Crack Filling (Greater than 3/8 -Inch) LF 13,300 X = 68 Crack Sealing (Less than 3/8 -Inch) LF 18,350 X = SUBTOTAL BID SCHEDULE B Do Not Proceed Sign, 24"x12" WASHINGTON STATE SALES TAX 8.2% 2 BID SCHEDULE B TOTAL ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE C — Non -Alpha Taxiway Airfield Sign Improvements (Phase 6) 69 Mobilization LS --- X --- = 70 Temporary Flagging, Marking and Signing LS --- X --- = 71 Clearing and Grubbing, P-151 LS --- X --- = 72 Remove Existing Lighted Sign EA 25 X = 73 Remove Existing Lighted Sign Base EA 10 X = 74 Conductor, L-824, 5kV LF 5,850 X = 75 2 -Inch Electrical Conduit, L-110 LF 2,770 X = 76 Electrical Conduit Trenching, Bedding and Backfill, L-110 SY 2,770 X = 77 New 1 -Module Sign, L-858 EA 3 X = 78 New 2 -Module Sign, L-858 EA 11 X = 79 New 3 -Module Sign, L-858 EA 11 X = 80 Retroreflective Sign, L-858 EA 2 X 81 Stop Sign, R1-1 EA 2 X 82 Do Not Proceed Sign, 24"x12" EA 2 X 83 ILS Critical Area Sign, 24"x12" EA 1 X SUBTOTAL BID SCHEDULE C ADDENDUM NO. 26 1 1 1 1 WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE C TOTAL ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE D — Non -Alpha Taxiway Marking Improvements (Phase 7) 84 Mobilization LS --- X --- = 85 Temporary Flagging, Marking and Signing LS --- X --- = 86 Permanent Painting, P-620 (2 Coats) SF 130,450 X = 87 Permanent Painting, P-620 (1 Coat Black) SF 4,250 X = SUBTOTAL BID SCHEDULE D WASHINGTON STATE SALES TAX 8.2% BID SCHEDULE D TOTAL SUMMARY OF SCHEDULE TOTALS Schedule A Total Schedule A + B Total Schedule A + B + C Total Schedule A + B +C + D Total ADDENDUM NO. 26 ADDENDUM NO. 25 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON Yakirna Air Terminal, Alpha Taxiway Rehabilitation HLA Project No. 11049E BID OPENING: **DECEMBER 3, 2015** To the attention of all bidders for the above project: 2:00 P.M. The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — BID OPENING DATE Sealed proposals for the Alpha Taxiway Rehabilitation will be received by the City Clerk at Yakima City Hall, 129 N. Second Street, Yakima, Washington, 98901 until 2.00 p.m. local time on December 3, 2015, at which time the bids will be publicly opened and read. Bids shall be addressed to the City Clerk at Yakima City Hall. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Stephaie J. Ray, PE is Huibregtse, Louman Associates, Inc. 2803 River Road Yakima, WA 98902 Phone: (509) 966-7000 G:\PROJECTS12011\110491Addendum 25\2015-11-17 Alpha Taxiway Addendum 25.doc II/I7/IS Date ADDENDUM NO. 25 CITY OF YAKIMA YAKIMA AIR TERMINAL CONTRACT DOCUMENTS FOR ALPHA TAXIWAY REHABILITATION A.1.P. NO. 3-53-0089-33 / 36 / 37 (FY 15) HLA PROJECT NO. 11049 May 2014 Reissued October 2015 OWNER: City of Yakima - Yakima Air Terminal 2406 West Washington Avenue, Suite B Yakima, WA 98903 ENGINEER: Huibregtse, Louman Associates, Inc. (HLA) 2803 River Road Yakima, WA 98902 CITY OF YAKIMA YAKIMA AIR TERMINAL YAKIMA COWNTY, WASHINGTON FOR ALPHA TAXIWAY REHABILITATION HLA Project No. 11049 TABLE OF CONTENTS PAGE NO. SECTION 1 - INVITATION TO BID 1-1 INVITATION TO BID 1-2 SECTION 2 -INFORMATION TO BIDDERS 2-1 INFORMATION TO BIDDERS 2-2 SECTION 3- BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL ' 3-5 BID PROPOSAL SIGNATURE PAGE 3-9 BID DEPOSIT ORBID BOND .3'10 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION --.3'11 LETTER OF INTENT 3-12 SURETY 3-13 BIDDERS LIST 3-14 SUBCONTRACTOR LIST -'.-'- ' . . 3-15 NON -COLLUSION AFFIDAVIT 3-17 BIDDERS STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE 3-18 BUY AMERICAN CERTIFICATE 3-19 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION & NATURALIZATION ACT. 3-22 SECTION 4- CONTRACT AND RELATED MATERIALS 4-1 CONTRACT -- ........ 4'2 PERFORMANCE BOND 4-4 PAYMENT BOND 4-6 SECTION 5- LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES DLI (YAKIMA COUNTY) EFFECTIVE 11/12/2015 BENEFIT CODE KEY EFFECTIVE 09/02/2015 DEPT. OF LABOR & INDUSTRIES SUPPLEMENTAL TO WAGE RATES 09/02/2015 FEDERAL WAGE RATES EFFECTIVE 09/04/2015 SECTION 6 -FAA GENERAL PROVISIONS 6-1 SECTION 10- DEFINITION OF TERMS 0-3 SECTION 20- PROPOSAL REQUIREMENTS AND CONDITIONS 6-7 SECTION 30 -AWARD AND EXECUTION OF CONTRACT. 6-10 SECTION 4U - SCOPE OFWORK 6-12 SECTION 50- CONTROL OF WORK 6-15 SECTION 60 - CONTROL OF MATERIALS. 6-22 SECTION 70- LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 6'25 SECTION 80- PROSECUTION AND PROGRESS 6-31 SECTION 90- MEASUREMENT AND PAYMENT 6-37 SECTION 100- CONTRACTOR QUALITY CONTROL PROGRAM 6-43 SECTION 110- METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 6-49 SECTION 7 - OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS 7-1 7.1 DEFINITIONS 7-2 7.2 CONTRACTOR QUALIFICATION7-3 7 3 PRELIMINARY MATTERS .... .7-4 7.4 CONTRACT DOCUMENTS: INTENT AND REUSE. 7-5 7.5 AVAILABILITY OF LANDS. PHYSICAL CONDITIONS: REFERENCE POINTS 7-5 7 6 BONDS AND INSURANCE...... 7-6 7 7 CONTRACTOR'S RESPONSIBILITIES ...... 7-9 7.8 WORK BY OTHERS .7-14 7.9 OWNER'S RESPONSIBILITIES 7-14 7.10 ENGINEER'S STATUS DURING CONSTRUCTION ............ . .............. .7-15 7.11 CHANGES IN THE WORK. 7-16 7.12 CHANGE OF CONTRACT PRICE . 7-17 7 13 CHANGE OF THE CONTRACT TIME .... 7-20 7 14 WARRANTY AND GUARANTEE. TESTS AND INSPECTIONS. CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK . 7-21 7.15 PAYMENTS TO CONTRACTOR AND COMPLETION ........ . ............. 7-23 7 16 SUSPENSION OF WORK AND TERMINATION ........... 7-27 7 17 ARBITRATION .. 7-28 7 18 MISCELLANEOUS ........ 7-29 7.19 CONTRACTOR QUALITY CONTROL PROGRAM . 7-30 SECTION 8 - FEDERAL CONTRACT CLAUSES 8-1 REQUIRED PROVISIONS NONSEGREGATED FACILITIES .. 8-2 ACCESS TO RECORDS AND REPORTS NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION AFFIRMATIVE ACTION PLAN BREACH OF CONTRACT TERMS BUY AMERICAN COMPLIANCE GENERAL CIVIL RIGHTS PROVISIONS CIVIL RIGHTS TITLE VI CLEAN AIR AND WATER POLLUTION CONTROL CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS COPELAND "ANTI -KICKBACK" ACT DAVIS BACON REQUIREMENTS CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) DISADVANTAGED BUSINESS ENTERPRISES ENERGY CONSERVATION REQUIREMENTS EQUAL OPPORTUNITY CLAUSE STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS FEDERAL FAIR LABOR STANDARDS ACE (FEDERAL MINIMUM WAGE) LOBBYING AND INFLUENCING FEDERAL EMPLOYEES CERTIFICATION OF NONSEGREGATED FACILITIES OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 RIGHTS TO INVENTIONS TERMINATION OF CONTRACT TRADE RESTRICTION CLAUSE VETERANS PREFERENCE SECTION 9 - TECHNICAL SPECIFICATIONS 9-1 1 GENERAL REQUIREMENTS 9-2 2. MOBILIZATION 9-7 3 AIRPORT SAFETY -TEMPORARY FLAGGING, MARKING, SIGNING . . 9-8 4. CONSTRUCTION STAKING .. ..... .................. 9-11 5. PROJECT CLOSEOUT.. 9-14 ITEM P-101 - SURFACE PREPARATION ... .. ......... . . .... ... . 9-15 ITEM SP -150 - WATER FOR CONSTRUCTION ......... ..... 9-18 ITEM P-151 - CLEARING AND GRUBBING. 9-19 ITEM P-152 - EXCAVATION AND EMBANKMENT ........................... . .9-22 ITEM P-156 - TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL . 9-28 ITEM P-209 - CRUSHED AGGREGATE BASE COURSE. .... 9-30 ITEM P-401 - PLANT MIX BITUMINOUS PAVEMENTS.. 9-34 ITEM P-602 - BITUMINOUS PRIME COAT 9-56 ITEM P-603 - BITUMINOUS TACK COAT . .9-58 ITEM P-606 - ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT .9-60 ITEM P-610 - STRUCTURAL PORTLAND CEMENT CONCRETE .......... 9-64 ITEM P-620 - RUNWAY AND TAXIWAY PAINTING . . . ........................ 9-70 ITEM D-751 - MANHOLES, CATCH BASINS, INLETS, AND INSPECTION HOLES. 9-74 ITEM T-901 - SEEDING. 9-78 ITEM L-100 - GENERAL AIRPORT ELECTRICAL . 9-82 ITEM L-108 - UNDERGROUND POWER CABLE FOR AIRPORTS .9-93 ITEM L-110 - AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS 9-103 ITEM L-115 - ELECTRICAL MANHOLES AND JUNCTION STRUCTURES .. .... .. 9-109 ITEM L-125 - INSTALLATION OF AIRPORT LIGHTING SYSTEM . . 9-115 ITEM L-150 - INSTALLATION OF THYRISTOR REGULATOR CCR ..... ....... 9-119 ITEM L-853 - RUNWAY AND TAXIWAY RETROREFLECTIVE MARKERS ... 9-122 ITEM L-858 - RUNWAY AND TAXIWAY SIGNS .. 9-126 APPENDIX CONSTRUCTION SAFETY AND PHASING PLAN AND REPORT FAA GUIDE TO GROUND VEHICLE OPERATIONS SECTION 1 - INVITATION TO BID G:PROJECS\2O 1\1 O4Sp cators\2O1 -1O-1j Alpha Taxiway Specificatioas.docx 1-1 INVITATION TO BID Sealed proposals for the Alpha Taxiway Rehabilitation will be received by the City Clerk at Yakima City Hall, 129 N. Second Street, Yakima, Washington, 98901 until 2:00 p m. local time on November 12, 2015, at which time the bids will be publicly opened and read. Bids shall be addressed to the City Clerk at Yakima City Hall. The work includes the following approximate major items: This project consists of the rehabilitation and widening of Alpha Taxiway and runway connectors by profile planing and removing approximately 125,550 square yards of existing asphalt pavement, excavating approximately 18,500 cubic yards existing material, installing approximately 28,850 tons aggregate base, and approximately 30,700 tons bituminous surface course; installation of approximately 79 new airfield signs and bases; removal of existing taxiway lighting system and installation of a new LED taxiway lighting system including new electrical regulator; installation of approximately 306,700 square feet of new paint markings; and associated work. The above work will be accomplished in four schedules of work: Schedule A for all Alpha Taxiway Improvements from the north edge of Runway 9/27 to the north Alpha Taxiway Safety Area line; Schedule B for all work from the north Alpha Taxiway Safety Area line to the non -movement boundary line; Schedule C for all airfield sign improvements outside the Schedule A and B areas; and Schedule D for all painting improvements outside Schedule A and B areas Contract time for schedules of work varies between 110 and 140 calendar days, with liquidated damages of $2,500 00 per calendar day should the Contractor fail to complete the work within the time allowed. Sunday and legal holidays shall be excluded in determining days in default. Contract Documents may be examined at the following locations. Airport Manager's Office Huibregtse, Louman Associates, Inc. Tri -City Construction Council Yakima Plan Center Contract Documents may be procured at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC. (HLA), 2803 River Road, Yakima, Washington 98902, (509) 966-7000, upon payment of a $150.00 non-refundable fee for each set. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. All labor on the project shall be paid no less than the minimum wage rates established by the U S Secretary of Labor Each bidder must supply all the information required by the bid documents and specifications The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents A contractor or subcontractor having 50 or more employees and who may be awarded a contract of $50,000 00 or more will be required to maintain an affirmative action program, the standards for which are contained in the FAA Special Provisions. To be eligible for award, each bidder must comply with the affirmative action requirements which are contained in the FAA Special Provisions. G:\PROJECTS\2011\11049\Specfications\2015-10-19 Alpha Taxiway Specifications.docx 1-2 Each Proposal must be submitted on the prescribed form and accompanied by a certified check or Bid Bond on the form bound within the Contract Documents or one similar, payable to the City of Yakima, in an amount not less than five percent (5%) of the amount bid. The successful Bidder will be required to furnish a Performance and Payment Bond, each in the full amount of the contract price. The Owner reserves the right to waive any informality or to reject any or all proposals, or portions thereof, not conforming to the intent and purpose of the contract documents. No Bidder may withdraw his proposal within ninety (90) days after the actual date of the opening thereof Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and the Contractor must ensure employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, or national origin Sonya Claar Tee City Clerk Publish: May 29, 2014 June 5, 2014 G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 1-3 SECTION 2 - INFORMATION TO BIDDERS G:IFROJECTS‘2011;11049\Specifications120 i 5-10-19 Alpha ''ax:way Speci5cations.docx 2-1 CITY OF YAKIMA YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I.P. PROJECT NO. 3-53-0089-33/36/37 (FY14) INFORMATION TO BIDDERS 1. PREPARATION OF BID In addition to the requirements of Section 20 of the General Provisions, the following shall apply: A. All bids must be submitted on the prescribed forms. Included in these specifications is a complete set of bid forms These are for the convenience of the bidder and are not to be detached. Separate copies of bid forms are available upon request. Erasures or other changes in the bids must be explained or noted over the signature of the bidder B. 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. C No bid will be accepted unless signed by the bidder or his authorized agent. D. 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 E. 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 in words and those quoted in figures, the words shall control The prices are to include the furnishing of all labor, materials, equipment, tools, and all other facilities and the performance of services necessary or proper for the completion of the work, except such as may be otherwise expressly provided in the contract documents F. 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. QUALIFICATION 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 the Owner's Supplement to the FAA General Conditions Section 7.2 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. 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, Huibregtse, Louman Associates, Inc (HLA), 2803 River Road, Yakima, Washington 98902. Any inquiry received seven or G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 2-2 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 which, if issued, will be on file in the office of the Owner and the office of the Engineer at least three days before the bids are opened. In addition, addenda will be mailed to each bidder, but it shall be the bidder's 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 SECURITY Each bid must be accompanied by cashier's check, cash, 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 60 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. 5. 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 10 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. 6. EXAMINATIONS OF SITE AND CONDITIONS OF WORK A. Bidders are encouraged to visit the site of the work, compare the drawings and specifications with facilities in place, and fully inform themselves of all conditions. Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing any material or performing any work which may be required to complete work in accordance with drawings and specifications without additional cost to the Owner. B. Bidders are cautioned against unauthorized entry upon operation portions of the Airport. All requests for pre-bid examinations of the site 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. 7. 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. 8. SALES TAX Bidders shall include in their proposals Washington State local sales tax of 8.2 percent on all work items related to the Yakima Air Terminal, Alpha Taxiway Rehabilitation Project. 9. AWARD OF CONTRACT, REJECTION OF BIDS A. The Owner reserves the right to reject any or all bids and to waive all 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. G:\PROJECTS\2011\11049\Speciifications\2015-10-19 Alpha Taxiway Specifications.docx 2-3 B The bidder shall submit bids for all bid schedules and all bid items to be considered as a responsive bidder. The apparent Low Bidder will be determined in order to meet the total funds available, beginning with Schedule A. If additional funds are available, the Low Bidder will be determined by the combined total of Schedule A plus Schedule B If additional funds are available, the Low Bidder will be determined by the combined total of Schedule A plus Schedule B plus Schedule C. If additional funds are available, the Low Bidder will be determined by the combined total of Schedule A plus Schedule B plus Schedule C plus Schedule D. Following the determination of the Low Bidder, the contract will be Awarded to the responsive and responsible bidder based on the lowest total of all bid schedules and bid items for which funding is available, and as approved by the Owner and funding agencies. C. The Owner also reserves the right to reject the bid of any bidder who has 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. D. The 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, and bonding costs. E. An award may not be made unless sufficient funding is available. F The Owner's administrative costs may be used as a factor in the evaluation of bids and determination of award. 10. PERFORMANCE AND PAYMENT BOND, EXECUTION OF CONTRACT A. Subsequent to the award and within ten (10) 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 slated 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. D. The failure of the successful bidder to execute such Contract and to supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant based upon reasons determined 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 G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 2-4 11. REQUIREMENTS FOR BIDS FOR A.I.P. CONTRACTS A. Required Notice for All Contracts 1 The bidder must supply all the information required by the proposal forms and specifications. 2 The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, as amended, and to the equal opportunity clause, and, 3. Each bidder must submit with his bid a "Certification of Non -Segregated Facilities" and a statement entitled "Bidders Statement on Previous Contracts Subject to EEO Clause", as contained in the bid proposal. In addition• a Contractors receiving federally assisted construction contract awards, which are not exempt from the provisions of the equal opportunity clause, will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. A "Certification of Non -Segregated Facilities" must be submitted prior to award of any such subcontract exceeding $10,000. b. Contractors receiving subcontract awards exceeding $10,000, which are not exempt from the provisions of the equal opportunity clause, will be required to provide for the forwarding of this notice to prospective Contractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause NOTE The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 4. When a determination has been made to award a contract or subcontract to a specific Contractor, such Contractor is required, prior to the award or after the award, or both, to furnish such other information as the FAA, the sponsor, or the Director of OFCC requests. 5 Equal Employment Opportunity (EEO) and labor provisions, when applicable, are included in the bidding documents and are available for inspection at the airport office. 6 Contractors and subcontractors may satisfy EEO requirements of paragraph 2 of the EEO contract clause by stating in all solicitations or advertisements for employees that: "All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin " Or, by using a single advertisement in which appears in clearly distinguished type, the phrase. "An Equal Opportunity Employer." 7. By operation of the Order, the Notice of Requirement for Affirmative Action to Insure Equal Opportunity (Executive Order 11246), and the Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) shall be deemed to be a part of this solicitation and of every contract and subcontract, as appropriate, required by the Order and regulations B. Required Notice for Contractors with 25 or More Employees and. 1. A Contractor having 25 or more employees and first tier subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will, within 120 days from contract commencement, be required to develop a written affirmative action compliance program for each of its establishments (state and local governments are exempt) G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 2-5 2. Within 30 days after award of this contract, the Contractor shall file a compliance report (SF 100) if the Contractor has not submitted a complete compliance report within 12 months preceding the date of award 3. State and local governments are exempt from the requirements of filing the annual compliance report (SF 100). 4. The Contractor shall require the subcontractor on any first tier subcontracts, irrespective of dollar amount to file an SF 100 within 30 days after award of the subcontract if the above three conditions apply. An SF 100 will be furnished upon request. The SF 100 is normally furnished to Contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a Contractor has not received the form, he may obtain it by writing to the following address. Joint Reporting Committee 1800 G Street Washington, D C 20506 C. Required Notice for Contracts in Excess of $100,000 1 Each bidder must submit with his bid a bid guarantee equivalent to 5% of the bid price. The bid guarantee shall be in the form of a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified 12. SUBCONTRACTORS The bidders are required to list the name and address of its major subcontractors proposed to be employed. Prior to any subcontractor, regardless of tier, performing work on the project, the following information shall be submitted for each by the Contractor: 1. Contractor's Registration Number in accordance with the Contractor's Registration Act, RCW 18.27; 2. Contractor's UBI Number; 3 Contractor's Washington State Department Revenue Tax Identification Number; 4. Contractor's Washington State Department of Labor and Industries Number; In addition, the Contractor shall verify that the subcontractor is currently not on the Federal Suspension and Debarment list. 13. INSURANCE REQUIREMENTS The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Owner. 1. Owner and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and is the aggregate for each policy period, written on Insurance Services Office (ISO) from CG0009 together with Washington State Department of Transportation Amendatory Endorsements N. CG 29 08, specifying the following as named insureds: G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 2-6 • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers; City of Yakima, its employees, agents, elected and appointed officials; and Huibregtse, Louman Associates, Inc. (HLA) and its subconsultants. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent of 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. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the Contract, the Contractor shall first obtain an endorsement of the Commercial General Liability Insurance described below that established the Contracting Agency on that policy as and additional insured 2 Commercial General Liability Insurance written ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3 Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the Contract. The Owner's and Contractor's Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000. Prior to contract execution, the Contractor shall file with the Owner ACORD Form Certificates of Insurance evidencing the minimum insurance coverage's required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. The Certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 2-7 All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. The Contractor shall be responsible for all acts and omissions of his subcontractors. 14. PHASED CONSTRUCTION Taxiway construction will be completed in phases. The Owner will consider modifications to the phasing if such modifications can be shown to expedite the project and not impose any greater inconveniences to the Owner, commercial airlines, and passengers. The Contractor shall be responsible for all costs associated with revising the contract documents. Owner and FAA concurrence for any proposed modifications is required prior to implementation The Owner will consider modifications to the phasing if such modifications can be shown to expedite the project and not impose any greater inconveniences to the commercial airlines and passengers. The Contractor shall be responsible for all costs associated with revised construction safety plans and obtaining FAA approvals for phasing modifications 15. BID SCHEDULE Yakima Air Terminal, A.I.P. 3-53-0089-33/36/37 (FY14), Alpha Taxiway Rehabilitation The Contractor's Bid Proposal shall include his bid to complete all work identified on the plans and specifications of the schedule of Bid Items and Prices. The Bid Schedule of Items and Prices includes. Schedule A: Schedule B Schedule C Schedule D: Alpha Taxiway Improvements Alpha Taxiway Edge to Non -Movement Line Non -Alpha Taxiway Airfield Sign Improvements Non -Alpha Taxiway Marking Improvements 16. TIME OF COMPLETION All work within Schedule A and B under the contract shall begin on or before April 11, 2016 and be substantially complete by July 29, 2016 All other Schedules of work, if not performed concurrently with Schedules A and B, shall be complete by August 28, 2016. Phased improvements under the contract shall be completed within the timeframes as follows Schedule A and B Phase 1 (including Test Sections) Phase 2 Phase 3 Phase 4 Phase 5 All Schedule A+B Work Schedule C and D Phase 6 and 7 17. PRE -PAVING MEETING 26 calendar days 21 calendar days 21 calendar days 21 calendar days 21 calendar days 110 calendar days All or parts of Phase 6 and 7 work may be completed concurrently with Schedule A and B work, but shall be completed no more than 30 calendar days following completion of Schedule A and B work. A pre -paving meeting shall be held between the Contractor and all subcontractors (and any others the Contractor or Owner deem necessary for the work involved), the Owner, and the owner's representatives. The Contractor and subcontractor representatives shall include those directly responsible for removal of existing pavement, production and quality control of the paving material, placement of pavement, and job site quality control. This meeting will be for one full 8 -hour day and paving will not be permitted prior to this meeting's occurrence This meeting will be in addition to the G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifcations.docx 2-8 project pre -construction meeting. This meeting require coordination with other agencies and the meeting date will be coordinated to be mutual beneficial to all parties. 18. LIQUIDATED DAMAGES The Contractor agrees to pay, as liquidated damages, the sum of $2,500 00 for each consecutive calendar day thereafter that the Work remains uncompleted for all schedules. 19. CONTRACTOR QUALITY CONTROL PROGRAM The Contractor is directed to the FAA General Conditions and Construction Management Plan which require a detailed and stringent quality control plan, program, and testing process. This program is to be accomplished independently of the Owners/Engineer Quality Assurance Requirements. 20. AIRPORT OPERATIONS The Yakima Air Terminal is a continuous operationing airport consisting of scheduled arrival and departures of both commercial and freight aircraft and unscheduled take -offs and arrivals of general aviation aircraft. The Contractor shall comply with strict safety and communication requirements shown in the Plans and Specifications, and as directed by the Owner. A daily construction work schedule has been developed for Schedule A and B work, and portions of Schedule C and D work affecting runway operations. No deviation from this Schedule will be allowed. The Schedule is located in the Construction Safety Phasing Plans and Construction Safety Phasing Plan Report. The Contractor may rely on the work schedule located in the Construction Safety Phasing Plans and Report for the basis of bid for all work within the RSA. Work performed within the RSA must be coordinated at the contractor's discretion in increments allowing the resulting surface grade to be within 3 -inches of adjacent existing surface grades necessary to meet RSA requirements of a smooth and level surface for landing aircraft weighing up to 168,000 lbs and may include temporary placement of material and steel plates. If the runway cannot be reopened for a scheduled arriving Commercial flight due to irregular surfaces or grade elevation differences greater than 3 -inches, then the contractor shall bear all impacts due to cancellation of the flight which could involve loss of revenue to both the Commercial Air Service and the Yakima Air Terminal The Contractor shall prepare a safety compliance document meeting the provisions of the Construction Safety and Phasing Plan Report located in the Appendix. This document shall be reviewed and approved by the Engineer and the Owner prior to start of Work. 21. PROJECT ACCESS Within 5 days of Award by the Contracting Agency, the Contractor shall provide a list of all personnel, including subcontractors, requiring un -escorted access to the airfield for construction activities. All fees, including re -tests, shall be the responsibility of the Contractor The list will include the full name, address, social security number, driver's license number and date of birth of each individual, and be used by the Yakima Air Terminal to perform background checks and security clearances Following completion of individual Badge Applications, all cleared personnel will be provided a badge to be visibly worn at all times in the airport operations area. Contractor personnel requiring a badge shall have available two forms of valid identification at the time of testing Valid forms of identification include driver's license, birth certificate, social security card, and passport; two of which must be presented to the Yakima Air Terminal for processing Any person operating a vehicle in the air operations area will be required to complete a Ground Vehicles Operations Self -Assessment, administered by the Yakima Air Terminal, and complete orientation prior to being granted authorized driving privileges G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 2-9 Access to the work area shall be from gates to be designated by the Owner. Access into the site other than those designated shall be prohibited unless approved by the Owner The Contractor shall provide and post full time gate guard(s) during working hours at all access points requiring opening of airport security fencing and gates. Unless otherwise authorized by the Owner, the Contractor shall confine its operations to the immediate boundaries of the project limits. The Contractor shall be solely responsible for, and bear all costs associated with dust control and the maintenance of access roads during construction. 22. 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 4 as amended and the Federal requirements outlined in Section 4, 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 the 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. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting Bids based on these specifications. 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 adjusted 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. 23. COOPERATION WITH OTHER CONTRACTORS It is anticipated that no other contracted work will be occurring within the project site during the construction of the Alpha Taxiway Rehabilitation project. 24. PERMITS AND FEES The Contractor shall be responsible for all associated costs for permits required for the construction of the project. 25. BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS (JANUARY 1991) A. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufacturer products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Programs. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs B.1 or B 2 shall be treated as domestic. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 2-10 2 Components. As used in this clause, components mean those articles, materials, and supplies incorporated directly into steel and manufactured products 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs B. The successful bidder will be required to deliver only domestic steel and manufactured products, except: 1. That the U.S Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 2 That the U S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3 That inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. 26. SAFETY PLAN COMPLIANCE DOCUMENT The Contractor shall submit for review by the Owner and Engineer a Safety Plan Compliance Document meeting the requirements of Section 2.0 in the Construction Safety and Phasing Plan Report located in the Appendix of the Project Specifications. A sample report format is included in Section 21.0 of the same report noted above. The Safety Plan Compliance Document shall be submitted by the Contractor prior to the preconstruction conference. END OF SECTION 2 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 2-11 SECTION 3 - BID PACKAGE U APROJECTS120° 1 i' 1049\Specifications\2015-100-19 Alpha-axiway Spec€fications,docx 3-1 BIDDERS CHECKLIST This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. All forms listed below must be fully executed and submitted with the Bid. Checked 1. Proposal (BID) Fully Executed 2. Bidder's Bond or other Security (5%) 3 Power of Attorney for surety's Agent to execute Bidder's Bond 4. Acknowledgment of Addenda (on Proposal) 5 Disadvantaged Business Enterprise Participation 6 Letter of Intent (DBE Utilization) 7 Surety 8 Bidders List 9 Subcontractor List 10 Non -Collusion Affidavit 11 Evidence of competency and evidence of financial responsibility, as per Section 20-02 of the General Provisions Bidder's Statement on previous contracts subject to EEO clause 12. Buy American Certificate 13 E -Verify G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 3-2 BID PROPOSAL BIDDER'S DECLARATION The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this proposal are those named herein, that this proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the proposal is made without any connection or collusion with any person making another proposal on this contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this proposal is made according to the provisions and under the terms of the Contract Documents, which documents are hereby made a part of this proposal The Bidder further declares that the provisions required pertaining to prevailing wage rates shall be included in his contract and will be complied with. Certified weekly payrolls will be delivered to the Engineer on a weekly basis. The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his conclusions. AWARD OF THE CONTRACT The Bidder shall submit bids for all bid schedules and all bid items to be considered as a responsive bidder The apparent Low Bidder will be determined in order to meet the total funds available, beginning with Schedule A. If additional funds are available, the Low Bidder will be determined by the combined total of Schedule A plus Schedule B If additional funds are available, the Low Bidder will be determined by the combined total of Schedule A plus Schedule B plus Schedule C. If additional funds are available, the Low Bidder will be determined by the combined total of Schedule A plus Schedule B plus Schedule C plus Schedule D. Following the determination of the Low Bidder, the contract will be Awarded to the responsive and responsible bidder based on the lowest total of all bid schedules and bid items for which funding is available, and as approved by the Owner and funding agencies. CONTRACT EXECUTION' The Bidder agrees that if this proposal is accepted, he will, within ten (10) days, not including Sundays and legal holidays, after notice of award, sign the contract in the form annexed hereto, and will at that time deliver to the Owner the "Performance Bond," "Payment Bond," and the "Certificate of Insurance" required herein and will, to the extent of his proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods specified in the Contract Documents and required by the Engineer hereunder In the event that the Bidder shall fail to enter into a contract within such time, then the bid security in the amount of 5% of the amount bid, deposited herewith, shall be retained by the Owner and it is agreed that said sum is a fair measure of the amount of damage that the Owner will sustain because of such failure to enter into a contract. CONSTRUCTION TIME LIMITS The Bidder agrees to begin work within ten (10) calendar days after the date of the Owner's written notice to proceed and to complete all construction work within the time frames set forth in the Contract after the date of the Owner's written notice to proceed. G:\PROJECTS\2011\11049\Spec'fications\2015-10-19 Alpha Taxiway Specifications.docx 3-3 LIQUIDATED DAMAGES. In the event the Bidder is awarded the contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate of $2,500.00 per calendar day for all work awarded under the contract until the work shall have been finished as provided by the Contract Documents Sundays and legal holidays shall be excluded in determining days in default. SUBCONTRACTORS: The Bidder will list all proposed subcontractors by their proper corporate name, and the portion of the work the subcontractor intends to perform, in the spaces provided below. The Owner reserves the right to reject any subcontractor that the Owner deems unfit for the scope of the work proposed. Subcontractor Work Item to be Perfor ed d6a. 1. Cmt�a, �.� �� 2. l,00'1<i� 1 (. �G��C±hCr( 1 3 GTSu vue i _ V-eU i n3 4. Q Y I L\ h — t -CsAi nJ 5. tcy(' Cbryc , G`1n, l(N UNIT PRICES: The undersigned, having carefully examined the Project Specifications, Drawings, Schedules, and other documents, having visited and examined the conditions at the project site; being familiar with all of the conditions relating to the work of the proposed project, including the availability of materials and labor, hereby proposes to undertake and complete the entire project in accordance with these Contract Documents including furnishing all labor, materials, and equipment required in connection with or incidental to the completion of the Alpha Taxiway Rehabilitation project, complete in place, and in full working order, for the following lump sum and/or unit prices. -pckeyi_ o -P 2-- G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-4 LIQUIDATED DAMAGES. In the event the Bidder is awarded the contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate of $2,500.00 per calendar day for all work awarded under the contract until the work shall have been finished as provided by the Contract Documents Sundays and legal holidays shall be excluded in determining days in default. SUBCONTRACTORS. The Bidder will list all proposed subcontractors by their proper corporate name, and the portion of the work the subcontractor intends to perform, in the spaces provided below The Owner reserves the right to reject any subcontractor that the Owner deems unfit for the scope of the work proposed. Subcontractor Work Item to be Performed 1 Tv- DC,,x-a_y\crtic CaMin 2. �� Ca t -,,°t to n &Van CiVO el J 3. 4. 5 o-eedi,Jnq UNIT PRICES: The undersigned, having carefully examined the Project Specifications, Drawings, Schedules, and other documents, having visited and examined the conditions at the project site; being familiar with all of the conditions relating to the work of the proposed project, including the availability of materials and labor, hereby proposes to undertake and complete the entire project in accordance with these Contract Documents including furnishing all labor, materials, and equipment required in connection with or incidental to the completion of the Alpha Taxiway Rehabilitation project, complete in place, and in full working order, for the following lump sum and/or unit prices. Fouy-zo-r2_ G:\PROJECTS\2011\11049\Spectfications\2015-10-19 Alpha Taxiway Specifications.docx 3-4 UNIT PRICE BID PROPOSAL CITY OF YAKIMA - YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I.P. NO. 3-53-0089-33/36/37 (FY14) HLA PROJECT NO. 11049 (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any t #i s t the bid must be initialed by the signer of the bid in accordance with Section 20-07.) chaI 1Maa ITEMUNIT NO.ITEM correc on . o DESCRIPTION UNIT QUANT. PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE A - Alpha Taxiway Improvements (Phases 1 - 5) 1 Mobilization LS -- X -- = 40 2 Temporary Flagging, Marking and Signing LS --- X --- _ ADit60 CO 3 Clearing and Grubbing, P-151 LS -- X --- = 90 -DO 4 Remove and Replace Existing Regulator LS 1 X 1, (of .00 = , (Q,0GO.00 5 Remove and Reinstall High Intensity Runway Light EA 10 x 60 .60 = g,00D .06 6 Remove Pull Hole EA 2 X fib- bo = 1/00.00 7 Remove Medium Intensity Taxiway Light EA 214 X . 1.00 = /6,07-po 8Remove Medium Intensity Taxiway Light Base Can EA 78 X iso. 00 = IV( PO .00 9 Abandon Medium Intensity Taxiway Light Base Can EA 133 X 150.0 iq R1/450• 86 10 Reuse Medium Intensity Taxiway Light Base Can EA 3 X • �� = �^ L15 •(�� 11 Install New Medium Intensity Taxiway Light, L- 861T(L) With Base Can EA 243 XGO0 •0i0 ( ��y�r a4 r'(1� P11" 12 Install New Medium Intensity Taxiway Light, L- 861T(L) in Existing Base Can EA 3 X qd. 00 = 1 410.00 1 13 Conductor, L-824, 5kV LF 35,000 X C -30 = 45,5 -co .00 14 2 Inch Electrical Conduit, L-110 LF 13,250 X 2. O = 4(s,Z.TOd 15 4 Inch Electrical Conduit, L-110 LF 6,500 6„50 _ 4a,-65 16 Trench Surfacing Removal and Repair, Type 1 SY 70 X t 5-5 .00 =// 1 O j(�.QC 17 Trench Surfacing Removal and Repair, Type 2 SY 450 X (5-0.00 = (inic0O -DO 18 Trench Surfacing Removal and Repair, Type 3 SY 180 X 11 T. OC) = Y - t11)6`OD 19 Trench Surfacing Removal and Repair, Type 5 SY 360 X ( t 0. 00 = 3qateo0,0 20 Trench Surfacing Removal and Repair, Type 6 SY 860 X l a) DO = 03t2O'06 21 Trench Surfacing Removal and Repair, Type 7 SY 200 X (a0.00 ff1'J0 = 006 -OD 22 Trench Surfacing Removal and Repair, Type 8 SY 80 X .0 d = t 01 ' -0. tb 23 Trench Surfacing Removal and Repair, Type 9 SY 80 X (3Cj _ 00 = t 01400.00 24Trench Surfacing Removal and Repair, Type 10 SY 60 X 6b _ = q I to 25Electrical Conduit Trenching, Bedding and Backfill, L-110 LF 19,000 X q. 0 0 ; (-7 (ro0 } • Oc 26 Electrical Duct Bank, Type 1, L-110 LF 2,150 X 32 .00 = 10,2Ioo .00 27 Electrical Duct Bank, Type 3, L-110 LF 960 X 4O V) _ j .60 ADDENDUM NO.27 ITEMUNIT NO. ITEM DESCRIPTION UNIT QUANT. PRICE AMOUNT DOLLARS-CTS DOLLARS-CTS BID SCHEDULE A - Alpha Taxiway Improvements (Phases 1 - 5) 28 Electrical Duct Bank, Type 4, L-110 LF 85 X 115. . 06 = S% _,,c--•U6 29 Electrical Duct Bank, Type 5, L-110 LF 390 X 56 , 60 = ' !mow , 'OD 30 Electrical Duct Bank, Type 6, L-110 LF 1,650 X Q 1 . 0 0 = 3t1(0g).oco 31 New 1-Module Sign, L-858 EA 7 X 31.366 . 00 = azIN, OD 32 New 2-Module Sign, L-858 EA 21 X 4,3b') .00 = q0(300 .00 33 New 3-Module Sign, L-858 EA 23 X 51, a .00 = 1 as-, oo,O0 34 Remove Existing Lighted Sign EA 50 X 1 9 0 . 0 0 = , d Q 35 Remove Existing Lighted Sign Base EA 41 X q 0 S. 00 = p61566 6`4cg. DO 36 Electrical Junction Structure, L-115 EA 2 X 5700 .06 = 1 ( iL.kO .00 37 Miscellaneous Electrical System Improvements LS -- X -- _ (7�Jjf�� 00 38 Adjust Drainage Structure EA 1 cQ(cO_ OO = pR 1 Qo - QD 39 Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115 EA 38 X -0.00 = a«p00.co � 40 Remove Existing Structure EA 4 X 130.00 62D. DO 41 Replace Frame and Grate EA 52 X 1I-7gb.00 = gi_icoo.Do 42 Cold Planing,'P-101 SY 109,200 X 3,SO = 3,21200 IX 43 Unclassified Excavation Incl Haul, P-152 CY 20,900 X /.4, 0 0 = OCA le 05t 44 Crushed Aggregate Base Course, P-209 TON 28,850 X a3 QQ = LW, DO 45 Bituminous Surface Course, P401 TON 28,750 X q 3. 00 = aJW73,1- t .0 46 Temporary Painting, P-620 (1 Coat) SF 44,300 X [ .--7 D _ 153(0.00 47 Permanent Painting, P-620 (2 Coats) SF 86,600 X l , (ID z 945q 48 Permanent Painting, P-620 (1 Coat Black) SF 85,000 X O, SQ = 1.�p bp 49 Retroreflective Sign, L-858 EA 4 X 1j2 b0 .00 = 1-i'r8'Ob .b0 50 Stop Sign, R1-1 EA 7 X n .q0. 00 = .00 ai 51 Do Not Proceed Sign, 24"x12" EA 7 X aas.00 = 7�O (islJ .D0 52 Retro reflective Markers, L-853 EA 17 X t , 00 = 11377.c)0 53 Crack Filling (Greater than 1/4-Inch) LF 5,625 X 0 �� r°) 'Ltd `�'� _ 5"7S d0 54 Crack Sealing (Less than 1/4 Inch) LF 106,625 X 6 = 6c'o.oc 55 Seeding, Fertilizing, and Mulching AC 3 X (,,100.00 = 0 (00 .C6 SUBTOTAL BID SCHEDULE A (Q1(902•291 WASHINGTON STATE SALES TAX 8.2% 9407.x` BID SCHEDULE A TOTAL 1i I 1/3b.m ADDENDUM NO. 27 ITEM NO, ITEM DESCRIPTION UNIT QUANT, UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE B - Alpha Taxiway Edge to Non -Movement Line (Phases 1 - 5) 56 Mobilization LS --- X --- = fit CM 00 57 Temporary Flagging, Marking and Signing LS -- X --- _ 1111)60-0° J,1)60- 58 58 Adjust Drainage Structure EA 1 X a1ao o -00 = a -DO 59 Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115 EA 4 X S(� , _ ocf -bo 60 Remove Existing Structure EA 1 X 52b _ co = 522b. tX 61 Replace Frame and Grate EA 3 X 1 106. b 0 = 6166,00 62 Cold Planing, P-101 SY 16,350 X 3. s0 = " j7 v,,S c 63 Bituminous Surface Course, P-401 TON 1,950 X J 0 i , 00 = most be 64 Temporary Painting, P-620 (1 Coat) SF 3,875 X if .00 = 531)6.pp 65 Permanent Painting, P-620 (2 Coats) SF 7,750 X (, 14-5- = 1 1(2.37 ,St 66 Permanent Painting, P-620 (1 Coat Black) SF 9,700 X 0 .70 _ I? 3f 0.6V 67 Crack Filling (Greater than 3/8 -Inch) LF 13,300 X I ,30 = `',t2C(6.1 68 Crack Sealing (Less than 3/8 -Inch) LF 18,350 X 0,24 0 = -7 3140.O SUBTOTAL BID SCHEDULE BZ.= Do Not Proceed Sign, 24"x12" WASHINGTON STATE SALES TAX 8.2% ' fl Q J BID SCHEDULE B TOTAL r Q'),4‘ ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE C - Non -Alpha Taxiway Airfield Sign Improvements (Phase 6) 69 Mobilization LS -- X -- = 1) O O 70 Temporary Flagging, Marking and Signing LS --- X --- = %d00•00 71 Clearing and Grubbing, P-151 LS --- X --- = 10)003.0 72 Remove Existing Lighted Sign EA 25 X Igo .00 = Lo�•pp 73 Remove Existing Lighted Sign Base EA 10 X t G. Do = a (QSp . po 74 Conductor, L-824, 5kV LF 5,850 X I • S o = 71 c o 75 2 -Inch Electrical Conduit, L-110 LF 2,770 X 3 .sQ = Cl/ (AS -1 o0 76Electrical Conduit Trenching, Bedding and Backfill, L-110 SY 2,770 X 1 a O = �"C 930 .leo 77 New 1 -Module Sign, L-858 EA 3 X 330C, .06 = q re; oo• o 78 New 2 -Module Sign, L-858 EA 11 X J1(300.00 = i f -T 360.OU 79 New 3 -Module Sign, L-858 EA 11 X Si oO, c = k1(LD0 •b 80 Retroreflective Sign, L-858 EA 2 X \ (2Q O- co ',(LO . Do 81 Stop Sign, R1-1 EA 2 X p2"1 Q . CO S -S0 . C) 82 Do Not Proceed Sign, 24"x12" EA 2 X S' -0 05-0. 0 0 83 ILS Critical Area Sign, 24"x12" EA 1 X (RCB .bb 0 .06 SUBTOTAL BID SCHEDULE C /9 /1360 .(O ADDENDUM NO. 27 1 WASHINGTON STATE SALES TAX 8.2% IS, (oGa.7v BID SCHEDULE C TOTAL o •-1C ITEM NO. ITEM DESCRIPTION UNIT QUANT. 1613/01/-7 UNIT PRICE 1730I�'4 AMOUNT DOLLARS -CTS DOLLARS -CTS BID SCHEDULE D — Non -Alpha Taxiway Marking Improvements (Phase 7) 84 Mobilization LS --- X -- = 57-0.00 85 Temporary Flagging, Marking and Signing LS --- X --- _ 9/660.00 86 Permanent Painting, P-620 (2 Coats) SF 130,450 X 0 . _ �u 7 b 87 Permanent Painting, P-620 (1 Coat Black) SF 4,250 X 0.16 = Os,91 oo SUBTOTAL BID SCHEDULE D //015,52...22) WASHINGTON STATE SALES TAX 8.2% ‘361-1'2 BID SCHEDULE D TOTAL (H Hi/MA SUMMARY OF SCHEDULE TOTALS Schedule A Total 1 t"I5(7 3 Schedule A + B Total 1613/01/-7 Schedule A + B + C Total 1730I�'4 Schedule A + B +C + D Total --/IP-VIIIWC V ADDENDUM NO.27 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA - YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I P NO 3-53-0089-33/36/37 (FY15) HLA PROJECT NO 11049 The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto. CASH ❑ CASHIER'S CHECK ❑ CERTIFIED CHECK ❑ PROPOSAL BOND SIGNATU'. OF AUTHORIZ _' OFFICIALS IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID PRINTED NAME AND TITLE SUBMITT ON i ,` (DATE). 0Otieli.hev Iq�obiSMAILING C� ADDRESS 70 30\(�13'�71 c,o- A c'6<11) TELEPHONE 43'Z)(O� FAX NO:1i:�'(g l�pCI jo EMAIL ADDRESS: ris t. CO( ti .mb/a Q C.e YY\, STATE OF WASH N CONTR TOR LI SE (Doke -r .\ NUMBER. DUNS NO.. ,C(0937-7 07 FEDERAL TAX ID NO.. 'I /Dl& UBI NO.. (o—?(-- -Qg_LAIS a��-�a�-oo INDUSTRIAL INSURANCE ACCOUNT NO.: ADDENDA ACKNOWLEDGEMENT H911 G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 3-9 COLUMBIA ASPHALT & GRAVEL INC Page 1 of 1 RATE OFWtSftl ETON Department of Labor & Industries Certificate of Workers' Compensation Coverage December 4, 2015 WA UBI No. L&I Account ID Legal Business Name Doing Business As 284, 327-00 I COLUMBIA-ASPHALT-&-GRAV.EL INC 1 COLUMBIA ASPHALT & GRAVEL INC Workers' Comp Premium Status: fl :Accouriris�current. Estimated Workers Reported (See Description Below) Account Representative Licensed Contractor? License No. License Expiration !Quarter 3 of Year 2015 "Greater than 1 100 Workers" T1 / NICHOLE CAROW (360)902- { 5634 - Email: CANI235@Ini.wa.gov I COLUMI*221Q2 11647/210:17''' What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). COLUMBIA ASPHALT & GRAVEL INC 0 Washington State Department of Labor & Industries 1 .. Home Inicio en Espanol Contact Search L&I Page 1 of 1 5S RCt1P> A -Z Index Help My Secure L&I Safety Claims & Insurance Workplace Rights Trades & Licensing COLUMBIA ASPHALT & GRAVEL INC Owner or tradesperson Principals SALI, LAWRENCE D, PRESIDENT SALI, STEVEN, VICE PRESIDENT SALI, GAYLE ANN, SECRETARY SALI, LEONARD, TREASURER (End: 01/01/2006) Doing business as COLUMBIA ASPHALT & GRAVEL INC WA UBI No 600 291 418 PO BOX 9337 YAKIMA, WA 98909 509-453-2063 YAKIMA County Business type Corporation Governing persons LAWRENCE D SALI STEVEN SALI, License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor License specialties GENERAL License no. COLUMI*221 Q2 Effective — expiration 11/22/1978— 06/17/2017 Bond North American Spec Ins Co Bond account no. 2170235 Active. Meets current requirements. $12,000.00 Received by L&I Effective date 09/24/2013 10/27/2013 Expiration date Until Canceled Bond history Insurance Continental Western Ins Co $1,000,000.00 Policy no CPA601661922 Received by L&I Effective date 10/20/2015 11/01/2015 Expiration date 11/01/2016 •r ire_._. 1 __.___nr mr_f 1)'1n1 Al C) o_r 7!'1_rlr%r TT1gT*'1'1111'1 R O A TT T—T'..1.... 1 '11A N1n1 c 'COLUMBIA ASPHALT & GRAVEL INC Page 2 of 2 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. �Wockers' .comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID 284,327-00 Doing business as COLUMBIA ASPHALT & GRAVEL INC Estimated workers reported Quarter 3 of Year 2015 "Greater than 100 Workers" L&I account representative T1 / NICHOLE CAROW (360)902-5634 - Email: CANI235@Ini.wa.gov tAccount is.current:r- Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 09/24/2013 Inspection no. 316854082 Location 1811 Thorp Road Yakima, WA 98909 Inspection results date 01/27/2011 Inspection no. 314596859 Location intersection Jackson and Main Ellensburg, WA 98926 Violations Violations © Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. /___ 'L_ /T _..... '1 _ _____/1T TTIT_/!\/In (11 A 1 0 O_T Trl_/1/1T T T11 AT* ,1,11 !1'l O_C1 ATT T_T7,.1..._ 1 ' 14 /'1111 C View Details - Entity Overview I System for Award Management Entity Dash i Entity Record Core Data Assertions Reps & Certs POCs Reports Service Contract Report BioPreferred Report Exclusions Active Exclusions Inactive Exclusions Excluded Family Members COLUMBIA ASPHALT & GRAVEL, INC. DUNS: 063377907 Status: Active CAGE Code: 0DB17 USER NAME Page 1 of 1 PASSWORD Forgot Username? Forgot Password? Expiration Date: 12/09/2015 Purpose of Registration: All Awards Entity Overview Entity Information Name: COLUMBIA ASPHALT & GRAVEL, INC. Business Type: Business or Organization POC Name: Krista Dobbs Registration Status: Active Activation Date: 12/09/2014 Expiration Date: 12/09/2015 Exclusions Active Exclusion Records? No create an Account 377 PARKER BRIDGE RD PARKER, WA, 98939-0000, UNITED STATES SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 1_..4._ _ II IBM vl.P.40.20151201-1527 WWW7 In A T /1- /0— __-- ___ _ 1_—TTI TIN TO _.11h A T1 V.].- A !'I TJ, C 1') IA /•11-11 Home Page Page 1 of 1 Washingtonj/�i■State Office of ■■ MINORITY 8f WOMEN'S Business Enterprises BASIC SEARCH DIRECTIONS Step 1: Select or Enter Search Terms Step 2: Press the "Search" Button Near Bottom of Screen Search by Business/DBA or Description of Work/NAICS Keywords Business / DBA I 0 Starts With ()Contains Description of Work / NAICS Code Description 0 Any Keyword ® All Keywords Keywords Business File Number Search by NAICS Code NAICS Code website NAICS Code I I Search By Owner Owner Name Search By UBI UBI Number 800291418„ ['p r y t..t 41a• Search By Location City State ([Select an Option] vI Zip Code County I [Select an Option] v Search By Certification Type [Select an Option] v Certification Type NOTE: All firms certified as Disadvantaged Business Enterprise (DBE and ACDBE) are also certified as Small Business Enterprise (SBE). To generate a filtered list of certified firms in EXCEL, enter your search parameters and click "EXCEL Results". To generate a list of ALL certified firms in EXCEL, leave the search parameters blank and click "EXCEL Results". Search Clear Search Form EXCEL Results Search Results N6:Data inafches thesearch criteria, ./L--- - ------/Tl_-.a.-_—/flit XIS 71)17. /1 -ID LIT:..,...+.....,/ 11 /A /1(11 5 BID DEPOSIT CITY OF YAKIMA - YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I P NO 3-53-0089-33/36/37 (FY 15) HLA PROJECT NO. 11049 Herewith find deposit in, the form of a certified check or cashier's check in the amount of $ 5% of total amount bid , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS That we Columbia Asphalt & Gravel, Inc. , as Principal, and North American Specialty Insurance Company , as aurety, are held and firmly bou ci unto the CITY OF YAKIMA, as Obligee, in the penal sum of Ive percent of total amount DId Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for ALPHA TAXIWAY REHABILITATION, A.I.P. NO. 3-53-0089-33/36/37 (FY 14), HLA Project No. 11049, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 2nd DAY OF December , 2015 Columbi.; phalt & Gravel Inc. , '4 pecialty Insurance Company v, atk,. Surety Lori McKimmytorney-in-Fact December 2nd G 1PROJECTS\2011111049tSoecdtcations12015.10-19 Aipha Taxiway Spacdica1ions tlocx 3-10 .2015 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J. FRICK, LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." t-.0,u nnn,,,Lf.�� • Td'. By a? SEAL 1%1*--. Steven P Anderson, Senior Vice President of Washington International Insurance Company 1973 t,!0 ` & Senior Vice President of North American Specialty Insurance Company By David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company ,Wsttu�wia a 44,. Q6)..• RP(51?: /4,144* 4 • SEAL IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 17th day of May , 20 12, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" AO., Jo n.a t DONNA D. SKLENS Notary Public. State of Illinois ► Donna D Sklens, Notary Public t My Commission Expires 10/06/2015 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2nd day of December , 20 15 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 112/4/2015 Surety Bonds - Certified Companies NAVIGATORS INSURANCE COMPANY (NAIC #42307) BUSINESS ADDRESS. 400 Atlantic Street, 8th Floor, Stamford, CT 06901 PHONE. 203-905-6090 UNDERWRITING LIMITATION b/. $89,395,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR. PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. New York. New Hampshire Insurance Company (NAIC #23841)2 BUSINESS ADDRESS. 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038 PHONE. 212-770- 7000 UNDERWRITING LIMITATION b/. $5,206,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL. GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. Illinois. NGM Insurance Company (NAIC #14788) BUSINESS ADDRESS. 55 WEST STREET, KEENE, NH 03431 PHONE. 904-380-7282. UNDERWRITING LIMITATION b/. $93,443,000 SURETY LICENSES c,f/. AL, AZ, AR, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MS , V, NH, NJ, NM, NY, ' `, : •. OR, PA, RI, SC, SD, , T, V • ` , WY INCORPO DIN: Flo NORTH AMERICAN SPECIAL Y INSURANCE COMPAN AIC #29874) BUSINESS ADDRESS: 650 ELM STREET, MANCHESTER, NH 03101 PHONE. 603-644-6600 UNDERWRITING LIMITATION b/• $30,973,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, D DC FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, N ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New Hampshire. NOVA Casu Casual ' + mpany ( #42552) DDRESS 5 WATERS r ROSSING, SUITE 201, ' ISOR, CT I•!•5 PHONE.8.� .83- 4250 UNDERWRITING LIMITATION b/ = "!! ICENSES c,f/: AL, AK, ': , , a A, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC. ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WI, WY INCORPORATED IN New York. Back To Top 0 Ohio Casualty Insurance Company (The) (NAIC #24074) BUSINESS ADDRESS. 62 Maple Avenue, Keene, NH 03431 PHONE. 617-357-9500 UNDERWRITING LIMITATION b/T $143,041,000 SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New Hampshire Ohio Farmers Insurance Company (NAIC #24104) BUSINESS ADDRESS. P 0 Box 5001 , Westfield Center , OH 44251 - 5001 PHONE. (330) 887-0101 UNDERWRITING LIMITATION b/. $190,245,000 SURETY LICENSES c,f/. AL, AZ, AR, CO, DE, DC, FL. GA, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY INCORPORATED IN: Ohio Ohio Indemnity Company (NAIC #26565) BUSINESS ADDRESS. 250 East Broad Street, 7th Floor, Columbus, OH 43215 PHONE. 614-228-2800 UNDERWRITING LIMITATION b/. $4,527,000 SURETY LICENSES c,f/' AL, AK, AZ, AR, CA, CO, CT, DE, DC FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN Ohio Ohio Security Insurance Company (NAIC #24082) BUSINESS ADDRESS 62 Maple Avenue, Keene, NH 03431 PHONE. 617-357-9500 UNDERWRITING LIMITATION b/ $1,518,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD MA, MI, MN, MS. MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. New Hampshire Oklahoma Surety Company (NAIC #23426) BUSINESS ADDRESS. P O Box 1409, Tulsa, OK 74101 PHONE. 918-587-7221 UNDERWRITING LIMITATION b/ $1,662,000 SURETY LICENSES c,f/. AR, KS, LA, OH, OK, TX. INCORPORATED IN Ohio OLD DOMINION INSURANCE COMPANY (NAIC #40231) BUSINESS ADDRESS. 55 WEST STREET, KEENE, NH 03431 PHONE. 904-380-7282. UNDERWRITING LIMITATION b/. $3,379,000 SURETY LICENSES c,f/ CT. DE, FL, GA, ME, MD, MA. NH, NY, NC, PA, RI, SC, TN VT, VA. INCORPORATED IN. Florida. Old Republic General Insurance Corporation (NAIC #24139) BUSINESS ADDRESS. 307 NORTH MICHIGAN AVENUE, CHICAGO, IL 60601 PHONE. 312-346-8100 UNDERWRITING LIMITATION b/. $49,409,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC FL, GA, ID, IL, IN, IA, KS KY LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: Illinois. Old Republic Insurance Company (NAIC #24147) BUSINESS ADDRESS. P 0 Box 789, Greensburg, PA 15601 - 0789 PHONE. 724-834-5000 UNDERWRITING LIMITATION b/ $103,578,000 SURETY LICENSES c.f/. AL, AK, AZ, AR, CA, CO, CT, DE, https.//www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm 15/23 12/4/2015 www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 Consumer tool Agent and Company Lookup Orders NORTH AMERICAN SPECIALTY INSURANCE COMPANY General I Contact I Licensing I Appointments I Complaints Orders I National Info I Ratings I Tax Filings •Back to Search General information Name: NORTH AMERICAN SPECIALTY INSURANCE COMPANY Corporate family group: SWISS RE GRP ‘Amat 5 this- Organization type: PROPERTY WAOIC: 965 NAIC: 29874 Status: ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK Contact information Registered address 650 ELM ST MANCHESTER, NH 03101- 2524 Telephone 603-644-6600 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle ti W4t.is this° Mailing address 650 ELM ST MANCHESTER, NH 03101- 2524 Telephone 603-644-6600 Agents and agencies that represent this company (Appointments) View agents View agencies " Pf?ck tc.? top Company complaint history View complaints hock to top http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 1/2 12/4/2015 www.insurance.wa.gov/consum ertool kit/Com pany/Com panyProfi I e.aspx?W AOIC=965 Orders issued since 2015 What isths? No orders are found bac!. to t,op Disciplinary orders 2008-2014 N'hatisthis, No disciplinary orders are found Looking for other types of orders? Our Pre -2015 orders search allows you to search orders prior to 2015. ^ Lack tc tap Premium tax filings by tax year tVhat stns 2014 2013 2012 2011 2010 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. back. tc top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and. Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings hac:s tt lop http://www.i nsurance.wa.gov/consum ertool kit/Com pany/Com panyProfi Ie.aspx?W A0IC=965 CITY OF YAKIMA YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I.P. PROJECT NO. 3-53-0089-33/36/37 (FY 15) DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION Policy. It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE's) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation: 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 30 days from the receipt of each payment the Prime Contractor receives from the recipient. 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 recipient. This clause applies to both DBE and non -DBE Subcontractors. Disadvantaged Business Enterprise Utilization: The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): The Bidder is committed to a minimum of 4.30% DBE utilization on this project. The Bidder (if unable to meet the goal of 4.30% DBE) is committed to a minimum of _% DBE utilization on this project and has submitted documentation showing good faith effort. Contractor: .1 I LLPY) By: Signature \c—)cO 'e,Cro,C mt th a -K2:okor* Title Address: e4 ` '71 licue_.4 0(a, ),-Caqi7 ct Phone NumberO i' L\-5-3-2-6 (n 3 Zip Code. - /S90 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-11 LETTER OF INTENT Name of Bidder's Firm Chi ttirn P1 a\ PtC (1 k I c3 a ) ((6C. Bidder's Address: fix 337 City: qC(nQ• State* (a)() Telephone (Including Area Code)* �) s" --3-2u03 Name of DBE Firm' C(r 6—r � o 1 a \ r\ d Yckk.ww Address: I ( S • Lo C6kiny1 (7f- PO 66 -7z6 City: &15\ ��( State. Zip: q ,g3(0 Telephone (Including Area Code): bel) S—g 1 f ( 9 Description of work to be performed by DBE Firm. Zip 9� -pini � �rCt CkZ-gyp /1 S I Qh ((I� ..J J Bidder intends to utilize the abov -named disadvantaged firm for the work described above. The estimated amount of work is valued at $ 0 % OVO • ff 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 ) G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-12 CONSTRUCTION AHEAD INC Page 1 of 1 STATE COVOISHINCION Department of Labor & Industries Certificate of Workers' Compensation Coverage rWA UBI No. L&I Account ID December 4, 2015 '6017-3.78 957 1472,399-02 Legal Business Name i:. CONSTRUCTION AHEAD INC PAVEMENT SURFACE CONTROL Doing Business As Workers' Comp Premium Status: Estimated Workers Reported (See Description Below) Account Representative Licensed Contractor? j Accouhtis:current-1 " Quarter 3 of Year 2015 "Greater than I 1 100 Workers" 1 T4 / CASSANDRA SMITH (360)902- ! 5632 - Email: SMCA235@Ini.wa.gov y#°Yes: License No. r CONSTA1083L5 License Expiration '-11/05/2017iT What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). //-------_ Ti2T- Z1' 1 1'7404'7Q.T Tr=r, 11/A11111 G CONSTRUCTION AHEAD INC Home Inicio en Espanol Contact Search L&I Page 1 of A -Z Index Help My Secure L&I Safety Claims & Insurance Workplace Rights Trades & Licensing IC)Washington State Department of Labor & Industries CONSTRUCTION AHEAD INC Owner or tradesperson Principals MCDANIEL, DOROTHY JANET, PRESIDENT Doing business as CONSTRUCTION AHEAD INC WA UBI No. 601 378 957 PO BOX 7204 KENNEWICK, WA 99336-7204 509-586-1969 BENTON County Business type Corporation License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. CONSTAI083L5 Effective — expiration 06/25/1992-11/05/2017 Bond First National Ins Co of America Bond account no. 67S002319 $12,000.00 Received by L&I Effective date 05/11/2012 04/20/2012 Expiration date Until Canceled Bond history Insurance Liberty Mutual Fire Insurance Policy no. TB2Z91461586025 $1,000,000.00 Received by L&I Effective date 10/02/2015 10/06/2015 Expiration date 10/06/2016 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&l Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. •c_ _i-'1 - TTIT_/!11'1'70CIG '/ O -T TII_i IITTC''T A TfO'1T C0 -C' A`S7-T'..1.... 1')IAI''1n1c ICONSTRUCTION AHEAD INC Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID ( Account's cUrrr`ent__: 3 472,399-02 Doing business as PAVEMENT SURFACE CONTROL Estimated workers reported Quarter 3 of Year 2015 "Greater than 100 Workers" L&I account representative T4 / CASSANDRA SMITH (360)902-5632 - Email: SMCA235@Ini.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 01/22/2014 Inspection no. 316907443 Location Center Tuning lane on Moses Lake, WA 98837 Inspection results date 07/05/2013 Inspection no. 316827146 Location 1405 Bellevue to Lynwood Kirkland, WA 98033 Inspection results date 10/05/2011 Inspection no. 315064022 Location SR 240 Richland, WA 99352 Inspection results date 06/21/2011 Inspection no. 314926833 Location SR97 N. MP156 Cle Elum, WA 98922 Inspection results date 05/03/2010 Inspection no. 314141136 Location 307 North Dayton Kennewick, WA 99336 Violations No violations No violations No violations No violations Page 2 of 3 T12T=4.(112'720 72rT Tr rnThTQTAT(1R'2T 52rC4W=Falco 17/4/7015 CONSTRUCTION AHEAD INC © Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. 1_u" -'r - Page 3 of 31 1__• ____ ____/______.C_/T _i_]7 ______')TmT_L/11 /0101-1C•7 D_T Te1_r+IIATOT A T(1O'7T C RC+ A 11l—L'.,1...+ 1' )IA f)(t1 C View Details - Entity Overview I System for Award Management Entity Dasht Entity Record Core Data Assertions Reps & Certs P005 Reports Service Contract Report BioPreferred Report Exclusions Active Exclusions Inactive Exclusions Excluded Family Members !t!i'T17Ah TO &S3AR' CiC.:r. USER NAME Page 1 of 1 PASSWORD Foroot Username? Foroot Password? Create an Account CONSTRUCTION AHEAD INC DUNS: 076665926 Status: Active CAGE Code: 4HFY8 Expiration Date: 04/15/2016 Purpose of Registration: All Awards 307 N DAYTON ST KENNEWICK, WA, 99336-3649 , UNITED STATES Entity Overview Entity Information Hamel CONSTRUCTION'AHEAD'INC""' ="'"' Doing Business As: PAVEMENT SURFACECONTROL-'� Business Type: Business or Organization POC Name: Sandi Meredith Registration Status: Active Activation Date: 04/16/2015 Expiration Date: 04/15/2016 Exclusions Active Exclusion Records? No SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. IBM vl.P.40.20151201-1827 WWW7 CS' ii._ _. _.i— a t it A r Fl _.: .: 1 —Tr)nTm ..nn A TYv.a.. A rT,.NT T'71.,.nc 1,11 4 1'1111 c Washington State Office of MINORITYto' ►�j!' WOMEN'S • Bus iness. Enterprises STATE OF WASHINGTON OFFICE OF MINORITY AND WOMEN'S BUSINESS ENTERPRISES 210 11TH AVENUE SW, SUITE 401 * PO BOX 41160 * OLYMPIA, WASHINGTON 98504-1160 (360) 664-9750 * TOLL FREE 1-866-208-1064 * FAX (360) 586-7079 As Of 12/4/2015 10:10:14 AM Business Information rotl xt+ ga ' x?x✓r .. , 7} s Y V'� a 'i " f 8'F r yw5"x' + I �' y,. z r ;, � Contac nfo mai on ' ` �� k ° :: est =s; 'i (nn " i + a Construction Ahead:Inc •o h��K Pavement Surface Control Dorothy McDaniel — o Soy .t'` Highway, street & bridge: Paint lines, temporary/permanent pavement marking includes: i ° � striping, guideposts, glare screen/shield, bollards, c -curb, rumble strips, barrier removal/installation & guardrail. Curb & gutter, precast concrete blocks, pavement patch & `' concrete repair; asphalt repair, crack & joint seal, seal coat & utility adjustments. Erosion z tI control: silt & high visibility fence & wattles. Temporary & permanent non -electrical sign -=tx'`'..�a1y erection limited to highway, street & parking lots. 7:' bP'0 BOX 7204 ,mak"=,�. , "'..�, ..... . Ci S ate `� Kennewick,xf, WA, 99336 Go A y ' ' ' '° {� 1 Benton County Ito e" � � ' 5095861969 • .�M1'x `{it a.. rb*'�•., , iSt r� «....�........_._._....._.......,...._............,......«»._...............V...-.«.»......»..._....».»...�_....,......_»_.,__.......«_....._..._...........•...._..._.. Fa wy. `r : a ;T, 5095858297 m 4•4n DOROTHY@PAVEMENTSURFACE.COM up , " el: *.= tq *4'''' " 601378957 + Owners Information• {Y �:j'•:F .�.$ir �cd t. . . F�8 n t . y f., 3. yam, M •t�Y�; �^x •.z'..Qi , � +4•r r�'I Gni.^,'.�' iJ ..> i,4f, yr (�"."Y.Y «. r. g t.,.r 1 ' .�{r .,k,,ay�.M,,.'/ Sh.�,1: ?5: �`'.r e.-' •Or's' r•.Wpr�Y• C ,.�'yl•. d•e: .a a4�'Yl .Y.'Y• a 1� � i �T�:t kA%: 4M$1'.ii T5'.n}.•I. 4- : S.Hz I� .. s:-.. ;Y�. 4-4,, P unary @ ne`r ? ? Dorothy McDaniel Otaer,.Owner:4s'« •ut�3 :+. .!. y 'L'r'�f•.' rf 'J.'l�. �''rr 'ys....n+ .,>-+a•..: Y.., •ti^�k-,,, o�#' +�'' nformation_~' k:,;y� - Y, _.. Federal Certii ratio I h , ---- ylS .i4v �' ; � � Y{, . .s�5'- ;.st'( F',2n,. „3., k '��S,.C'�.",: nt '?�v. 4. '�wP. F�3i.^�:'�M' ../ ny'} -v' 't hf .« t 2 vC ti fit:. y�'"'`4'•.sJ%��3.t? r2tsk t:t4 `:- r, v JAY.]^•: Si4-.w..Li..Z.a.... Z �t. i'.�'�i.. i��. i.'.., ,..1' e rflcatf `- ��' DBE/SBE c-prtifba ion ` e''L D2F2315595 t'� �.m�r pyp� , f. .�� •Y .��1,?7.�'��ry ykp�L�'.:p'�'?�F_•'.I' � R 7t.,??.��„��.p .,7}�. •,e1 �Tn,�.� '`f rt K. r ,('� �rr.���.�....r. �y .�'+' asM�.1p p��'b"c�T.��y�"`�!Xs zf# � t•�'' .L� .K'f '.'h. r✓,�{:},�S�k'A•4tS��r. S•^t7•"r-3',d t.Y�y, 7£':^{k J.hp ""'L �'�E.. v. .A�s`y:(ry •4 jx'l,' .. F' .''y,' -'r 'f•4`o i:� r''{� ,"w�' NFA elk codes'nnfyoa�r•U,CP�U.Sa_E O.NIILAY.t,o'd{eeteirtr a e�j`st l . ,r , •`it:LY' h�1;f,;.,°_Fi,^.. '.fir' >?. P '-'?7t �.: a!'�a'.i..' �..+'� -"�t ' ^ f:3r 1.1�'`�',d�t.r '�bs '� z ''� �f'c ,r `r .'". '� k."�{�.� �L�',}: �(� 'h i. T' :w`�.''4,�y �-.'.n ,C' fir pT'1':"+* , r�' .SAY:'. iz '€�;r. `h''Ti,��''�`K , i"" f bt.� � r- rvL� -4'i' 'C iiS� 3� Z. }'�j,� Y p� p' � 'c t 'jR Z T'Y Y+^ NAIC_SdCodes (Ornery is specified iin bold) _'y., ' '_�; �' . , °. . 1 ,� ¢ :'I; j 'J>' ' fi I1a,. W' �••''is=l.:5�'k ' ,.� ,t'tr i ' s.a' ; r,4•F'Y"L.i: Ir''.rn• , " + j.'X A4 ... ! .,F. � Zh��. � �� ilCT�{ 3fi':t�'{t!Syf Y<•�'i•Y � '�i� .k{tl'P{�' ���'.a.1;"�,•n.,. f��^.z.Sfd '�o-�j'`',',lrt pie ��pp N ,y"{ > �k++��tt• �k='#.} ,4y Te.. A-'iQ Ate. r'rr [a S`t 3,,: �'i'.: {4' k�& 2'•=L�. ii' `�7tiS'-'� '�'�' Wit' r. ..'i., ."/f'.:-. . ., .'''�" 237310 - Painting lines on highways, streets and bridges 237310 - Curbs and street gutters, highway, road and street, construction 237310 - Guardrail construction 237310 - Repair, highway, road, street, bridge or airport runway J 237310 - Sign erection, highway, roads street or bridge 238110 - Concrete repair 1 1238990 - Sandblasting, building exterior SURETY If the Bidder is awarded a construction c tract on this pro osal, the surety who provides the "Performance Bond" and "Payment Bond" be i,���,� /lJ, whose address is / cO4mq UL BIDDER: The Name of the idder sub r�r fitting this propos at 'i 1 J.(Y efy COLU.rA\74 AThafl'rct.C-YOAPA11K.doing business 0\V key/ WI\ a) , which is^ the address to which all communications concerned with this proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows. Lar V < ,i — (If Solo Proprietor or Partnership) In witness hereto the undersigned has set his (its) hand this Signature of Bidder CS Aikideftf- Title Bidd (if corporation) day of /�%�7�1�r , 2015 In wit -ss ' -of the u er igned corporal n has caused this instrument to be executed by its duly authorized officers this r9 day of Q r(\6 7 , 2015. C l uunbiC Name of Corporation By P 04P Cv(1 l�L� G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-13 BIDDERS LIST All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Describe Type of Work Firm Performs Certified DBE (Y or N) Age of Firm GRS* Ca U iCry, (AC. . r, iZ►� - ���Sb � �,t-.���� �� � _ 1("°►"i< CCU( &j4 IS vel {f i f-k�41n c i oS ic� t t � C - 1e6 cam. y rf 2_,SSS InL. v,T136T<TAcY (� ebidpia tint KI sg z___ Rxit(ko*A*.Q-0 - l tnA;` 'r Q2' 4 • ,; t a rtc 492(2 g_errC ccti((i Po =• )oto a(� 0 a \ (\_>&----C 421 _5" e i -C c*radi n (p2q'S0 a -ire-S cractsealt tak nr"cnsty-itj;c 32�eo2 ?- rnal41((a,,c �- O.s.k.5-> a ' I 3 2 ;or\ ,o�x -72_04 1�n,rvr e -it . qg3.)(/ 3{riQ1 R Cry- 2g Rt.A. 4 C_fry.y Ei nc'.'&-'"f\' PRZ 1 "Fry c.q.9_is ` A vrt)f (\5 64er-res* l3"0= i cs ri*T4--b► ork1,3 1 1 _1_. g-N..s mor-ww-r, 11-)L 12,.2_ N 1112111k Ste -:51 QoA q-1 i8'� -Fe.C+1evc4c- K.) ,1:) �Y Sl trU i n) pc �' r- It gcktim_i 1�O \U9\ t-tot� ox - T SV.0 1 Ki, Itr X ge-li ccrN4),Lon alp .2N � co u., -t- 1,- C- nsl-t cc.C+ 016d b t0. 5or. iii . 4 . c t q•L142_-- E Cwct ��1 x12old®/Q;cmC f* (O 15 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. G:\PROJECTS12011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 3-14 oj‘ (of 1 BIDDERS LIST All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below Firm Name Note. Address Describe Type of Work Firm Performs Certified DBE (Y or N) Age of FirmF GRS* rSa.Ir-iG c)d1�t (cc-. ha sd(-renri-f CM"\, t \.)cai r aI u.SHgMfnI .6-fviCom( . ( `l' B 3 Pro CUA- C, 4C, QO �3 oX of '2--S 1{' p---7 \.,ty_tD&<:,__,91 G6-1.00..uffi ()-°'\N k. Q a 4cr5-14i-c-7(5-0-1-t-ctry4 ii4 eet ,ob.6ceL-i-4=ra)... 4,) cv ?- - -E-4., 11-1k `- �. v ma .-or suocam, k I 17ra l i t..C.t`�ncr c� cte="-eiro /5 ca, ' to . • . wcc444.i it SP ' I c. / iw-to .12...us&( ( ir s (40,--ocettotio V IQ zip 6,.._ l'lPSGt,.� t7>7 q4 L- $-i etc v-iptflc. i O 07L I(-'—c1y 1chase"ot+ S (ie_P.-14 l roc• El), -Ne 14 q go 5Pi nt" i 3 I 2._ -2--- 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. a i i G:\ PROJECTS \2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-14 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name ALPHA TAXIWAY REHABILITATION Project No. 11049 (1) Every invitation to bid on a prime contract that is expected to cost one million dollars or more for the construction, alteration, or repair of any public building or public work of the state or a state agency or municipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW 286.10.016 shall require each prime contract bidder to submit as part of the bid, or within one hour after the published bid submittal time, the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air condition); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The prime contract bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder must indicate which subcontractor will be used for which alternate. Failure of the prime contract bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive 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 o work. Subcontractor Name I Uf(� l %, . Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2011\11049\Spec'fications\2015-10-19 Alpha Taxiway Specifications.docx 3-15 To be Submitted with the Bid Proposal Categories of work exceeding 10 percent of the contract price to be performed by the prime contractor must be listed below Prime Contractor Name CbJW-n knA �I- /4 fy_ ( l//• Categories of Work NV ,t/ la G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-16 STATE OF WASHINGTON COUNTY OF ) ss NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Contractors Signature) Signed and sworn to (or affirmed) before me on ,eCatin , 2015, by g4e-oe -ct ke4! q 1• :1014; 14 I • COMMISSION • EXPIRES w ,/ • NOTARY • 1 PUBLIC JULY 25, 2019 e �F WA Witt:. of GAP ROJECTS\2011\11049\Spec'fications\2015-10-19 Alpha Taxiway Specifications.docx 3-17 AL ry ' ublic My Appointment Expires ..olid CITY OF YAKIMA YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION A.I.P. PROJECT NO. 3-53-0089-33/36/37 (FY 15) BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE The Bidder (Proposer) has has not ❑ participated in a previous contract subject to the nondiscrimination clause prescribed by Section 202 of Executive Order No 11246 dated September 24, 1965. The Bidder (Proposer) has\i•`has not ❑ submitted compliance reports in connection with any such contract as required by ap•' 'cable instructions 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 submit Standard Form 100 with the Bid or Proposal indicating current compliance 5-.•tl-3-6C;UtA v u � MA' Name & Title of Signer (Please Type) G:\PROJECTS\2011 \11049\ Specifications \2015-10-19 Alpha Taxiway Spec fications.docx 3-18 Signature Date CITY OF YAKIMA YAKIMA AIR TERMINAL ALPHA TAXIWAY REHABILITATION 3-53-0089-33/36/37 (FY 15) BUY AMERICAN CERTIFICATE JAN (1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States Offerors may obtain from Huibregtse, Louman Associates, Inc. (HLA) lists of articles, materials, and supplies excepted from this provision PRODUCT COUNTRY OF ORIGIN G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Spec'fications.docx 3-19 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 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 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) G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 3-20 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 ���tfje� }Ce� bject to prosecution under Title 18, United States Code. D�i }} tt Signature, ✓vJ sqt Title Date kin16► N$\(0,.,�;C51633t,k(. Company Name G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 3-21 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name' ett Antoi I )11A Crowe' � • r Dated this day ;be Co 20 1s. Signature: Printed Name: S' --()A.), SO Ja Address: (�`� 3 .\ f�J(21 MGI.Phone #: 5'_�l-5�—��(Q Email Address: Homeland Security's Web Address is: http.//www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25 108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. 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. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein, structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: 1 The period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or 2. The period during which the airport sponsor or any transferee retains ownership or possession of the property 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 Statutes 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 Acts and the Regulations, G:\PROJECTS\201I\11049\Specifications\2015-10-19 Alpha Taxiway Specfications.docx 3-23 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 Non-discrimination 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 Acts, Regulations, 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• Withholding payments to the contractor under the contract until the contractor complies and/or 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 CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by the Yakima Air Terminal pursuant to the provisions of the Airport Improvement Program grant assurances. A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, "as a covenant running with the land") that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the List of Pertinent Nondiscrimination Authorities. B With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above nondiscrimination covenants, (Yakima Air Terminal) will have the right to terminate the (license, permit, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued * G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 3-24 C With respect to deeds, in the event of breach of any of the above nondiscrimination covenants (Yakima Air Terminal) will there upon revert to and vest in and become the absolute property of (Yakima Air Terminal) and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 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. • 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 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). G \PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-25 1 1 DISADVANTAGED BUSINESS ENTERPRISES • 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 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 (§26.29)- The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than {specify number) days from the receipt of each payment the prime contractor receives from {Name of recipient). The prime contractor agrees further to return retainage payments to each subcontractor within {specify the same number as above) 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 {Name of Recipient). This clause applies to both DBE and non - DBE subcontractors. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. K"F t .3+''� 1. �t _ Tt" .� �.• .,Requirement nA #- :.7; 1_ "r'k';°'}�= '3�'xT: rf�t=':'-'Fi'. "it ,,�,5 „f�a 't`,'i*. .�.':�t1/. - - s+,� ;.. ' Rwh 'K. , r�,j=,.t; '4r:: .!r vr'�r .7”, 'S-.�m',`•- 4 _-.a:.1.i...:'+.r�iC.:�?,7t',.." e% 1'r.:iSa�.� :..Mn :"..F�v7 S ,•., :•T-T�i:3'.� . . _Ft"r'.r..�..:f�. rL:,..y .i:,+37 ,q ..J7'�. !!f N ' Y � ,_Federal A enc'+�with''Enforcement�, 9 „'.4,-.,..--,-,$3--t, t..:. ,. ''w,� r.,;n.�;.,;, ,'n, i.r. :.`:•�,-0:'_`„ Responsibilities� :<.:r:-;-�:.:,- ,w. +�.N p. .... Yh.:.......::,t�.�.,t.�;a.�.d.r4.��+ni:�tfa_^.:��:'r.; ... mss, �o- ..i Federal Fair Labor Standards Act (29 USC 201) U.S Department of Labor — Wage and Hour Division 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications docx 3-26 1 1 1 1 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 the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities YID : r Kr f'. :� •2i.25%%' uRe"uiremen o, , r ;;. ; x r,4 . = ti Tf f:;,,:.,s ,' q;.s. . :.;: r :;'- ..:<.. s, ` ,.,yt`.• 7'a.. ., r;'i.�} litit i u•[ -,;.i• •h;: ,. , :y„ -v :; .?,, ;. i '=• •_° �� � ,.4.� �;�:�;vr ,., t-.n�..'�-=�.K:�;�,..:�.��Responsibilities;'�:�; T1'L .Y. .d '»fe/SLt!' :Y.•i.1.'lr •.'"'Ti .. 1....w f•�'i - •L ':�".:.:Yr.�ra;, - �r=✓:.s.»'x•+uY w^yy.W..�'••: �:�, t .�r�94.t - „kiei ,,..-r.• t i;� �P . r" .,� ,.. Agency, with,Enforcement ,::< �. -,< , .P:'•- ,, * .,"r!y:. ,s„+%r,•.r. C:•-rs: ,,F •j �•'i� .fY.< '.:.t...,� ;,, , �_._.ys x�. �t ;,�J�3:ra {�- S'F.:. i:�:Y.�:.4:i�:••.' r':...n'_F..^;Y-�t'... Occupational Safety and Health Act of 1970 (20 CFR Part 1910) U.S. Department of Labor - Occupational Safety and Health Administration RIGHTS TO INVENTIONS All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed TRADE RESTRICTION CLAUSE 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 or nationals of a foreign country on said list; c has not procured any product nor subcontracted for the supply of any product for use on the 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 G:\PROJECTS\2011\11049\Specifications12015-10-19 Alpha Taxiway Specifications.docx 3-27 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 the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 VETERAN'S PREFERENCE 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 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 3-28 SECTION 4 - CONTRACT AND RELATED MATERIALS G:IPROJECTS\2011 \ 110491Specifications ',2015-10-19 A!pha Taxiway Specificaticns.docx 4-1 CONTRACT This Contract, made and entered into this () ( day of YAKIMA AIR TERMINAL, an agency of the City of Yakima, hereinafter Asphalt & Gravel, Inc. hereinafter called the CONTRACTOR. WITNESSETH 016, by and between THE d the OWNER, and Columbia Said CONTRACTOR in consideration of the sum to be paid him by the said OWNER and of the covenants and agreements herein contained, hereby agrees at his own proper cost and expense to do all the work and furnish all materials, tools, labor, and all appliances, machinery, and appurtenances for: The City of Yakima, Yakima Air Terminal A.I P PROJECT NO 3-53-0089-33/36/37, ALPHA TAXIWAY REHABILITATION, to the e t nt of the proposal made by the CONTRACTOR and agreed to by the OWNER dated the r day of 16, all in full compliance with the Contract Documents referred to herein The "Invitation to Bid," the "Instructions to Bidders," the signed copy of the "Proposal," the "Bid Bond," the fully executed "Performance Bond" and "Payment Bond," the "General Provisions," the "Supplementary Conditions," the "Specifications," and the "Plans," are hereby referred to and by reference made a part of this agreement as fully and completely as if the same were fully set forth herein and are mutually coopera- tive therewith In consideration of the faithful performance of the work herein embraced, as set forth in these Contract Documents, and in accordance with the direction of the Engineer and to OWNER'S satisfaction to the extent provided in the Contract Documents, the OWNER agrees to pay to the CONTRACTOR the amount bid as adjusted in accordance with the proposal as determined by the Contract Documents and specified by the OWNER or as otherwise herein provided, and based on the said proposal made by the CONTRACTOR and to make such payments in the manner and times provided in the Contract Documents The CONTRACTOR agrees to complete the work within the time specified herein and to accept as full payment hereunder the amounts computed as determined by the Contract Documents and based on the said proposal. The CONTRACTOR agrees to defend, indemnify, and save harmless the OWNER from any and all defects appearing or developing in the materials furnished and the workmanship performed under this Contract for a period of one year after the date of final acceptance of the work in the Contract by the Yakima Air Terminal. The provisions contained in these Contract Documents relating to prevailing wage rates are made a part of this Contract as completely as if the same were fully set forth herein It is agreed the time limit for completion of all work on this Contract, based upon the proposal and as specified by the OWNER, shall be the number of calendar days after the date of the Owner's written notice to proceed, as shown below and more specifically set forth in Section 16 of the Information to Bidders In the event the CONTRACTOR shall fail to complete the work within the time limit or the extended time limit agreed upon, as more specifically set forth in the Contract Documents, liquidated damages shall be paid at the rate of $2,500 00 per calendar day Sundays and legal holidays shall be excluded in determining days in default. In the event of litigation to enforce the rights and obligations hereunder, venue shall lie in Yakima County Superior Court, and the prevailing parties shall be entitled to reasonable attorney's fees in addition to court costs G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 4-2 IN WITNESS WHEREOF, we, the parties thereto, each herewith subscribe the same this P% day of q.b4Aka , 2016 OWNER. City of Yakima, Washington By: Name Jeff Cutter Title Interim City Manager ' CRY CONTRACT NO O' (74-11 RESOLUTION NO: £ - Or 3 --(:)r 1 Title: City Clerk `1r (SEAL) ATTEST t Ofaca Name CONTRACTOR. By. Name +)J (Please Print or Type) Address. Phone: ")bci — 3 -Am Fax: MA- (p ! �Q � G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifcations.docx 4-3 (SEAL) ATTEST Name itn C1CCLj( (Please Pnn or Type) Bond No. 2208461 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, Columbia Asphalt & Gravel, Inc. , as PRINCIPAL, and North American Specialty insurance Canpenya corporation duly authorized to act as a surety company in Washington, as SURETY, are jointly and severally held and bound unto the Yakima Air Terminal, an agency of the City of Yakima, to the Yakima Air Terminal in the penal sum of m $7-, 849, 459'.89;-** Dollars ($ 7, 849, 459.89 ) for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the Yakima Air Terminal, City of Yakima. Dated at Yakima , Washington, this day of 2016. Nevertheless, the conditions of the above obligation are such that: HEREA , under and pursuant to Ordinance (or Resolution) Noll- of he City of Yakima, passed 4UI t 4 2-013 , 2046, the Interim City Manager of said Yakima Air Terminal has let or is about to let to the said Columbia Asphalt & Gravel, Inc. the above bounden Principal, a certain Con- tract, the said Contract providing for the construction of YAKIMA AIR TERMINAL, A.I P NO. 3-53-0089- 33/36/37, ALPHA TAXIWAY REHABILITATION, (which Contract is referred to herein and is made a part hereof as though attached hereto), WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, and WHEREAS, for value received, the SURETY hereby agrees that no change, extension of time, alteration or addition to the terms of the Contract or the work to be performed there under, or the Specifications accompanying the same shall in any way affect its obligations hereunder, and the SURETY expressly waives notice of any such change, extension, alteration, or addition Nonpayment of the bond premium will not invalidate this bond nor shall the OWNER be obligated for the payment thereof NOW, THEREFORE, if the said Columbia Asphalt & Gravel, Inc. shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the Yakima Air Terminal harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the Yakima Air Terminal, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. Approved as to legality. Approved IN W. TNESS WHEREOF, the parties h r to have caused this Bond to be executed in Wel this ox day o ,fl��(,(Lp-U�- 16 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 4-4 PRINCIPA By Columbia Asph l.t & Gravel, Title U . I tQ derri tte t: Inc. SURETY: Insurance Company By Lori McKimmy, Attorney—iV1 Fact North American Specialty cr ary The Attorney -in -Fact who executes this bond on behalf of the surety company must attach a copy of his power-of-attorney as evidence of his authority. To each executed original of this bond there must be attached a complete set of the "Contract Documents," as the term is defined in the Supplementary Conditions with all corrections, interlineations, signatures, etc., completely reproduced therein G:\ PROJECTS \2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 4-5 PAYMENT BOND Bond Number 2208461 Columbia Asphalt & Gravel, Inc. KNOW ALL MEN BY THESE P E ENTS Tha , as PRINCIPAL, hereinafter called PRINCIPAL,f American t,et.la]lyL1swa>1�1t , corporation organized and existing under the laws of the State of Washington, as SURETY, hereinafter called SURETY, are held and firmly bound unto the Yakima Air Terminal, an agency of the City of Yakima, as OBLIGEE, hereinafter called OWNER, for the use and benefit of claimants as herein below defined, in the amount of $7,849,459.89 * Dollars ($ 7,849,459.89 ), for the payment whereof PRINCIPAL and SURETY bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, PRINCIPAL has by written agreement dated It! Lam}" , 2016, entered into a Contract with OWNER for construction of A.I P. PROJECT NO 3-53-0089-33/36/37, ALPHA TAXIWAY REHABILITATION in accordance with Drawings and Specifications prepared by HLA ENGINEERING AND LAND SURVEYING, INC. (HLA) dated October 2015, which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or reasonably required for use in the performance of the Contract, then this obligation shall be void, otherwise, it shall remain in full force and effect, subject, however, to the following conditions. 1 A claimant is defined as one having a direct Contract with the Principal or with a subcontractor of the Principal for labor, materials, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. 2. The above named Principal and surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of such suit. 3 No suit or action shall be commenced hereunder by any claimant. a. Unless claimant, other than one having a direct Contract with the Principal, shall have given written notice to any two of the following the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the .name of the party to whom the materials were furnished, or for whom the work or labor was done or performed Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner, or Surety at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State of Washington, save that such service need not be made by a public officer b After the expiration of one (1) year following the date on which principal ceased work on said Contract, it being understood, however, that if any limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. G:\PROJECTS12011 \11049\Specifications \2015-10-19 Alpha Taxiway Specif cations.docx 4-6 c. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere 4 The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond Signed and sealed this r 01L- day of Rb/LiAit (SEAL) 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 current power of attorney of the person who signs for any Surety company shall be attached to the Bond. , 2016. In the presence of. Columbialevel, Inc. By • Principal North American Specialty Insurance Company By (101 C f �`�'i i rvI i'i1M Surety Lori McKimmy, Attorney -in -Fact G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 4-7 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J. FRICK LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012. "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." J ca_�PPOR.}r&� SEAL o= 3 ay 1973 o,: n g' sT4 Steveny StP. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By �Michael A. IN, Senior Vice President ofWashington nternational Insurance Company & Senior Vice President of North American Specially Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 14th day of January , 2016 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this 14th day of January , 2016 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ss: OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF IWNOIS MY COMMISSION EXPIRES 12/04/2017 M. Kenny, Notary Public 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of February , 20 16 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company RETAINAGE BOND (RCW 60.28.011) Bond No. 2208462 KNOW ALL MEN BY THESE PRESENTS, that Columbia Asphalt & Gravel, Inc. a corporation existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington as Principal, and North American Specialty Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto THE YAKIMA AIR TERMINAL, an agency of the City of Yakima as Obligee in the penal sum of Three Hundred Ninety Two Thousand Four Hundred Seventy Three and 00/100 Dollars ($392,473.00), which is 5% of the Principal's contract with Obligee for The City of Yakima, Yakima Air Terminal A.I.P. PROJECT NO. 3-53-0089-33/36/37, ALPHA TAXIWAY REHABILITATION WHEREAS, on the day of February, 2016 the said Principal, herein, executed a contract with the Obligee as described above. WHEREAS, said contract and RCW 60.28 require Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal, pursuant to RCW 60.28.011, has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Surety is held and bound unto the Obligee in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. PROVIDED, HOWEVER that any suit under this bond must be instituted within the time period provided by applicable Washington State law. WITNESS our hands this day of February, 2016. Colu bia Asphalt & ravel, Inc. North American Specia ty Insurance Company qViCA Lori McKimmy, Attorney -in -Fact NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J FRICK LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." yQ 0134. t. SEAL Vt) =W 1973 of �i6y fONMI... Steveny StP. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By (r7l 1 Michael A. Ito, Senior Vice President ofWashington International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 14th day of January , 2016 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this 14th day of January , 2016 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ss: OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 12/04/2017 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of February , 20 16 . r, .7.. -- Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company I2/19/2016 www.insurance.wa.gov/consumertoolkit/Company/Com panyProfile.aspx?WAOIC=965 Consumer tools Agent and Company Lookup Orders Independent Review Decisions NORTH AMERICAN SPECIALTY INSURANCE COMPANY Licensing I Appointments General information Complaints I Orders I National Info I Ratings I Tax Filings I Back to search j Name: NORTH AMERICAN SPECIALTY INSURANCE COMPANY Corporate family group: SWISS RE GRP 0 Organization type: PROPERTY WAOIC: 965 NAIC: 29874 Status: ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK back to t�.p Contact information Registered address 650 ELM ST MANCHESTER, NH 03101- 2524 Telephone 603-644-6600 Types of coverage authorized to sell o (Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle back to t9p Mailing address 650 ELM ST MANCHESTER, NH 03101- 2524 Telephone 603-644-6600 Agents and agencies that represent this company (Appointments) o View agents : I View agencies ^ hack to too ........... .. ....... Company complaint history o I View complaints back to top ..... ......... http://www.insurance.wa.gov/consum ertool kit/Com pany/Com panyProfi I e.as px?WAOIC=965 1/2 2/19/2016 www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 Orders issued since 2015 o No orders are found back tc tq.p Disciplinary orders 2008-2014 0 No disciplinary orders are found Looking for other types of orders? Our Pre -2015 orders search allows you to search orders prior to 2015. blCk to to,p Premium tax filings by tax year o 2014 2013 2012 2011 bacl, to UWP National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^ hack tc top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best '.Weiss Group Ratings :Standard and Poor's Corp :,Moody's Investors Service Fitch IBCA, puff and. Phelps Ratings back to top http://www.i nsurance.wa.gov/consumertool kit/Com pany/Com panyProfi I e.aspx?W AOIC=965 2/19/2016 Surety Bonds - Certified Companies MI, MS, MO, NE. NC, OK, SC, TN, TX. INCORPORATED IN: Indiana. National Union Fire Insurance Company of Pittsburgh, PA (NAIC #19445) BUSINESS ADDRESS. 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038 PHONE. 212-770- 7000 UNDERWRITING LIMITATION b/' $668,077,000 SURETY LICENSES c,f!• AL, AK. AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. Pennsylvania. Nationwide Agribusiness Insurance Company (NAIC # 28223) BUSINESS ADDRESS: One West Nationwide Blvd., 1-04-701, Columbus, OH 43215-2220 PHONE. (515) 508-3300 UNDERWRITING LIMITATION b! $6,881,000. SURETY LICENSES c/. AZ, AR ,CA ,CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN' IOWA. Nationwide Mutual Insurance Company (NAIC #23787) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1-04-701, COLUMBUS, OH 43215 - 2220 PHONE. 614-249-7111 UNDERWRITING LIMITATION b/' $1,174,083,000 SURETY LICENSES c,f!• AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI. WY INCORPORATED IN Ohio NAVIGATORS INSURANCE COMPANY (NAIC #42307) BUSINESS ADDRESS: 400 Atlantic Street, 8th Floor, Stamford, CT 06901. PHONE. 203-905-6090 UNDERWRITING LIMITATION b/ $89,395,000. SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK. OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN New York. New Hampshire Insurance Company (NAIC #23841)9 BUSINESS ADDRESS 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038 PHONE. 212-770- 7000 UNDERWRITING LIMITATION b/. $5,206,000 SURETY LICENSES c,f/- AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. Illinois. NGM Insurance Company (NAIC #14788) BUSINESS ADDRESS: 55 WEST STREET, KEENE, NH 03431 PHONE. 904-380-7282. UNDERWRITING LIMITATION b/• $93,443,000 SURETY LICENSES c,f/• AL, AZ, AR, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, • , Y 1, 1 ', MS, MO, MT, NE, NV, NH, NJ, NM, NY, N , ., 0, OH, OK, O', " RI, SC, SD, T, VT, VA, WA, WV, I a'PORATED orid NORTH AMERICAN SPECIALTY INSURANCE COMPANY (NAIC #29874) BUSINESS ADDRESS: 650 ELM STREET, MANCHESTER, NH 03101 PHONE. 603-644-6600 UNDERWRITING LIMITATION b!. $30,973,000. SURETY LICENSES c,f!' AL, AK, AZ, AR, CA, CO, CT, D DC FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, C, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New Hampshire asualty Company (NA 552) BUSINESS ADDRESS 5 WATERSIDE C. • - I '• :", CT 06095 PHONE. 860-683- 4250 UNDERWRITING LIMITATION b!' $9,174,000 SURETY LICENSES c,f!' AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WI, WY INCORPORATED IN New York. 0 Back To Top Ohio Casualty Insurance Company (The) (NAIC #24074) BUSINESS ADDRESS. 62 Maple Avenue, Keene, NH 03431 PHONE. 617-357-9500 UNDERWRITING LIMITATION b/: $143,041,000 SURETY LICENSES c,f!• AL, AK, AZ, AR, CA. CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN. MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New Hampshire. Ohio Farmers Insurance Company (NAIC #24104) BUSINESS ADDRESS: P 0 Box 5001 , Westfield Center , OH 44251 - 5001 PHONE. (330) 887-0101 UNDERWRITING LIMITATION b/' $190,245,000 SURETY LICENSES c,f!' AL, AZ, AR. CO DE, DC, FL, GA, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV WI, WY INCORPORATED IN: Ohio. Ohio Indemnity Company (NAIC #26565) BUSINESS ADDRESS' 250 East Broad Street, 7th Floor, Columbus, OH 43215 PHONE. 614-228-2800 UNDERWRITING LIMITATION b/• $4,527,000 SURETY LICENSES c,f!• AL, AK, AZ, AR, CA, CO, CT, DE, DC FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. Ohio Ohio Security Insurance Company (NAIC #24082) BUSINESS ADDRESS. 62 Maple Avenue, Keene, NH 03431 PHONE. 617-357-9500 UNDERWRITING https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm 15/23 a CCPRE, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/18/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). RODUCER Conover Insurance 25 N. 50th Ave. .O. Box 10088 akima WA 98909-1088 INSURED olumbia Asphalt & Gravel, Inc. olumbia Ready Mix, Inc. P.O. Box 9337 akima OVERAGES WA 98909 CONTACT NAME: Traci Sullivan PHONE (509) 965-2090 (A/C. No. Ext): FAX (509) 966-3454 (A/C, No): E-MAIL tracis@conoverinsurance.cor ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC 6 INSURER A'Continental Western Ins Co 10804 INSURER B . INSURER C . INSURER D INSURER E . INSURER F . CERTIFICATE NUMBER:15-16 REVISION NUMBER: ERTIFICATE HOLDER City of Yakima Yakima Air Terminal 2406 W Washington Ave, Ste B Yakima, WA 98903 CORD 25 (2014/01) NS025 (201401) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Traci Sullivan/TRACISCC- © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS SR TR TYPE OF INSURANCE ADDL NSD W SVD POLICY NUMBER POLICY EFF IMM/DDYYY) POLICY EXP/Y (MMIDDNYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPA601661922 11/1/2015 ' 11/1/2016 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GE X 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 Employee Benefits $ 1,000,000 AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS CPA601661922 11/1/2015 11/1/2016 CO aBINED(SINGLE LIMIT (EaA $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY Pd (Per accident) $ PROPERTY DAMAGE (Per accident) $ Medical payments $ 5,000 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADEAGGREGATE CPA601661922 11/1/2015 11/1/2016 EACH OCCURRENCE $ 5,000,000 $ 5,000,000 DED RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A Work Comp - Statutory CPA601661922 Employers Liab (Stop Gap) 11/1/2015 11/1/2016 I STATUTE I I OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY LIMIT $ 1,000,000 . -e: HLA -mployees, :nd including ESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Yakima, Yakima Air Terminal Alpha Taxiway Rehabilitation A.I.P. No 3-53-0089-33/36/37(FY15) Project No 11049 - Yakima Air Terminal, the Contracting Agency and its officers, elected officials, agents, & volunteers; City of Yakima, its employees, agents, elected & appointed officials; Huibregtse, Louman Associates, Inc. (HLA) and its subconsultants are named as Additional Insured Completed Operations per form AI#2.0. 45 day notice of cancellation applies. ERTIFICATE HOLDER City of Yakima Yakima Air Terminal 2406 W Washington Ave, Ste B Yakima, WA 98903 CORD 25 (2014/01) NS025 (201401) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Traci Sullivan/TRACISCC- © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy No CPA 601 661 9 22 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY This endorsement modifies insurance provided under the following - COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s) when you are obligated by virtue of a written contract or agreement that such person or organization(s) be added as an additional insured to your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" caused, in whole or in part by, "your work" performed for that additional insured for `your" ongoing operations and included in the "products - completed operations hazard". This insurance applies only when you are required to add the additional insured by a written contract or agreement, provided the contract or agreement is. 1. Currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to the "bodily injury" or "property damage" or "personal and advertising injury". However: a. The insurance afforded to such additional insured only applies to the extent pennitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. For purposes of this endorsement, throughout the policy, the terms "you" and "your" refer to the Named Insured shown in the Declarations B. Exclusions With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury" and "property damage" arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering. architectural or surveying services in connection with construction work you perform Al #2.0 Includes copyrighted material of Insurance Services Office, Inc., 2012 with its permission Page 1 of 2 Policy No. CPA 601 661 9 22 COMMERCIAL GENERAL LIABILITY 2. Subject to Paragraph 3. below, professional services include a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or engineering activities 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. C. Limits of Insurance With respect to the insurance afforded to these additional insureds, the following is added to Section Rt — Limits Of Insurance - If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance. 1. Required by the contractor agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. D. Other Insurance For purposes of this endorsement, the following is added to the Section IV — Commercial General Liability Conditions, 4. Other Insurance condition and supersedes any provision to the contrary' This insurance is excess of all other insurance available to an additional insured whether on a primary, excess, contingent or any other basis But, if required by a written contract or written agreement to be primary and noncontributory, this insurance will be primary to and will not seek contribution from any insurance on which the additional insured is a Named Insured No other coverage or limit in the policy applies to loss or damage insured by this coverage. Al #2.0 Includes copyrighted material of Insurance Services Office, Inc., 2012 with its permission Page 2 of 2 COMMERCIAL GENERAL LIABILITY CL CG 02 02 01 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy is subject to the following conditions SCHEDULE Number of Days Notice 45 Name of Person(s) or Organization(s) Mailing Address CITY OF YAKIMA YAKIMA AIR TERMINAL 2406 W WASHINGTON AVE., STE B YAKIMA, WA 98903 If this policy is cancelled, we will mail or deliver to the person(s) or organization(s) listed in the Schedule above written notice of cancellation at least a. 10 days before the effective date of cancellation if we cancel for non-payment of premium; or b. The number of days shown in the Schedule above before the effective date of cancellation if we cancel for any other reason. In no event, however, will notice of cancellation be less than the minimum number of days required by the jurisdiction to which this endorsement applies If notice is mailed, proof of mailing to the address shown in the Schedule above will be sufficient proof of notice CL CG 02 02 01 12 Includes copyrighted material of Insurance Services Page 1 of 1 Office, Inc , with its permission CURE) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/19/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Conover Insurance 3911 Castlevale Rd., Suite 201 P.O. Box 10088 Yakima WA 98909-1088 INSURED City of Yakima- Yakima Air Terminal 2406 W Washington Ave Ste B Yakima WA 98903 CONTACT NAME: Traci Sullivan PHONE (509)965-2090 (A/C, No. Ext): FAX (509) 966-3454 (A/C, No): EMAIL ADDRESS. tracis@conoverinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A •Continental Western Ins Co 10804 INSURER B . INSURER C . INSURER D . INSURER E . INSURER F . COVERAGES CERTIFICATE NUMBER:16-17 • ERTIFICATE HOLDER CANCELLATION Columbia Asphalt & Gravel, Inc. PO Box 9337 Yakima, WA 98909 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Traci Sullivan/TRACIS 6,24 JLc.i-C vG� iii CORD 25 (2014/01) NS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SR TR TYPE OF INSURANCE ADDL NSD W SVD POLICY NUMBER POLICY EFF (MM/DDlYYYY) POLICY EXP (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GE 'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO - JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY(Per accident ) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A AND I STATUTE I PER 10TH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E L DISEASE - POLICY LIMIT $ A Owners Contractors Protective OCP6023204 2/17/2016 2/17/2017 $3,000,000 each occurrence $3,000,000 aggregate •ESCRIPTION -e: (FY15) OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Yakima - Yakima Air Terminal Alpha Taxiway Rehabilitation A.I.P. No 3-53-0089-33/36/37 HLA Project No 11049. 45 day cancellation notice applies. ERTIFICATE HOLDER CANCELLATION Columbia Asphalt & Gravel, Inc. PO Box 9337 Yakima, WA 98909 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Traci Sullivan/TRACIS 6,24 JLc.i-C vG� iii CORD 25 (2014/01) NS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 28 53 08 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WASHINGTON CHANGES This endorsement modifies insurance provided under the following' OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART A. Paragraph 2. Cancellation of Section IV — Conditions is replaced by the following. 2. Cancellation a. The first Named Insured may cancel this policy by notifying us or the insurance producer in one of the following ways. (1) Written notice by mail, fax or email, (2) Surrender of the policy or binder; or (3) Verbal notice. Upon receipt of such notice, we will cancel this policy or any binder issued as evidence of coverage, effective on the later of the following: (1) The date on which notice is received or the policy or binder is surrendered, or (2) The date of cancellation requested by the first Named Insured. b. We may cancel this Coverage Part by mailing or delivering to the first Named Insured, the "contractor," the first Named Insured's agent or broker and any pledgee or other person shown in this policy to have an interest in any loss which may occur under this policy, written notice of cancellation, including the actual reason for the cancellation, to the last mailing addresses known to us, at least: (1) 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or (2) 45 days before the effective date of cancellation if we cancel for any other reason. c. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. CG 28 53 08 10 d. If this policy is cancelled, we will send the "contractor" any premium refund due If we cancel, the refund will be pro rata. If the first Named Insured or the "contractor" cancels, the refund will be at least 90% of the pro rata refund The cancellation will be effective even if we have not made or offered a refund. e. If notice is mailed, proof of mailing will be sufficient proof of notice B. Paragraph 13. When We Do Not Renew of Section IV — Conditions is replaced by the following. 13. When We Do Not Renew We may elect not to renew this Coverage Part by mailing or delivering written notice of nonrenewal to the first Named Insured, the "contractor," the first Named Insured's agent or broker and any pledgee or other person shown in this policy to have an interest in any loss which may occur under this policy, at the last mailing addresses known to us, provided that we give at least 45 days written notice of nonrenewal, including the actual reason for nonrenewal. Otherwise, we will renew this Coverage Part unless a. The "contractor" fails to pay the renewal premium after we have expressed our willingness to renew, including a statement of the renewal premium, to the first Named Insured the "contractor" and the first Named Insured's agent or broker, at least 20 days before the expiration date; or b. Other coverage acceptable to the insured has been procured prior to the expiration date of the policy. © Insurance Services Office, Inc., 2010 Page 1 of 1 0 2/19/2016 www.insurance.wa.gov/consumertoolkit/Company/CompanyProflle.aspx?WAOIC=116648 Consumer tools Agent and Company Lookup Orders Independent Review Decisions CONTINENTAL WESTERN INSURANCE COMPANY Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings } Back to Search I General information Name: CONTINENTAL WESTERN INSURANCE COMPANY Corporate family group: WR BERKLEY CORP GRP 0 Organization type: PROPERTY WAOIC: 116648 NAIC: 10804 Status: ACTIVE Admitted date: 08/23/1995 Ownership type: STOCK '' back to top ........ ......... Contact information Registered address Mailing address 11201 DOUGLAS 11201 DOUGLAS AVE URBANDALE, IA 50322 URBANDALE, IA 50322 Telephone Telephone 800-235-2942 800-235-2942 Types of coverage authorized to sell o Insurance types Casualty Marine Property Surety [Vehicle back to top ....... .... ... . Agents and agencies that represent this company (Appointments) o li View agents j View agencies back to top Company complaint history o } View complaints , ^ back to top Orders issued since 2015 o No orders are found back to top http://www.i nsurance.wa.gov/consumertool kit/Com pany/Com panyProfi le.aspx?W AOIC=116648 1/2 2n9/2016 www.ionoumKcompony/CompanyPmn|e.anpx?vvxoIC~11ss4o Disciplinary orders ������-���1�� ----- --- - ' Year Order Number 2010 10-0156 0 Looking for other types of orders? Our Pre -2015 orders search allows you to search orders prior to 2015. ^ back to top Premium tax filings by tax year 0 2014 2013 2012 2011 National information on insurance companies Want more information about this company? The NAI['s Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. Lc Ratings ���������'�U ������-���'���� ~-x financial organizations ' --' - The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. -- ^^ - - Wess Group Ratings Standard and Poor'y[orp Momo yd 's Investors Service . Fitch IBCA, Duff and Phelps Ratings xttp://www.i omenoommoumpanvKComp`nvpmn|o.aopxrvvAoC~11ss4a SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:1PROJECTS'2011\11049\Specifca ions\2015-10-19 Alpha Taxiway Specific tions.dccx 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the following: Federal Wage Rates. The provisions of Chapter 39.12 RCW, as amended, and in accordance with the U.S. Secretary of Labor, Federal Labor Standards Provisions, and Wage Decision included herein. State Wage Rates. 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 as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of both the federal and state prevailing wage rates is included in these Specifications. Inasmuch as the Contractor will be held responsible for paying the higher rate of these schedules of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the Contractor and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries Also following the acceptance of the project, the local government body must receive from the Contractor and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries Forms may be obtained from the Department of Labor and Industries. The Contractor and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28 010, are released to the Contractor. Payment by the Contractor and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. The Contractor and all subcontractors shall also be required to submit Monthly Employment Utilization Reports in accordance with these Specifications. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 5-2 1 t Page 1 of 16 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: 11/12/15 Count Trade Job Classification Wa•e Holida Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.29 5N 1C Yakima Brick Mason Journey Level $44.94 5A 1M Yakima Building Service Employees Janitor $9.47 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.47 1 Yakima Building Service Employees Window Cleaner $9.47 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $39.60 7B 1N Yakima Divers Et Tenders Diver $107.22 5D 4C 8A Yakima Divers & Tenders Diver On Standby $64.42 5D 4C Yakima Divers EtTendersDiver Tender $58.33 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator $58.33 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $54.27 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $40.98 5D 4C Yakima Drywall Tapers Journey Level $36.10 7E 1P Yakima Electrical Fixture Maintenance Journey Level Cable Splicer $43.32- $59.51 5A 1 1E Workers Yakima Electricians - inside Yakima Electricians - Inside Journey Level $57.50 5A 1E Yakima Electricians - Inside Welder $61.50 5A 1E 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/19/2015 Page 2 of 16 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $69.95 5A 4D Construction Yakima Electricians - Powerline Certified Line Welder $63.97 5A — 4D Construction Yakima Electricians - Powerline Groundperson $43.62 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $63.97 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction Yakima Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction Yakima Electricians - Powerline Powderperson $47.55 5A 4D Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $82.67 7D 4A Yakima Elevator Constructors Mechanic In Charge $89.40 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.47 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $9.47 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Fiaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 18 Yakima Heat a Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers a Mason Tenders Journey Level $36.37 7A 31 Yakima Industrial Power Vacuum Journey Level $9.47 1 Cleaner Yakima Inland Boatmen Journey Level $9.47 1 Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $9.73 1 Of Sewer a Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Grout Truck Operator $11.48 1 — Of Sewer a Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Head Operator $12.78 1 Of Sewer a Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Technician $9.47 1 Of Sewer a Water Systems By Remote Control Yakima Inspection/ Cleaning/Seating Tv Truck Operator $10.53 1 Of Sewer a Water Systems By Remote Control https://fortress.wa.gov/lni/wageloolcup/pryWagelookup.aspx 10/19/2015 1 1 1 r t 1 Page 3 of 16 Yakima Insulation Applicators Journey Level $40.98 5D 4C Yakima Ironworkers Journeyman $56.20 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $35.34 7A 31 Yakima Laborers Airtrac Drill Operator $36.37 7A 31 Yakima Laborers Ballast Regular Machine $35.34 7A 31 Yakima Laborers Batch Weighman $33.18 7A 31 Yakima Laborers Brick Pavers $35.34 7A 31 Yakima Laborers Brush Cutter $35.34 7A 31 Yakima Laborers Brush Hog Feeder $35.34 7A 31 Yakima Laborers Burner $35.34 7A 31 Yakima Laborers Caisson Worker $36.37 7A 31 ;Yakima Laborers Carpenter Tender $35.34 7A 31 Yakima Laborers Cement Dumper -paving $35.94 7A 31 Yakima Laborers Cement Finisher Tender $35.34 7A 31 Yakima Laborers Change House Or Dry Shack $35.34 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $35.34 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $35.94 7A 31 Yakima Laborers Choker Setter $35.34 7A 31 Yakima Laborers Chuck Tender $35.34 7A 31 Yakima Laborers Clary Power Spreader $35.94 7A 31 Yakima Laborers Clean-up Laborer $35.34 7A 31 Yakima Laborers Concrete Dumper/chute Operator $35.94 7A 31 Yakima Laborers Concrete Form Stripper $35.34 7A 31 Yakima Laborers Concrete Placement Crew $35.94 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $35.94 7A Yakima Laborers Crusher Feeder $33.18 7A 31 Yakima Laborers Curing Laborer $35.34 7A 31 Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $35.34 7A 31 Yakima Laborers Ditch Digger $35.34 7A 31 Yakima Laborers Diver $36.37 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $35.94 7A 31 Yakima Laborers Dry Stack Walls $35.34 7A 31 Yakima Laborers Dump Person ME 7A Yakima Laborers Epoxy Technician $35.34 7A 31 Yakima Laborers Erosion Control Worker $35.34 7A 31 Yakima Laborers Faller Et Bucker Chain Saw $35.94 7A 31 Yakima Laborers Fine Graders $35.34 7A 31 Yakima Laborers Firewatch $33.18 7A 31 Yakima Laborers Form Setter $35.34 7A 31 Yakima Laborers Gabian Basket Builders $35.34 7A 31 https://fortress.wa.gov/Ini/wageloolcup/prvWageloolcup.aspx 10/19/2015 Page 4 of 16 Yakima Laborers General Laborer $35.341 7A 31 Yakima Laborers Grade Checker Et Transit Person $36.37 7A 31 Yakima Laborers Grinders $35.34 7A 31 Yakima Laborers Grout Machine Tender $35.34 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $35.94 7A 31 Yakima Laborers Guage and Lock Tender $36.47 7A 31 8� Yakima Laborers Guardrail Erector $35.34 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $36.37 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $35.94 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $35.34 7A 31 Yakima Laborers High Scaler $36.37 7A 31 Yakima Laborers Jackhammer $35.94 7A 31 Yakima Laborers Laserbeam Operator $35.94 7A 31 Yakima Laborers Maintenance Person $35.34 7A 31 Yakima Laborers Manhole Builder-mudman $35.94 7A 31 Yakima Laborers Material Yard Person $35.34 7A 31 Yakima Laborers Motorman -dinky Locomotive $35.94 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air a Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $35.94 7A 31 Yakima Laborers Pavement Breaker $35.94 7A 31 Yakima Laborers Pilot Car $33.18 7A 31 Yakima Laborers Pipe Layer(lead) $36.37 7A 31 Yakima Laborers Pipe Layer/tailor $35.94 7A 31 Yakima Laborers Pipe Pot Tender $35.94 7A 31 Yakima Laborers Pipe Reliner $35.94 7A 31 Yakima Laborers Pipe Wrapper $35.94 7A 31 Yakima Laborers Pot Tender $35.34 7A 31 Yakima Laborers Powderman $36.37 7A 31 Yakima Laborers Powderman's Helper $35.34 7A 31 Yakima Laborers Power Jacks $35.94 7A 31 Yakima Laborers Railroad Spike Puller - Power $35.94 7A 31 Yakima Laborers Raker - Asphalt $36.37 7A 31 Yakima Laborers Re-timberman $36.37 7A 31 Yakima Laborers Remote Equipment Operator $35.94 7A 31 Yakima Laborers Rigger/signal Person $35.94 7A 31 Yakima Laborers Rip Rap Person $35.34 7A 31 Yakima Laborers Rivet Buster $35.94 7A 31 Yakima Laborers Rodder $35.94 7A 31 https://fortress wa.gov/lm/wagelookup/prvWagelookup.aspx 1 r 1 1 t 10/19/2015 1 1 1 Page 5 of 16 Yakima 'Laborers Scaffold Erector $35.34 7A 31 Yakima Laborers Scale Person $35.34 7A 31 Yakima Laborers Sloper (over 20") $35.94 7A 31 Yakima Laborers Sloper Sprayer $35.34 7A 31 Yakima Laborers Spreader (concrete) $35.94 7A 31 Yakima Laborers Stake Hopper $35.34 7A 31 Yakima Laborers Stock Piler $35.34 7A 31 Yakima Laborers Tamper a Similar Electric, Air & Gas Operated Tools $35.94 7A 31 Yakima Laborers Tamper (multiple & Self- propelled) $35.94 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer & Cribber) $35.94 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $35.34 7A 31 Yakima Laborers Topper $35.34 7A 31 Yakima Laborers Track Laborer $35.34 7A 31 Yakima Laborers Track Liner (power) $35.94 7A 31 Yakima Laborers Traffic Control Laborer $35.18 7A 31 8R Yakima Laborers Traffic Control Supervisor $35.18 7A 31 8R Yakima Laborers Truck Spotter $35.34 7A 31 Yakima Laborers Tugger Operator $35.94 7A 31 Yakima Laborers Tunnel Work -Miner $36.47 7A 31 Yakima Laborers Vibrator $35.94 7A 31 Yakima Laborers Vinyl Seamer $35.34 7A 31 Yakima Laborers Watchman $30.28 7A 31 Yakima Laborers Welder $35.94 7A 31 Yakima Laborers Well Point Laborer $35.94 7A 31 Yakima Laborers Window Washer/cleaner $30.28 7A 31 Yakima Laborers - Underground Sewer General Laborer & Topman $35.34 7A 31 & Water Yakima Laborers - Underground Sewer Pipe Layer $35.94 7A 31 & Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.47 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.47 1 Yakima Lathers Journey Level $40.98 5D 4C Yakima Marble Setters Journey Level $44.94 5A 1M Yakima Metal Fabrication (In Shop), Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder _ $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 https://fortress.wa.gov/lni/wageloolcup/prvWagelookup.aspx 10/19/2015 Page 6 of 16 Yakima Painters Journey Level $30.72 6Z 1W Yakima Pile Driver Journey Level $54.27 5D 4C Yakima Plasterers Journey Level $51.68 7g 1 R Yakima Playground a Park Equipment Journey Level $9.47 1 Instalers Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z IQ Yakima Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $56.44 7A 3C 8P Yakima Power Equipment Operators Bobcat $53.57 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Yakima Power Equipment Operators Brooms $53.57 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $56.44 7A 3C 8P Yakima Power Equipment Operators Cableways $56.94 7A 3C 8P Yakima Power Equipment Operators Chipper $56.44 7A 3C 8P Yakima Power Equipment Operators Compressor $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Yakima Power_ Equipment OQeratars Conveyors $56.00 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $58.67 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Yakima Power Equipment Operators $53.57 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup aspx 1 1 t t 10/19/2015 1 1 1 1 Page 7 of 16 I Cranes: A -frame - 10 Tons And Under Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Yakima Power Equipment Operators Crusher $56.44 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 a Under $56.00 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $57.51 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco a Similar Equipment $56.44 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. a Over $56.94 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $56.00 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $56.44 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. a Over $57.51 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 10/19/2015 Page 8 of 16 Yakima Power Equipment Operators Locomotives, All $56.44 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Yakima Power Egtripment Operators Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P Yakima Power Equipment Operators Power Plant $53.57 7A 3C 8P Yakima Power Ecqu pment_Operators Pumps - Water $53.57 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Yakima Power EquiprnentQprerators Rigger And Bellman $53.57 7A 3C 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Yakima Power Equipment Operators Rollagon $56.94 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $56.44 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $56.00 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 10/19/2015 1 1 1 r 1 Page 9 of 16 Yakima Power Equipment Operators Shotcrete/gunite Equipment $53.571 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider a Screedman $56.94 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $56.94 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $56.00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $56.44 7A 3C 8P Yakima Power Equipment Operators Welder $56.94 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer a Water <Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/lni/wageloolcup/prvWageloolcup.aspx 10/19/2015 Page 10 of 16 Yakima Power Equipment Operators- Brooms $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer fc Water Yakima Power Equipment Operators- Compressor $53.57 7A — 3C — 8P Underground Sewer a Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $58.67 7A — 3C — 8P — Underground Sewer a Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $56.44 7A — 3C — 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Underground Sewer a Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/19/2015 1 1 t r 1 Page 11 of 16 Yakima Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C I 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 a Under $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco a Similar Equipment $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Underground Sewer fir Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $56.94 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. a Over $57.51 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer a Water https://fortress.wa.gov/lni/wageloolcup/prvWagelookup.aspx 10/19/2015 Page 12 of 16 Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Underground Sewer Et Water Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A — 3C 8P — Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $53.57 7A — 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Underground Sewer ft Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $56.44 7A 3C — 8P Underground Sewer Et Water Yakima Saws - Concrete $56.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/19/2015 1 1 1 1 1 1 1 1 Page 13 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/19/2015 Power Equipment Operators - Underground Sewer a Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete a Carry All $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C — 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P Underground Sewer & Water `Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer E Water Yakima Power Equipment Operators- Spreader, Topsider a Screedman $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer a Water 'Yakima Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $56.94 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $56.44 7A 3C 8P Underground Sewer a Water ;Yakima Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer a Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/19/2015 Page 14 of 16 Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $40.84 5A - 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers Yakima Refrigeration in Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Journey Level $18.00 1 Applicators Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers EC Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $40.05 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.47 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.47 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $54.56 5A lX Yakima Sign Makers Et Installers Journey Level $14.65 1 - (Electrical) Yakima Sign Makers €t Installers (Non- Journey Level $14.65 1 Electrical) https.//fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx 1 1 10/19/2015 1 Page 15 of 16 Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.47 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $44.94 5A 1M Yakima Street And Parking Lot Journey Level $9.47 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $56.00 7A 3C 8P Yakima Surveyors Chainman $55.47 7A 3C 8P Yakima Surveyors Construction Site Surveyor $56.94 7A 3C 8P Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $37.60 5A — 28 Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 26 Outside Yakima Telephone Line Construction - Installer (Repairer) $36.02 5A 28 Outside Yakima Telephone Line Construction - Special Aparatus Installer I $37.60 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $36.82 5A 28 Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $37.60 5A 28 Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $34.94 5A 28 Outside Yakima Telephone Line Construction - Telephone Lineperson $34.93 5A 28 Outside Yakima Telephone Line Construction - Television Groundperson $19.73 5A 28 Outside Yakima Telephone Line Construction - Television Lineperson/Installer $26.31 5A 28 Outside Yakima Telephone Line Construction - Television System Technician $31.50 5A 2B Outside Yakima Telephone Line Construction - Television Technician $28.23 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $34.93 5,4 28 Outside Yakima Terrazzo Workers Journey Level $38.14 5A 1M Yakima Tile Setters Journey Level $38.14 5A 1M Yakima Tile, Marble Et Terrazzo Journey Level $30.90 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $43.73 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $39.55 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $39.55 61 2G https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/19/2015 Page 16 of 16 Yakima Truck Drivers Other Trucks(c.wa-760) $39.55 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers ft Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump, Oiler $9.47 1 Installers Yakima Welt Drillers a Irrigation Pump Well Driller $18.00 1 Installers 1 1 https.//fortress wa.gov/lm/wagelookup/prvWagelookup aspx 10/19/2015 ' Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 **********************************************:************************************************************** 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. I. 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 9/2/2015 thru 3/1/2016 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. ✓ 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 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. 2 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. 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. D 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 15% over the hourly rate of wage All other hours worked after 6.00 am 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 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 3 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3 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 15th and March 15th 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. 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 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 4 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4 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 (l'h) 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 Holiday Codes 5 A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7) B Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8) C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D 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) I. 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 5 5 Q R. Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) 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) Holiday Codes Continued 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 (1 1) 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) I. 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 Holiday Codes Continued 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 6 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7 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 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 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 Fnday 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 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 7 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7 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 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 A. In addition to the hourly wage and fringe benefits, the following 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 100' To 150' -$3 00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4 00 per Foot for Each Foot Over 150 Feet Over 220' -$5 00 per Foot for Each Foot Over 220 Feet C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100' -$1 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2 00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price 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 Note Codes Continued 8 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 8 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. 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 9 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 09/02/2015 Edition, Published August 3`d, 2015 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 YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, 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 x x 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. x 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 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. X X Supplemental to Wage Rates 2 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 8. 9. 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. 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) X X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 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. X 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). X 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.. X 14 Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 09/02/2015 Edition, Published August 3td, 2015 3 1 1 1 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 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 X 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. X 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. X 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. X 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. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 09/02/2015 Edition, Published August 3`d, 2015 4 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 YES X X X X NO 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. X 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. X X Supplemental to Wage Rates 5 09/02/2015 Edition, Published August 3rd, 2015 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. X 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. Supplemental to Wage Rates 09/02/2015 Edition, Published August 3rd, 2015 6 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 X Custom Std Message Signing Message X X X Custom Standard End Sec Sec Covered by WAC 296-127-018 Covered by WAC 296-127-018 X X X X X Supplemental to Wage Rates 7 09/02/2015 Edition, Published August 3rd, 2015 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 09/02/2015 Edition, Published August 3rd, 2015 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 09/02/2015 Edition, Published August 3rd, 2015 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 09/02/2015 Edition, Published August 3rd, 2015 (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 3912 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 09/02/2015 Edition, Published August 3rd, 2015 Page 1 of 38 General Decision Number: WA150001 09/04/2015 WA1 Superseded General Decision Number: WA20140001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the ED, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The ED minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the ED is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/09/2015 2 01/23/2015 3 02/27/2015 4 03/20/2015 5 04/03/2015 6 05/22/2015 7 05/29/2015 8 06/12/2015 9 07/03/2015 10 07/10/2015 11 07/24/2015 12 07/31/2015 13 08/21/2015 14 09/04/2015 CARP0001-008 06/01/2015 Rates Fringes CARPENTER GROUP 1 $ 27 61 14.00 GROUP 2 $ 41.86 14.49 GROUP 3 $ 32.97 14.00 GROUP 4 $ 31.94 14.00 GROUP 5 $ 73.44 14.00 GROUP 6 $ 35.02 14.00 GROUP 7 $ 36.72 14.00 GROUP 8 $ 33.27 14.00 GROUP 9 $ 35.02 14.00 CARPENTER & DIVER CLASSIFICATIONS: http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 2 of 38 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). 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 http://www.wdol gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 3 of 38 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. 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: http://www.wdol gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 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 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 Projects located more than 30 miles and less than 40 ZONE 2: miles of ZONE 3: miles of ZONE 4: miles of ZONE 5: miles of 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 ZONE 6: 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 Rates Fringes CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 40.46 13.66 CARPENTERS $ 40.36 13.66 DIVERS TENDER $ 35.02 14.00 DIVERS $ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 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 http://www.wdol gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 Page 4 of 38 10/19/2015 listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles 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, 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 06/01/2015 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 boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 40.36 CARPENTERS ON CREOSOTE MATERIAL $ 40.46 CARPENTERS $ 40.36 DIVERS TENDER $ 44.67 DIVERS $ 93.56 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 13.66 13.66 13.66 13.66 13.66 13.66 Page 5 of 38 10/19/2015 MATERIAL, ALL PILING $ 40.61 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 26-35 36-45 46-55 radius radius radius 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, 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 ELEC0046-001 02/04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates CABLE SPLICER $ 46.87 ELECTRICIAN $ 42.61 Fringes 30+15.96 3%+15.96 * ELEC0048-003 01/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates CABLE SPLICER $ 44.22 ELECTRICIAN $ 40.20 HOURLY ZONE PAY: Fringes 21.50 21.50 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 Page 6 of 38 10/19/2015 Page 7 of 38 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 01/01/2015 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 21.50 ELEC0073-001 07/01/2015 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 34.10 16.68 ELECTRICIAN $ 31.00 16.68 ELEC0076-002 09/01/2014 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 37.94 23.36 ELECTRICIAN $ 34.49 23.36 ELEC0112-005 06/01/2015 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 40.74 18.65 ELECTRICIAN $ 38.80 18.59 ELEC0191-003 06/01/2014 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 8 of 38 CABLE SPLICER $ 44.23 ELECTRICIAN $ 40.21 17.73 17.73 ELEC0191-004 06/01/2014 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 40.82 17.63 ELECTRICIAN $ 37.11 17.63 ENGI0302-003 06/01/2014 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 PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group lA $ 38.39 17.39 Group IAA $ 38.96 17.39 Group lAAA $ 39.52 17.39 Group 1 $ 37.84 17.39 Group 2 $ 37.35 17.39 Group 3 $ 36.93 17.39 Group 4 $ 34.57 17.39 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 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 lA - 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 9 of 38 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 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 Category B Projects: 95% of the basic hourly reate for each http://www.wdol.gov/wdollscafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 10 of 38 group plus full fringe benefits applicable to category A projects shall apply to the following projects. 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 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 "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS 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 lA - 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; http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 11 of 38 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 -3 yards 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 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 CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 12 of 38 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 including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed 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 "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. ENGI0370-002 06/01/2015 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 POWER EQUIPMENT OPERATOR GROUP 1 $ 26.16 GROUP 2 $ 26.48 GROUP 3 $ 27.09 GROUP 4 $ 27.25 GROUP 5 $ 27.41 GROUP 6 $ 27.69 GROUP 7 $ 27.96 GROUP 8 $ 29.06 Fringes 13.55 13.55 13.55 13.55 13.55 13.55 13.55 13.55 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 http://www wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 13 of 38 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 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/VVAl.dvb?v=14 10/19/2015 Page 14 of 38 & 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 15 of 38 shall receive $1.00 an hour above classification. ENGI0612-012 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 lA $ 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): 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 IAA - 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 lA - 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 16 of 38 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 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 http://www wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 17 of 38 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 -i Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. ENGI0701-002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 39.47 14.10 GROUP lA $ 41.44 14.10 GROUP 1B $ 43.42 14.10 GROUP 2 $ 37.58 14.10 GROUP 3 $ 36.44 14.10 GROUP 4 $ 35.36 14.10 GROUP 5 $ 34.13 14.10 GROUP 6 $ 30.94 14.10 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 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 http://www.wdol.gov/wdollscafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 18 of 38 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; Helicopter when used in erecting work Group lA 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 19 of 38 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 20 of 38 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 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, 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. http://www.wdol.gov/wdollscafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 21 of 38 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 07/01/2015 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 32.76 23.19 IRON0029-002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 23.04 IRON0086-002 07/01/2015 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 32.76 Fringes 23.19 IRON0086-004 07/01/2015 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 40.04 23.19 LAB00001-002 06/01/2014 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1 dvb?v=14 10/19/2015 Page 22 of 38 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 18.95 10.30 GROUP 2 $ 21.76 10.30 GROUP 3 $ 23.85 10.30 GROUP 4 $ 24.43 10.30 GROUP 5 $ 24.85 10.30 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 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 http://www wdol gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 23 of 38 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; 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). LAB00238-004 06/01/2014 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 24 of 38 LABORER (PASCO) GROUP 1 $ 22.25 10.95 GROUP 2 $ 24.35 10.95 GROUP 3 $ 24.62 10.95 GROUP 4 $ 24.89 10.95 GROUP 5 $ 25.17 10.95 LABORER (SPOKANE) GROUP 1 $ 21.95 10.95 GROUP 2 $ 24.05 10.95 GROUP 3 $ 24.32 10.95 GROUP 4 $ 24.59 10.95 GROUP 5 $ 24.87 10.95 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 http://www.wdol gov/wdol/scafiles/davisbacon/WA1 dvb?v=14 10/19/2015 Page 25 of 38 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 06/01/2014 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 $ 24.32 10.95 LAB00335-001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY http://www.wdol.gov/wdol/scafiles/davisbacon/WA1 dvb?v=14 10/19/2015 Page 26 of 38 WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 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: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. 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. 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, http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 27 of 38 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 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 PAIN0005-002 07/01/2015 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Painters: STRIPERS $ 27.44 Fringes 14.09 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 28 of 38 WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 * PAIN0005-006 07/01/2015 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 $ 28.15 10.85 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 23.05 10.85 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 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 22.47 10.13 High work - All work 60 ft. or higher $ 23.22 10.13 Spray and Sandblasting $ 23.07 10.13 PAIN0055-006 11/01/2014 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.43 11.08 PLAS0072-004 06/01/2015 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 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 II CEMENT MASON/CONCRETE FINISHER ZONE 1 $ 27.01 12.59 IZone 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 II Zone 2: Over 45 radius miles from the main post office IIPLAS0528-001 06/01/2015 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, IISNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes IICEMENT MASON CEMENT MASON $ 38.52 15.43 COMPOSITION, TROWEL II MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 39.02 15.43 TROWLING MACHINE OPERATOR II ON COMPOSITION $ 39.02 15.43 PLA50555-002 06/01/2015 II CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: 1 Rates Fringes CEMENT MASON II CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 30.58 18.18 II CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 18.18 CEMENT MASONS $ 29.98 18.18 II COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 18.18 II Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 II Zone 5 - 3.00 Page 29 of 38 http://www.wdol.gov/wdol/seafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 30 of 38 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 06/01/2014 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 Truck drivers: ZONE 1 GROUP 1 $ 26.90 14.37 GROUP 2 $ 27.02 14.37 GROUP 3 $ 27.15 14.37 GROUP 4 $ 27.41 14.37 GROUP 5 $ 27.63 14.37 GROUP 6 $ 27.79 14.37 GROUP 7 $ 27.99 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 http://www.wdol.gov/wdollscafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 31 of 38 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 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 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) * TEAM0174-001 06/01/2015 http://www.wdol.gov/wdollscafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 32 of 38 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• $ 32.18 17.27 GROUP 2• $ 31.34 17.27 GROUP 3 $ 28.53 17.27 GROUP 4 $ 23.56 17.27 GROUP 5 $ 31.73 17.27 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 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; http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 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 $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.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 01/01/2014 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: Page 33 of 38 http://www.wdol.gov/wdol/scafiles/davisbacon/WALdvb?v=14 10/19/2015 Page 34 of 38 GROUP 1 $ 20.17 15.19 GROUP 2 $ 22.44 15.19 GROUP 3 $ 22.94 15.19 GROUP 4 $ 23.27 15.19 GROUP 5 $ 23.38 15.19 GROUP 6 $ 23.55 15.19 GROUP 7 $ 24.08 15.19 GROUP 8 $ 24.44 15.19 AREA 2 GROUP 1 $ 21.77 15.19 GROUP 2 $ 24.31 15.19 GROUP 3 $ 24.42 15.19 GROUP 4 $ 24.75 15.19 GROUP 5 $ 24.86 15.19 GROUP 6 $ 25.02 15.19 GROUP 7 $ 25.56 15.19 GROUP 8 $ 25.88 15.19 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); 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 http://www.wdol.gov/wdol/seafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 35 of 38 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. 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. 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)). http://www.wdol.gov/wdol/scafiles/davisbacon/WA1 dvb?v=14 10/19/2015 Page 36 of 38 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date http://www wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14 10/19/2015 Page 37 of 38 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 Page 38 of 38 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 http.//www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=14 10/19/2015 SECTION 6 - FAA GENERAL PROVISIONS O:\PROJECTS\2011111049 Specifications 2015-10-19 Alpha Taxiway Speci^cations.docx 6-1 FAA GENERAL PROVISIONS These provisions shall govern the general construction and administration of this contract unless otherwise directed. Section No. 6 FAA General Conditions is reprinted from Division I, General Provisions, of the "Standard for Specifying Construction of Airports," Edition of September 30, 2011, as amended, published by the Federal Aviation Administration, including AC 150/5370-10F. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Speafcations.docx 6-2 Section 10 - Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 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 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; 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 The American Society for Testing and Materials. 10-08 AWARD The acceptance, by the Owner, of the successful bidder's proposal 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. 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, shall 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specrfications.docx 6-3 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative 10-19 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. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified 10-21 FAA. The Federal Aviation Administration of the U S Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative 10-22 FEDERAL SPECIFICATIONS The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor 10-25 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 10-26 LABORATORY The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer 10-27 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 10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items 10-29 MATERIALS Any substance specified for use in the construction of the contract work. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-4 10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 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 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY The area on the airport prepared for the landing and takeoff of aircraft. 10-40 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. 10-41 SPONSOR. See definition above of "Owner " 10-42 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. 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 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 10-45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-5 10-47 TAXIWAY For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-48 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. 10-49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days END OF SECTION 10 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-6 Section 20 - Proposal Requirements and Conditions 20-01 ADVERTISEMENT (Notice to Bidders). See SECTION 1.0 Invitation to Bid 20-02 PREQUALIFICATION OF BIDDERS Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening 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. a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. G:\PROJECTS\2011\11049\Specfications\2015-10-19 Alpha Taxiway Specifications.docx 6-7 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. 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 he may make or obtain from his/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/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 words and numerals for which he proposes to do each pay item furnished in the proposal In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind 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. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. For AIP contract expected to exceed $100,000, each separate proposal shall be accompanied by a bid bond, certified check, or other negotiable instrument in the amount of not less than 5 percent of the bid price submitted Such proposal guarantee shall be given by the CONTRACTOR as his assurance to the OWNER that he will enter into a contract, within the time specified, if he is the successful bidder This requirement is contained in Federal Aviation Regulations Part 152, Amendment 152-2, effective July 1, 1974 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-8 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name 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 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-9 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 a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20 b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20 In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts, advertise for new proposals, or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT The award of a contract, if it is to be awarded, shall be made within 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 No award shall be made until the FAA has concurred in the Owner's recommendation to make such award and has approved the Owner's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18 30-03 CANCELLATION OF AWARD The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 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. Contracts awarded in excess of $100,000 shall require separate performance and payment bonds in the full amount of the awarded contract. 30-06 EXECUTION OF CONTRACT The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-10 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 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specif'ications.docx 6-11 Section 40 - Scope of Work 40-01 INTENT OF CONTRACT The intent of the contract is to provide for construction and completion, in every detail, of the work described It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations 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. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U S Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U S Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds 40-03 OMITTED ITEMS The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-12 Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-13 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site, or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a , b , or c., he shall request the Engineer's approval in advance of such use Should the Engineer approve the Contractor's request to exercise option a., b , or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a , b., or c. 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 CLEANING UP Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner END OF SECTION 40 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-14 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 50-02 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/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance 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 good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 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 FAA advisory circulars, contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. G:\PROJECTS\2011\11049\Specifications 12015-10-19 Alpha Taxiway Specdications.docx 6-15 From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final The Contractor shall not take advantage of any apparent error or omission on the plans or specifications In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her 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 his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors Contractors working on the same project shall cooperate with each other as directed Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES The Engineer shall establish horizontal and vertical control, and other control surveying indicated below . The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her 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. G:\PROJ ECTS\2011 \11049\Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-16 The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking by the Owner includes. Horizontal and Vertical Control Centerline Control for Taxiways and Connectors Airport Control Area Delineation a. Runway Safety Area (RSA) b Object Free Area (OFA) c. Non -movement Line Boundary d. Construction Phases Temporary and Final Pavement Markings Sign Locations Construction Staking and Layout by the Contractor shall be performed under the direct supervision of a Licensed Professional Land Surveyor, licensed in the State of Washington, including but not necessarily limited to: Clearing and Grubbing perimeter staking. Profile planing elevations at minimum 25 -foot grid. Final planed surface elevation at minimum 25 -foot grid. Subgrade blue tops at 25 -foot stations: a Taxiways and Connectors — minimum 3 per station Base course blue tops at 25 -foot stations: a. Taxiways and Connectors — minimum 3 per station Cement Treated Base grade control Bituminous Surface Course — final elevations at 25 -foot grid. Certified by a licensed surveyor in the State of Washington. Fillet Design Plan Layout. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-17 Infield grading cut stakes. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, pull boxes and manholes Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (that is, paving lane). Note. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner 50-07 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 employed by the Owner 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 employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed After examination, the Contractor shall restore said portions of the work to the standard required by the specifications Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-18 No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply 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/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the 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 prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 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 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 final acceptance as of the date of the final inspection G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifcations.docx 6-19 If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations 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. 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; and 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-20 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. 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 percent 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-21 Section 60 - Control of Materials 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS The materials used on the work shall conform to the requirements of the contract, plans, and specifications Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials At the Engineer's option, materials may be approved at the source of supply before delivery is 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 FAA 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. 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, tests in accordance with the cited standard methods of ASTM, 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 field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples 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 his/her request. The Contractor shall employ a testing organization to perform all Contractor required 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 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifcations.docx 6-22 The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to. a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material 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. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only Any Long Distance Tolls shall be the responsibility of the caller The Contractor shall furnish water, sanitary facilities, heat, air conditioning, and electricity. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering 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 G:\PROJECTS\2011\11049\Specifications\2015-10.19 Alpha Taxiway Specifications.docx 6-23 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/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 herein (if any) to be furnished by the Owner Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials END OF SECTION 60 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-24 Section 70 - Legal Regulations and Responsibility to Public 70-01 LAWS TO BE OBSERVED The Contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (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 Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the 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. G:\PROJECTS\2011\11049\Specifications\ 2015-10-19 Alpha Taxiway Specifications.docx 6-25 Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 in high Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 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 of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2 The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution 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/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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-26 The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have 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, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suits, actions, or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance 70-12 THIRD PARTY BENEFICIARY CLAUSE It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be 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. 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 not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-27 The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan 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 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled 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/her plan of operations Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-28 Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/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 prosecution 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 notify the above named FAA Airway Facilities Point -of -Contact 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 prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of -Contact. 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 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities 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 Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as a condition of acceptance by the Owner The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx • 6-29 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner It is understood that in such matters they act solely as agents and representatives of the Owner 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/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her 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 modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90 If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-30 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. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. 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. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS (AOA) of the airport. When the work requires the Contractor to conduct his/her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 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 hereinafter 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. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-31 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan 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 of the safety plan measures to assure compliance with the safety plan measures The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures No deviation or modifications may be made to the approved safety plan 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 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 prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-32 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 he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer The Engineer will furnish the Contractor a copy of his/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/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the 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. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-33 (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20 Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of 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 nonworking 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 completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. 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 which 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 Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion 80-08 FAILURE TO COMPLETE ON TIME For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages 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 his/her contract. The maximum construction time allowed for Schedules [ ] will be the sum of the time allowed for individual schedules but not more than [ ] days. (Note this paragraph will be modified for each project.) 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-34 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer G:\PROJECTS\2011\ 110491Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-35 Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed 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/her work in such a manner as to insure safety and a minimum of hindrance to flight operations All Contractor equipment and material stockpiles shall be stored a minimum or 350 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 261 feet of an active runway at any time END OF SECTION 80 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-36 Section 90 - Measurement and Payment 90-01 MEASUREMENT OF QUANTITIES All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 sq ft (0 8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60 °F (15 °C) or will be corrected to the volume at 60 °F (15 °C) using ASTM D 1250 for asphalts or ASTM D 633 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. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities Cement will be measured by the ton (kg) or hundredweight (km). G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-37 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 titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc , and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales Scales shall be accurate within one-half percent 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 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams) The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them Scale installations shall have available ten standard 50 -pound (2 3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales `overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been under weighing (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 quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-38 90-02 SCOPE OF PAYMENT The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperforming 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 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-39 (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor 90-06 PARTIAL PAYMENTS Partial payments will be made to the Contractor at least once each month as the work progresses Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place in accordance with the contract, plans, and specifications Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed From the total of the amount determined to be payable on a partial payment, five (5) percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section 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 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 90-07 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 G:\PROJECTS\2011\ 11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-40 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/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. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-41 If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate END OF SECTION 90 G:\PROJECTS\2011 \11049\Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-42 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 this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will. a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication The written Quality Control Program shall be submitted to the Engineer for review at least 7 calendar days before the start of work. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-43 The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET) Highway materials technician certified at Level III by NICET. Highway construction technician certified at Level III by NICET. A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer (5) (6) (7) The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary 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 2 years of experience in their area of expertise G:\PROJECTS12011 \11049\Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-44 The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (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 e. Scheduled date of submittal 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-45 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 AASHTO test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665 The Engineer shall be provided the opportunity to witness quality control sampling and testing All quality control test results shall be documented by the Contractor as required by Section 100-08 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests, nature of defects, deviations, causes for rejection, etc ; proposed remedial action, and corrective actions taken These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records. a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description, (2) Compliance with approved submittals; G:\PROJECTS\2011 \11049\Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-46 (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications, (6) Review of quality control tests; and (7) Safety inspection The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-47 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice b. In cases where quality control activities do not comply with either the Contractor 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-48 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 = [(D12 + 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) . do = (xn - X) n = Number of sublots G:\PROJECTS\2011\11049\Specifcations\2015-10-19 Alpha Taxiway Specifications.docx 6-49 f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula. g. 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. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas* Qt_=(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 + PO) - 100 Where PL = percent within lower specification limit Pu = percent within upper specification limit G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 6-50 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=(xl+x2+x3+. .xn)/n X = (96.60 + 97 55 + 99.30 + 98 35) / 4 X = 97 95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96 60 - 97 95)2 + (97 55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97 95)2)) / (4 - 1)]1/2 Sn = [(1 82+016+1.82+ 0.16)/3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / Sn QL = (97 95 - 96.30) / 1 15 QL = 1 4348 5. Determine PWL by entering Table 1 with QL= 1 44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5 00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X=(xt+x2+x3...n)/n X=(5.00+374+230+3.25)/4 X = 3.57 percent G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-51 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)]112 Sn=[(2.04+003+1.62+O.1O)/3]v2 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2 0) QL = (X - L) / Sn QL = (3 57 - 2.00) / 1.12 Qt. = 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 G:\PROJECTS\2011111049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-52 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E 178) 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 percent 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 percent OR less than (97.95 - 1 463 x 1.15) = 96.27 percent. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-53 Table 1. Table for Estimating Percent of Lot Within Limits (PWL Percent Within Limits (PL and Pu) Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1 1541 1 4700 1 6714 1 8008 1 8888 1 9520 1.9994 2.0362 98 1 1524 1 4400 1 6016 1 6982 1 7612 1 8053 1.8379 1 8630 97 1 1496 1 4100 1.5427 1.6181 1 6661 1 6993 1 7235 1 7420 96 1 1456 1.3800 1 4897 1.5497 1 5871 1 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 0.8417 0 7800 0 7535 0 7401 0 7322 0 7271 0 7236 0 7211 75 0.8165 0 7500 0 7226 0 7089 0 7009 0 6958 0.6922 0 6896 74 0 7904 0 7200 0 6921 0 6781 0 6701 0.6649 0 6613 0 6587 73 0 7636 0 6900 0 6617 0 6477 0 6396 0.6344 0 6308 0.6282 72 0 7360 0.6600 0 6316 0 6176 0 6095 0.6044 0 6008 0.5982 71 0 7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0 5686 70 0 6787 0.6000 0.5719 0.5582 0.5504 0.5454 0 5419 0.5394 69 0 6490 0.5700 0.5423 0.5290 0 5213 0.5164 0.5130 0.5105 68 0 6187 0.5400 0 5129 0 4999 0 4924 0 4877 0 4844 0 4820 67 0.5878 0.5100 0 4836 0 4710 0 4638 0 4592 0 4560 0 4537 66 0.5563 0 4800 0 4545 0 4424 0 4355 0 4310 0 4280 0 4257 65 0.5242 0 4500 0 4255 0 4139 0 4073 0 4030 0 4001 0 3980 64 0 4916 0 4200 0.3967 0 3856 0 3793 0.3753 0.3725 0.3705 63 0 4586 0.3900 0 3679 0 3575 0 3515 0.3477 0.3451 0.3432 62 0 4251 0.3600 0 3392 0.3295 0 3239 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 0.1049 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 G:\PROJ ECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-54 1 1 t 1 Percent Negative Values of Q (QL and Qu) Within Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0 0363 -0 0300 -0 0281 -0 0272 -0 0267 -0 0264 -0 0262 -0 0260 48 -0 0725 -0 0600 -0 0562 -0 0544 -0 0534 -0 0528 -0 0524 -0 0521 47 -0 1087 -0 0900 -0 0843 -0 0817 -0 0802 -0 0793 -0 0786 -0 0781 46 -0.1447 -01200 -01125 -01090 -01070 -01057 -01049 -01042 45 -01806 -0.1500 -01406 -01363 -01338 -01322 -01312 -01304 44 -0.2164 -01800 -01688 -01636 -01607 -01588 -01575 -01566 43 -0.2519 -0.2100 -01971 -01911 -0.1877 -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 -1.0037 -10015 -1.0000 -0.9990 15 -10288 -10500 -10467 -10435 -10413 -10399 -1.0389 -1.0382 14 -10448 -10800 -10817 -10808 -10800 -10794 -10791 -1.0789 13 -10597 -11100 -11173 -11192 -11199 -11204 -11208 -11212 12 -10736 -11400 -11537 -11587 -11613 -11630 -11643 -11653 11 -10864 -11700 -11909 -11995 -1.2043 -1.2075 -1.2098 -1.2115 10 -10982 -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 -13081 -1.3118 8 -11184 -1.2600 -13088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -11269 -1.2900 -13508 -1.3810 -1.3991 -14112 -14199 -14265 6 -11342 -1.3200 -13946 -14329 -14561 -14717 -14829 -14914 5 -11405 -1.3500 -14407 -14887 -1.5181 -1.5381 -1.5525 -1.5635 4 -11456 -1.3800 -14897 -1.5497 -1.5871 -16127 -16313 -1.6454 3 -11496 -14100 -1.5427 -1.6181 -16661 -16993 -17235 -17420 2 -11524 -14400 -16016 -16982 -17612 -18053 -1.8379 -1.8630 1 -11541 -14700 -16714 -18008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-55 Section 120 - Nuclear Gauges 120-01 TESTING. When the specifications provide for nuclear gauge acceptance testing of material for Items P-152, P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM D 6938. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards The calibration checks shall be made at the beginning of a job and at regular daily intervals. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 6938 is used 120-03 VERIFICATION TESTING. (For Items P-152 and P-154 only ) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site The verification process will consist of; (1) compacting the material and determining the dry density and moisture -density in accordance with ASTM D 1557 (for aircraft gross weights 60,000 pounds or more), and (2) comparing the result with the laboratory moisture -density curves for the material being placed This verification process is commonly referred to as a "one -point Proctor" If the material does not conform to the existing moisture -density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 1557 (for aircraft gross weights 60,000 pounds or more) Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 6-56 SECTION 7 - OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS G:\PROJECTS\20111110491SpeclBcat ons12015-10-19 Alpha Taxiway Speciflcallons.docx 7-1 OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS These are supplements to the FAA General Conditions; any discrepancies shall be governed by the owner's supplement conditions. 7.1 DEFINITIONS Wherever used in this supplement to the FAA general conditions or in the other contract documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: ADDENDA - Written and/or graphic instruments issued prior to the opening of bids that clarify, correct of change the bidding documents or the contract documents. 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. APPLICATION FOR PAYMENT - The form accepted by the engineer which is to be used by the contractor in requesting progress or final payments and which is to include such supporting documentation as required by the contract documents. BID — The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. BONDS — Bid, performance and payment bonds and other instruments of security. CONTRACT DOCUMENTS — The agreement, addenda (which pertain to the contract documents), contractor's 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, these general conditions, the supplemental general conditions, 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. CONTRACT PRICE — The moneys payable by the owner to the contractor under the contract documents as stated in the agreement. CONTRACT TIME — The number of days or the date stated in the agreement for the completion of the work. DAY — A calendar of twenty-four (24) hours measured from midnight to the next midnight. DEFECTIVE — An adjective which 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 engineer's recommendation of final payment. DRAWINGS — The drawings which show the character and scope of the work to be performed and which have been prepared or approved by the engineer and are referred to in the contract documents. 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. ENGINEER — Huibregtse, Louman Associates, Inc. (HLA) FIELD ORDER — A written order issued by the Engineer which orders minor changes in the work in accordance with section 7.11 but which does not involve a change in the contract price or the contract time. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-2 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. 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. NOTICE OF PROCEED — A written notice given by the owner to the contractor (with a copy to the Engineer) fixing the date on which the contract time will commence to run and on which the contractor shall start to perform his obligation under the contract documents OWNER — The public body or authority, corporation, association, partnership, or individual with whom the contractor has entered into the agreement and for whom the work is to be provided. RESIDENT PROJECT REPRESENTATIVE — The authorized representative of the engineer who is assigned to the project or any part thereof SHOP DRAWINGS - All drawings, diagrams, illustrations, schedule and other data which 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. 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. 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, if there be no such acknowledgment issued, when final payment is due, the terms "substantially complete" and "substantially completed" as applied to any work refer to substantial completion thereof WORK — The entire completed construction of the various separately identifiable parts thereof required to be furnished under the contract documents Work is the result of performing services, furnishing labor, and furnishing and incorporating materials and equipment into the construction, all as required by the contract documents. 7.2 CONTRACTOR QUALIFICATION Additional CONTRACTOR Prequalification Submittals. 1. Evidence of prequalification by Washington State Department of Transportation shall be accepted only for evidence of the Contractor's financial responsibility to perform the proposed work. All other evidence required in section 20-02 of the FAA General Provisions and the following supplemental submittal requirements for evaluation and determination for prequalification. a. The Contractor's organization chart. The chart shall show the Contractor's organization structure and outline the process of dissemination of decisions, information and communication for daily work. b The Contractor's product quality control plan The plan should identify quality control procedures and practices in place and frequency of performance. The plan shall identify personnel and their duties in implementing the plan G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-3 7.3 PRELIMINARY MATTERS Delivery of Bonds and Insurance: 1. When the Contractor delivers the executed Agreements to the Owner the Contractor shall also deliver to the Owner such Bonds and Insurance as the Contractor may be required to furnish in accordance with Section 7.6 Copies of Documents. 2 The Owner shall furnish to the Contractor up to ten (10) copies as are reasonably necessary for the execution of the work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Time; Notice to Proceed. 3. The Contract Time will commence as set forth in Section 2 - Information to Bidders, but in no event shall the Contract Time commence to run later than ten (10) days from Notice to Proceed. Voluntary Pre -Bid Conference. 4. A voluntary pre-bid conference will be held. Requests for information and site visits shall be submitted through the Engineer at least seven (7) days prior to the bid opening Starting the Project: 5. The Contractor shall start to perform the work on the date when the Contract Time commences to run, but no work shall be done at the site prior to the date on which the Contract Time commences to run unless otherwise authorized in writing by the Owner and/or Engineer Before Starting Construction: 6. Before undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error, or discrepancy in the Drawings or Specifications, unless the Contractor had actual knowledge thereof or should reasonably have known thereof. 7. Within ten (10) 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 dates of the various stages of the work, a preliminary schedule of Shop Drawing submissions, and a preliminary schedule of values of the work. 8. Before any work at the site is started, the Contractor shall deliver to the Owner with a copy to the Engineer, certificates and other evidence of insurance required by the Owner which the Contractor is required to purchase and maintain in accordance with Section 7 6 Preconstruction Conference: 9. Within ten (10) days after the effective date of the Agreement, but before the Contractor starts the work at the site, a conference will be held to discuss security of the airport during construction, 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. Presentation of a detailed project schedule is required All subcontractors shall be in attendance. Failure to comply with these requirements may dictate an additional preconstruction conference. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-4 Pre -Paving Meeting. 10 A pre -paving meeting will be held between the Contractor and all subcontractors (and any others the Contractor or Owner deem necessary for the work involved), the Owner, and the Owner's representatives The Contractor and subcontractor representatives shall include those directly responsible for removal of existing pavement, production and quality control of the paving material, placement of pavement, and job site quality control. This meeting will be for one full 8 -hour day and paving will not be permitted prior to this meeting's occurrence This meeting will be in addition to the project pre -construction meeting. Other meetings may be required to resolve specific material quality and/or placement issues 7.4 CONTRACT DOCUMENTS: INTENT AND REUSE Intent: 1 The Contract Documents comprise the entire Agreement between the Owner and the Contractor concerning the work. They may be altered only as a Modification 2. The Contract Documents are complementary; what is called for by one is as binding as if called for by all If, during the performance of the work, the Contractor finds a conflict, error, or discrepancy in the Contract Documents, he shall report it to the Engineer in writing at once and before proceeding with the work affected thereby; however, the Contractor shall not be liable to the Owner or the Engineer for failure to report any conflict, error, or discrepancy in the Specifications or Drawings unless the Contractor had actual knowledge thereof and should reasonably have known thereof. 3 It is the intent of the Specifications and Drawings to describe a complete project to be constructed in accordance with the Contract Documents Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for When words which have a well-known technical or trade meaning are used to described work, materials, or equipment such words shall be interpreted in accordance with such meaning Reference to standard specifications, manuals, or codes of any technical society, organization of association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids except as may be otherwise specifically stated However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of the Owner, Contractor, or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract Documents shall be issued by the Engineer. 4. The Contract Documents will be governed by the law of the place of the Project. Reuse of Documents: 5 Neither the Contractor nor any subcontractor, manufacturer, fabricator, supplier, or distributor shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents, or copies of any thereof, prepared by of bearing the seal of the Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of the Engineer and specific written verification or adaptation by the Engineer 7.5 AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS Availability of Lands. 1 The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of the Contractor. Easement for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner, unless otherwise provided in the Contract G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-5 Documents. If the Contractor believes that any delay in the Owner's furnishing these lands of easements entitles him to an extension of the Contract Time, the Contractor may make a claim therefore as provided in Section 7.13 The Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions — Investigations and Reports: 2. Reference is made to the Owner's Supplemental General Conditions for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site of otherwise affecting cost, progress, or performance of the work which have been relied upon by the Engineer in preparation of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Unforeseen Physical Conditions: 3. The Contractor shall promptly notify the Owner and the Engineer in writing of any subsurface of latent physical conditions at the site or in an existing structure differing materially from those indicated or referred to in the Contract Documents The Engineer will promptly review those conditions and advise the Owner in writing if further investigation or tests are necessary Promptly thereafter, the Owner shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor If the Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Contract Documents, and which could not reasonably have been anticipated by the Contractor, a Change Order shall be issued incorporating the necessary revisions. Reference Points: 4. The Engineer shall provide Engineering surveys for construction to establish reference points which in this judgment are necessary to enable the Contractor to proceed with the work. The Contractor shall be responsible for laying out the work; shall protect and preserve the established reference points; and shall make no changes or relocations without the prior written approval of the Engineer. The Contractor shall report to the Engineer whenever any reference point is lost or destroyed or required relocation because of necessary changes in grades or locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. 7.6 BONDS AND INSURANCE Performance and Payment Bonds. 1. The Contractor shall furnish Performance and Payment Bonds, each in an amount equal to the Contract Price as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents These Bonds shall remain in effect until one (1) year after the date of Substantial Completion, except as otherwise provided by law All Bonds shall be in the forms prescribed by the bidding documents and be executed by 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. 2. 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 of clauses (1) and (2) of Section 7.6.1, the Contractor shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the Owner. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-6 Contractor's Liability Insurance: 3. The Contractor shall purchase and maintain such comprehensive general liability and other insurance as will provide protection from claims set forth below which 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 because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees, d. Claims for damages insured by personal injury liability coverage which 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, e. 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 f 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 required by this Section shall include the specific coverages and be written for not less than the limits of liability and coverages 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 forty-five (45) days' prior written notice has been given to the Owner and the Engineer 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 Section 7 14. 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 acceptance and one year thereafter Contractual Liability Insurance: 4 The comprehensive general liability insurance required by Section 7.6 3 will include contractual liability insurance applicable to the Contractor's obligations under Sections 7.7 31 and 7 7 32. Owner's Liability Insurance. 5. The Owner shall be responsible for purchasing and maintaining his own liability insurance and, at his option, may purchase and maintain such insurance as well protect the Owner against claims which may arise from operations under the Contract Documents. Property Insurance: 6 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 Applications for Payment. The policies of insurance required to be purchased and maintained by the Contractor in accordance with this section shall contain a provision that the coverage afforded will not be canceled or materially changed until at least forty-five (45) days' prior written notice has been given to the Owner and the Engineer G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-7 7 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: 8. The Owner and Contractor waive all rights against each other and the Subcontractors and their agents and employees and against the Engineer and separate Contractor's (if any) and their subcontractor's agents and employees, for damages caused by fire or other perils to the extent covered by insurance provided 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 Receipt and Application of Proceeds. 9 Any insured loss under the policies of insurance required 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 Section 7.6 10. 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 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 10 The Owner as trustee shall have the power to adjust and settle any loss with the insurers unless one of the parties in interest objects to the Owner's exercise of this power in writing within fifteen (15) days after the occurrence of loss. 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: 11. 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 in accordance with Section 7.3.8. 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 line provided shall constitute acceptance of such insurance purchased by the Contractor as complying with the Contract Documents. Partial Utilization — Property Insurance: 12. If the Owner finds it necessary to occupy or use a portion or portions of the work prior to Substantial Completion of all the work, such use or occupancy may be accomplished; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-8 7.7 CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence. 1 The Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. The Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but the Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents The Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents 2. The Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to the Owner and the Engineer except under extraordinary circumstances. The superintendent will be the Contractor's representative at the site and shall have authority to act on behalf of the Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. 3 The Contractor's resident superintendent shall at all times when on the project be carrying a cellular phone that is charged, turned on and able to be contacted by the Engineer The Contractor shall provide the telephone number to the Engineer at the Preconstruction Conference Labor, Materials and Equipment: 4 The Contractor shall provide competent, suitably qualified personnel to lay out the work and perform construction as required by the Contract Documents. The Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety of protection of persons or the work or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and the Contractor will not permit the performance of work on Saturday or Sunday or any legal holiday without the Owner's written consent given after prior written notice to the Engineer 5 The Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operations and completion of the work. 6 All materials and equipment shall be as specified in the Contract Documents. The Contractor shall furnish satisfactory evidence, reports of required tests, as to the kind and quality of materials and equipment. All information shall be furnished using the supplied submittal form 7 All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instruction of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. Equivalent Materials and Equipment: 8. Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function, and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers, or distributors may be accepted by the Engineer if sufficient information is submitted by the Contractor to allow the Engineer to determine that the material or equipment proposed is equivalent to the named. The procedure for review by the Engineer will be as set forth in Section 7 7 8 1 and 7.7.8.2. 8 1 Requests for review of substitute items of material and equipment will not be accepted by the Engineer from anyone other than the Contractor If the Contractor wishes to furnish or use a substitute item or material or equipment the Contractor shall make written application to the G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-9 Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to the specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the substitute for use in the work will require a change in the Drawings of Specifications adapting the design to the substitute and whether or not incorporation or use of the substitute in connection with the work is subject to the payment of any license fee or royalty All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair, and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of the resulting change, all of which shall be considered by the Engineer in evaluating the proposed substitute The Engineer may require the Contractor to furnish at the Contractor's expense additional data about the proposed substitute The Engineer will make the final decision of acceptability, and no substitute will be ordered or installed without the Engineer's prior written acceptance. The Owner may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other surety with respect to any substitute. 8.2 The Engineer will record time required by the Engineer and the Engineer's consultants in evaluating substitutions proposed by the Contractor and in making changes in the Drawings or Specifications occasioned thereby. Whether or not the Engineer accepts a proposed substitute, the Contractor shall reimburse the Owner for the charges of the Engineer and the Engineer's consultants for evaluating any proposed substitute Concerning Subcontractors: 9. The Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), whether initially or as a substitute, against whom the Owner or the Engineer may have reasonable objection A subcontractor or other person or organization identified in writing to the Owner and the Engineer by the Contractor prior to the Notice of Award, and not objected to in writing by the Owner or the Engineer prior to the Notice of Award will be deemed acceptable to the Owner and the Engineer. Acceptance of any Subcontractor, other person or organization by the Owner or the Engineer shall not constitute a waiver of any right of the Owner or the Engineer to reject defective work. If the Owner or the Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization by the Contractor after the notice of award, the Contractor shall submit an acceptable substitute and the Contract Price shall be increased or decreased by the difference in cost occasioned by such substitution, and an appropriate Change Order shall be issued. The Contractor shall not be required to employ and Subcontractor, other person or organization against whom the Contractor has reasonable objection. 10 The Contractor shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations for whose acts any of them may be liable to the same extent that the Contractor is responsible for the acts and omission of persons directly employed by the Contractor Nothing in the Contract Documents shall create any contractual relationship between the Owner with the Contractor, nor shall it create any obligation on the part of the Owner or the Engineer to pay or to see to the payment of any moneys due any Subcontractor or other person or organization, except as may otherwise be required by law. The Owner or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the Contractor on account of specific work done. 11. The sections of the Specifications and the identifications of any Drawings shall not control the Contractor in dividing the work among Subcontractors or delineating the work to be performed by any specific trade. 12 All work performed for the Contractor by a Subcontractor will be pursuant to an appropriate agreement between the Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the Owner and the Engineer and contains waiver provisions as required by Section 7 6.8. The Contractor shall pay each Subcontractor a just share of any insurance moneys received by the Contractor on account of losses under policies issued pursuant to Section 7 6 6. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-10 Patent Fees and Royalties: 13 The Contractor shall pay all license fees and royalties and assume all costs incidental to the use in the performance of the work or the incorporation in the work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract documents for use in the performance of the work and if to the actual knowledge of the Owner or the Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the Owner in the Contract Documents. The Contractor shall indemnify and hold harmless the Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights Permits. 14 Unless otherwise provided in the Supplemental General Conditions, the Contractor shall obtain and pay for all construction and building permits and licenses The Owner may assist the Contractor, when necessary, in obtaining such permits and licenses The Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the work, which are applicable at the time of opening of Bids. The Contractor shall pay all the charges of utility service companies for connections to the work, and the Owner shall pay all charges of such companies for capital costs related thereto Laws and Regulations. 15 The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations applicable to the work. If the Contractor observes that the Specifications or Drawings are at variance therewith, the Contractor shall give the Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Modification. If the Contractor performs any work knowing or having reason to know that it is contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, the Contractor shall bear all costs arising therefrom, however, it shall not be the Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such laws, ordinances, rules and regulations Taxes. 16 The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by him in accordance with the law of the place of the Project. Use of Premises. 17 The Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, easements, permits or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. 18 During the progress of the work, the Contractor shall keep the premise free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work the Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by the Owner. The Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specificahons.Docx 7-11 19 The Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the Contractor subject any part of the work of adjacent property to stresses or pressures that will endanger it. Record Documents: 20 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 upon completion of the work and prior to Final Acceptance of the project by the Owner. Safety and Protection: 21. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The Contractor shall submit their company's Safety Plan/Program. All subcontractors regardless of tier shall be required to be a signatory and work under the Contractor's Safety Plan/Program. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to. a. All employees and other persons who may be affected thereby; b All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and c. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury, or loss to any property referred to in paragraph "a" or "b" above caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor, (except damage or loss attributable to the fault of the Drawings or Specifications or to the acts or omissions of the Owner or Engineer or any employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor). The Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as the work is completed and the Engineer has issued a notice to the Owner and the Contractor that the work is acceptable. 22. The Contractor shall designate a responsible member of his organization at the site whose duties shall be the prevention of accidents along with implementing and maintain safety requirements on the Project. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner Emergencies. 23 In emergencies affecting the safety or protection of persons or the work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. The Contractor shall give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-12 Shop Drawings and Samples: 24. 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, which 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 25 The Contractor shall also submit to the Engineer for review with such promptness as to cause no delay in 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. 26 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. 27 The Engineer will review with reasonable promptness 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 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 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. 28 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. 29 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 Continuing the Work. 30 The Contractor shall carry on the work and maintain the progress schedule during all disputes or disagreements with the Owner No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Contractor and Owner may otherwise agree in writing. Indemnification: 31 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and Engineer and their agents and employees from and against all claims, damages, losses and expenses including but not limited to attorney's fees arising out of or resulting from the performance of the work, provided that any such claims, damage, loss, or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission 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, regardless of whether or not it is caused in part by a party indemnified hereunder G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-13 32. In any and all claims against the Owner or Engineer or any of their agents or employees by any employee of the Contractor, and Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Section 7 7.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts 33. The obligations of the Contractor under Section 7 7.31 shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications 7.8 WORK BY OTHERS 1. The Owner may perform additional work related to the Project by himself, or have additional work performed by utility service companies, or let other direct contracts therefore which shall contain General Conditions similar to these. The Contractor shall afford the utility service companies and the other Contractors who are parties to such direct contracts (or the Owner, if the Owner is performing the additional work with the Owner's employees) reasonable opportunity for the introduction, storage of materials, equipment and the execution of work, and shall properly connect and coordinate his work with theirs 2. If any part of the Contractors work depends on proper execution or results upon the work of any such other Contractor or utility service company (or the Owner), the Contractor shall inspect and promptly report to the Engineer in writing any patent or apparent defects or deficiencies in such work that render it unsuitable for such proper execution and results The Contractor's failure to so report, shall constitute an acceptance of the other work as fit and proper for integration with the Contractor's Work except for latent or non -apparent defects and deficiencies in the other work. 3 The Contractor shall do all cutting, fitting, and patching of his work that may be required to make its several parts come together properly and integrate with such other work. The Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Engineer and the others whose work will be affected. 4 If the performance of additional work by other Contractors or utility service companies or the Owner was not noted in the Contract Documents, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves additional expense to the Contractor or requires an extension of the Contract Time, the Contractor may make a claim therefore as provided in Section 7.12 and 7.13. 7.9 OWNER'S RESPONSIBILITIES 1. The Owner shall issue all communications to the Contractor through the Engineer 2 In case of termination of the employment of the Engineer, the Owner shall appoint an Engineer against whom the Contractor makes no reasonable objection, and whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment shall be subject to arbitration. 3. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments to the Contractor promptly after they are due as provided in Sections 7 15.4 and 7 15.13. 4. The Owners and Engineers duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in Sections 7.5.1 and 7.5.4 respectively. Section 7 6.2 refers to the Owners identifying and making available to the Contractor copies of reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by the Engineer in preparing the Drawings and Specifications G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.Docx 7-14 5. The Owner's responsibilities in respect to purchasing and maintain liability insurance is set forth in Section 7 6 3. 6 In connection with the Owner's rights to request changes in the work in accordance with Section 7 11, the Owner, especially in certain instances as provided in Section 7 11 4, is obligated to execute Change Orders 7 The Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Section 7.14. 8 In connection with the Owner's right to stop work or suspend work, see Sections 7 14.10 and 7 16 1. Section 7 16.2 deals with the Owner's right to terminate services of the CONTRACTOR under certain circumstances 7.10 ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative: 1 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 Visit to Site. 2. The Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed work and to determine, in general, if the work is proceeding in accordance with the Contract Documents. The Engineer's efforts will be directed toward providing for the Owner a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and on-site observation as an experienced and qualified design professional, the Engineer will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work. Clarifications and Interpretations. 3 The Engineer will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings of otherwise) as the Engineer may determine necessary, which shall be consistent with or reasonable inferable from the overall intent of the Contract Documents If the Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, the Contractor may make a claim therefore as provided in Section 7 12 or Section 7 13 All request for information (RFI) shall be submitted on the supplied RFI form. Unacceptable work. 4. The Engineer shall have the authority to declare work either acceptable or unacceptable, and shall also have authority to require special inspection or testing of the work as provided in Section 7.14 9, whether or not the work is fabricated, installed, or completed Shop Drawings, Change Orders and Payments. 5 In connection with the Engineer's responsibility for Shop Drawings and samples, see Sections 7 7.24 through 7 7.29 inclusive. 6. In connection with the Engineer's responsibilities as to Change Orders, see Sections 7 11, 7.12, and 7.13 7 In connection with the Engineer's responsibilities in respect of Applications for Payment, etc., see Section 7 15 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications Docx 7-15 Project Representation. 8. The Engineer will furnish Resident Project Representatives to assist the Engineer in observing the performance of the work. Decisions on Disagreements: 9 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 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 other party to the Agreement within fifteen (15) days of the occurrence of the event giving rise thereto, and written supporting data will be submitted to the Engineer and the other party within forty-five (45) days of such occurrence unless the Engineer allows and 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. 10. The rendering of a decision by the Engineer pursuant to Section 7 10 9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in Section 7.15 16) 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. Limitations on Engineer's Responsibilities: 11 Neither the Engineer's authority to act under this Section 7.10 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, and Subcontractor, manufacturer, fabricator, supplier, or distributor, or any of their agents or employees or any other person performing any of the work. 12. 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 requirements, 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 the provisions of Section 7.10 13 or 7.10.14. 13 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. 14 The Engineer will not be responsible for the acts or omissions of the Contractor or Subcontractor, or any other persons at the site or otherwise performing and of the work. 7.11 CHANGES IN THE WORK 1. Without invalidating the Agreement, the Owner may, at any time or from time to time, order additions, deletions or revisions in the work; these will be authorized by Change Orders. Upon receipt of a Change Order, the Contractor shall proceed with the work involved All such work shall be executed under the applicable conditions of the Contract Documents. If any Change Order G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-16 causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Section 7 12 or Section 7 13 on the basis of a claim made by either party. 2. The Engineer may authorize minor changes in the work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents These may be accomplished by a Field Order, and shall be binding on the OWNER, and also on the Contractor who shall perform the change promptly If the Contractor believes that a Field Order justifies an increase in the Contract Price or Contract Time, the Contractor may make a claim therefore as provided in Section 7.12 or Section 7 13 3 Additional work performed without authorization of a Change Order will not entitle the Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Section 7 7.23 and except as provided in Sections 7 11.2 and 7 14 9. 4. The Owner shall execute appropriate Change Orders prepared by the Engineer covering changes in the work which are required by the Owner, or required because of unforeseen physical conditions or emergencies, or because of uncovering work found not to be defective, or as provided in Sections 7 12 9 or 7.12 10, or because of any other claim of the Contractor for a change in the Contract Time or the Contract Price which is recommended by the Engineer 5. If notice of any change affecting the general scope of the work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be the Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the OWNER. 7.12 CHANGE OF CONTRACT PRICE 1 The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price 2. The Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to the Owner and Engineer within fifteen (15) days of the occurrence of the event giving rise to the claim. Notice of the amount of claim with supporting data shall be delivered with the claim unless the Engineer allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by the Engineer if the Owner and Contractor cannot otherwise agree on the amount involved Any change in the Contract Price resulting from any such claims shall be incorporated in a Change Order. Claims with wording such as "Cost at this time cannot be identified" or "reserving the right to assess costs at a later date" shall be accepted. 3. The value of any work covered by a Change Order or of any claims for an increase or decrease in the Contract Price shall be determined in one of the following ways a. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved, subject to the provisions of Section 7 10.9. b By mutual acceptance of a lump sum. c. On the basis of the Cost of the work (determined as provided in Section 7 12 4 and 7 12 5) plus a Contractor's Fee for overhead and profit (determined as provided in Section 7.12 6) Cost of the Work. 4 The term Cost of the work 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 G:\PROJECTS\2011 \11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-17 Project, shall include only the following items and shall not include any of the costs itemized in Section 7.12 5. a. 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 shall be apportioned on the bases on their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's 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 or Sunday or legal holidays shall be included in the above to the extent authorized by the Owner. b. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufactures' 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. c. 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. d. 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. e. Supplemental costs including the following: i The proportion of necessary transportation, travel, and subsistence expense of the Contractor's employees incurred in discharge of duties connected with the work. ii. 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 which remain the property of the Contractor. iii 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 pgrts shall cease when the use thereof is no longer necessary for the work. iv. Sales, use of similar taxes related to the work, and for which the Contractor is liable, imposed by any governmental authority. v. Deposits lost for causes other than the Contractor's negligence, royalty payments, and fees for permits and licenses. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Speafcations.Docx 7-18 vi 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 required reconstruction and the Contractor is placed in charge thereof, the Contractor shall be paid for services a fee proportionate to that stated in Section 7 12 6 vii. The cost of utilities, fuel, and sanitary facilities at the site viii Minor expense such as telegrams, long distance telephone calls, telephone service at the site, expressage, and similar petty cash items in connection with the work. ix. Cost of premiums for additional bonds and insurance required because of changes in the work. 5. The term Cost of the work 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 Section 7 12 4, 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 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, and 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 of general expense costs of any kind and the costs of any item not specifically and expressly included in Section 7.12.4. Contractor's Fee. 6 The Contractor's Fee allowed to the Contractor for overhead and profit shall be determined as follows a A mutually acceptable fixed fee, or if none can be agreed upon G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specificalions.Docx 7-19 b. A fee based on the following percentages of the various portions of the Cost of the work: i. For costs incurred under Sections 7.12.4 paragraph "a" and 7.12.4 paragraph "b", the Contractor's Fee shall be fifteen percent (15%) ii For costs incurred under Section 7.12.4 paragraph "c", 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 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 Section 7.12 4 paragraph "d", 7 12.4 paragraph "e" and 7.12.5 7. 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. Adjustment of Unit Prices: 8 Whenever the cost of any work is to be determined pursuant to Section 7.12 4 and 7.12.5, the Contractor will submit in a form acceptable to the Engineer an itemized cost breakdown together with supporting data 9. 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 Paragraph 40-02 of the FAA GENERAL PROVISIONS. Cash Allowance: 10. 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 many be acceptable to the Engineer Upon final payment, the Contract Price shall be adjusted as required and in appropriate Change Order issues. 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. 7.13 CHANGE OF THE CONTRACT TIME 1. The Contract Time may only be changed by a Change Order. Any claim for an extension on the Contract Time shall be based on written notice delivered to the Owner and Engineer within fifteen (15) days of the occurrence of the event giving rise to the claims Notice of the extent of the claim with supporting data shall be delivered with the claim unless the Engineer allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by the Engineer if the Owner and Contractor cannot otherwise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. Claims with wording such as "impact to the Schedule cannot be identified at this time" or "reserving the right to assess schedule impacts at a later date" shall not be accepted. 2. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if a claim is made therefore as provided in Section 7.13.1. Such delays shall include, but not be limited to, acts or neglect by the Owner or others performing additional work as contemplated by Section 7 8, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-20 3. All time limits stated in the Contract Documents are of essence to the Agreement. The provisions of this Section 7 13 shall not exclude recovery for damages (including compensation for additional professional services) for delay by either party 7.14 WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee. 1. The Contractor warrants and guarantees to the Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective for one (1) year after the date of project acceptance by the Owner. Prompt notice of all defects shall be given to the Contractor. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Section 7.14 Access to Work. 2. The Engineer and Engineer's representatives, other representatives of the Owner, testing agencies, and governmental agencies with jurisdictional interest will have access to the work at reasonable time for their observation, inspection, and testing The Contractor shall provide proper and safe conditions for such access Test and Inspections: 3. The Contractor shall give the Engineer timely notice of readiness of the work for all required inspections, tests or approvals 4 If any law, ordinance, rules, regulations, code, or order of any public body having jurisdiction requires any work (or part thereof) to specifically be inspected, tested or approved, the Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish the Engineer the required certificates of inspection, testing or approval. The Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with the Owner's or Engineer's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment submitted for approval prior to the Contractor's purchase thereof for incorporation in the work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by the Owner unless otherwise specified. 5 All inspections, tests or approvals other than those required by law, ordinance, rule, regulation, code, or order of any public body having jurisdiction shall be performed by organizations acceptable to the Owner and Contractor, or by the Engineer if so specified 6 If any work that is to be inspected, tested or approved is covered without written concurrence of the Engineer, if must, if requested by the Engineer, be uncovered for observations. Such uncovering shall be at the Contractor's expense unless the Contractor has given the Engineer timely notice of the Contractor's intention to cover such work and the Engineer has not acted with reasonable promptness in response to such notice. 7. Neither observations by the Engineer nor inspections, tests or approvals by others shall relieve the Contractor from his obligations to perform the work in accordance with the Contract Documents Uncovering work: 8. If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for the Engineer's observation and replaced at the Contractor's expense. 9 If the Engineer considers it necessary or advisable that covered work be observed by the Engineer or inspected or tested by others, the Contractor, at the Engineer's request, shall uncover, expose or otherwise make available for observation, inspection, or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, the Contractor shall bear all material and equipment. If it is found G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-21 that such work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation to the Owner for additional professional services, and an appropriate deductive Change Order shall be issued If, however, such work is not found to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection testing and reconstruction if he makes a claim therefore as provided in Section 7 12 and 7.13. OWNER Mav Stop the Work: 10 If the work is defective, the Contractor fails to supply sufficient skilled workmen, suitable materials, or equipment, the Owner may order the Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the Owner to stop the work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other party. Correction or Removal of Defective Work: 11. If required by the Engineer, the Contractor shall promptly, without cost to the Owner and as specified by the Engineer, either correct any defective work, whether or not fabricated, installed, or completed, or, if the work has been rejected by the Engineer, remove it from the site and replace it with non -defective work. One Year Correction Period. 12. If within one (1) year after the date of Acceptance by Owner or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, the Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instructions, either correct such defective work, or if it has been rejected by the Owner, remove it from the site and replace it with non -defective work. If the Contractor does not promptly comply with the terms of such instruction, or in an emergency where delay would cause serious risk of loss or damage, the Owner may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by the Contractor Acceptance of Defective Work: 13 If, instead of requiring correction or removal and replacement of defective work, the Owner (and, prior to Engineer's recommendation of final payment, also the Engineer) prefers to accept it, the Owner may do so. In such case, if acceptance occurs prior to the Engineer's recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Contract Price. If the acceptance occurs after such recommendation, an appropriate amount shall be paid by the Contractor to the Owner Owner May Correct Defective Work: 14 If the Contractor fails within a reasonable time after written notice of the Engineer to proceed to correct defective work or to remove and replace rejected work as required by the Engineer in accordance with Section 7.14.11, or if the Contractor fails to perform the work in accordance with the Contract Documents (including any requirements of the progress schedule), the Owner may, after seven (7) days of the Engineer 's written notice to the Contractor, correct and remedy any such deficiency In exercising his rights under this paragraph the Owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the Owner may exclude the Contractor from all or part of the site, take possession of all or part of the work; suspend the Contractor's services related thereto; take possession of the Contractor's tools, appliances, construction equipment, and machinery at the site; and incorporate in the work all materials and equipment stored at the site for which the Owner has paid the Contractor but which are stored elsewhere. The Contractor shall allow the Owner, Owner's representatives, agents, and employees such access to the site as may be necessary to enable the Owner to exercise his rights G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-22 under this paragraph. All direct and indirect costs of the Owner in exercising such rights shall be charged against the Contractor in an amount verified by the Engineer, and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Contract Price Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and all costs or repair and replacement of work of others destroyed or damaged by correction, removal or replacement of the Contractor's defective work. The Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the work attributable to the exercise by the Owner and the Owner's rights hereunder 7.15 PAYMENTS TO CONTRACTOR AND COMPLETION Schedules. 1 At least ten (10) days prior to submitting the first Application for a progress payment, the Contractor shall submit to the Engineer a progress schedule, a final schedule of Shop Drawing submission and where applicable a schedule of values of the work. These schedules shall be satisfactory in form and substance to the Engineer The schedule of values shall include quantities and unit prices aggregating the Contract Price, and shall subdivide the work into component parts in sufficient detail to serve as the basis for progress payments during construction Upon acceptance of the schedule of values by the Engineer, it shall be incorporated into a form of Application for Payment acceptable to the Engineer Application for Progress Payment: 2. At least ten (10) days before each progress 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 the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents and also as the Engineer may reasonably require If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitable 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 of the Contractor stating that all previous progress payments received on account of the work have been applied to discharge in full all the Contractor's obligations reflected in prior Applications for Payment. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Contractor's Warranty of Title. 3 The Contractor warrants and guarantees that title to all work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the Owner at the time of payment free and clean of all liens, claims, security interests, and encumbrances, hereafter in these General Conditions referred to as "Liens " Review of Applications for Progress Payment: 4 The Engineer will, within ten (10) 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. 5 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, G \PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-23 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 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 onsite 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 money 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. 6. 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 Section 7.15 13 have been fulfilled. 7. 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: a. The work is defective, or completed work has been damaged requiring correction or replacement, b Written claims have been made against the Owner or Liens have been filed in connection with the work. c The Contract Price has been reduced because of Modifications, d. The Owner has been required to correct defective work or complete the work in accordance with Section 7.14 14 e. Of the Contractor's unsatisfactory prosecution of the work in accordance with the Contract Documents, or f. Of the Contractor's failure to make payment to subcontractors, or for labor, materials or equipment. Substantial Completion: 8. When the Contractor considers the entire work ready for its intended use the Contractor shall, in writing to the Owner and Engineer, certify that the entire work is substantially complete and request that the Engineer issue a certificate of Substantial Completion. With a reasonable time thereafter, the Owner, Contractor, and Engineer shall make an inspection of the work to determine the status of completion. If the Engineer does not consider the work substantially complete, the Engineer will notify the Contractor in writing giving his reasons therefore. If the Engineer considers the work substantially complete, the Engineer will prepare and deliver to the Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. The Owner shall have seven (7) days after receipt of the tentative certificate during which he may make written objection to the Engineer as to any provisions of the certificate or attached list. If, after considering such objections, the Engineer concludes that the work is not substantially complete, the Engineer will within fourteen (14) days after submission of the tentative certificate to the Owner notify the Contractor in writing, stating his reasons therefore. If, after consideration of the Owner's objections, the Engineer considers the work substantially complete, the Engineer will within said fourteen (14) days execute and deliver to the Owner and the Contractor a definitive certificate of Substantial Completion, with a revised tentative list of items to be completed or corrected, reflecting G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-24 such changes from the tentative certificate as he believe justified after consideration of any objections from the Owner At the time of delivery of the tentative certificate of Substantial Completion the Engineer will deliver to the Owner and Contractor a written recommendation as to division of responsibilities pending final payment between the Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities, and insurance Unless the Owner and Contractor agree otherwise in writing and so inform the Engineer prior to his issuing the definitive certificate of Substantial Completion the Engineer's aforesaid recommendation will be binding on the Owner and Contractor until final payment. 9 The Owner shall have the right to exclude the Contractor from the work after the date of Substantial Completion, but the Owner shall allow the Contractor reasonable access to complete or correct items on the tentative list. Partial Utilization: 10 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 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 the Owner and Contractor for security, operations, 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 Section 7 6 12 in respect of property insurance Final Inspection. 11 Upon written notice from the Contractor that the work is complete, the Engineer will make a final inspection with the Owner and Contractor and will notify the Contractor in writing of all particulars in which this inspection reveals that the work is incomplete or defective. The Contractor shall immediately take such measures as are necessary to remedy such deficiencies. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-25 Final Application of Payment: 12. After the Contractor has completed all such corrections to the satisfaction of the Engineer and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked -up record documents and other documents, all as required by the Contract Documents, and after the Engineer has indicated that the work is acceptable subject to the provisions of Section 7.15 16, the Contractor may make application for final payment following the procedure for progress payments The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents and such other data and schedules as the Engineer may reasonable require, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the work. In lieu thereof and as approved by the Owner, the Contractor may furnish receipts or releases in full; an affidavit of the Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, the Contractor may furnish a Bond or other collateral satisfactory to the Owner to indemnify the Owner against any Lien. Final Payment and Acceptance: 13. If, on the basis of the Engineer's observation of the work during construction and final inspection, and the Engineer's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, the Engineer is satisfied that the work has been completed and the Contractor has fulfilled all of his obligations under the Contract Documents, the Engineer will, within ten (10) days after receipt of the final Application for Payment, indicate in writing his recommendation of payment and present the Application to the Owner for payment, indicate in writing his recommendation of payment and present the Application to the Owner for payment. Thereupon the Engineer will give written notice to the Owner and Contractor that the work is acceptable subject to the provisions of paragraph 7.15.16 Otherwise, the Engineer will return the Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, the Owner shall, within thirty (30) days after receipt thereof pay the Contractor the amount recommended by the Engineer. 14. If, through no fault of the Contractor final completion of the work is significantly delayed thereof and if the Engineer so confirms, the Owner shall, upon receipt of the Contractor's final Application for Payment and recommendation of the Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the work fully completed and accepted If the remaining balance to be held by the Owner for work not fully completed or corrected is less than the retainage stipulated in the Agreement and if Bonds have been furnished as required in paragraph 7 6 1, the written consent of the Surety to the payment of the balance due for that portion of the work fully completed and accepted shall be submitted by the Contractor to the Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Contractor's Continuing Obligation. 15 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, nor the issuance of a certificate of Substantial Completion, nor any payment by the Owner to the Contractor under the Contract Documents, nor any use or occupancy of the work or any part thereof by the Owner, nor any act of acceptance by the Owner nor any failure to do so, nor the issuance of a notice of acceptability by the Engineer pursuant to Section 7 15.3, nor any correction of defective work by Owner shall constitute an acceptance of work not in accordance with the Contract Documents or a release of the Contractor's obligation to perform the work in accordance with the Contract Documents. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-26 Waiver of Claims. 16. The making and acceptance of final payment shall constitute. a A waiver of all claims by the Owner against the Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Section 7 15 11. or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it shall not constitute a waiver by the Owner of any rights in respect of the Contractor's continuing obligations under the Contract Documents, and b A waiver of all claims by the Contractor against the Owner other than those previously made in writing and still unsettled 7.16 SUSPENSION OF WORK AND TERMINATION Owner Mav Suspend Work: 1. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to the Contractor and Engineer which shall fix the date on which work shall be resumed. The Contractor shall resume the work on the date so fixed The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefore as provided in Sections 7 12 and 7.13. Owner May Terminate: 2. Upon the occurrence of any one or more of the following events: a If the Contractor is adjudged bankrupt or insolvent; b. If the Contractor makes a general assignment for the benefit of creditors; c If a trustee or receiver is appointed for the Contractor or for any of the Contractor's property d. If the Contractor files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws, e. If the Contractor repeatedly fails to supply sufficient skilled workers or suitable materials or equipment; f. If the Contractor repeatedly fails to make prompt payments to Subcontractors or for labor, materials, or equipment; g. If the Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction; h If the Contractor disregards the authority of the Engineer; or i. If the Contractor otherwise violates in any substantial way any provisions of the Contract Documents. The Owner may after giving the Contractor and his Surety sever (7) days written notice, terminate the services on the Contractor, exclude the Contractor from the site and take possession of the work and all the Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which the Owner has paid the G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-27 Contractor but which are stored elsewhere, and finish the work as the Owner may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the work, including compensation for additional professional services, such excess shall be paid to the Contractor If such costs exceed such unpaid balance, the Contractor shall pay the difference to the Owner. Such costs incurred by the Owner, shall be verified by the Engineer and incorporated in a Change Order, but in finishing the work the Owner shall not be required to obtain the lowest figure for the work performed. 3. Where the Contractor's services have been so terminated by the Owner, the termination shall not affect any rights of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the Owner will not release the Contractor from liability. 4 Upon seven (7) days written notice to the Contractor and Engineer, the Owner may, without cause and without prejudice to any other right or Contractor remedy, elect to abandon the work and terminate the Agreement. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable termination expenses. Contractor May Stop Work or Terminate: 5. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Engineer fails to act on any Application for Payment within thirty (30) days after it is submitted, or the Owner fails for sixty (60) days to pay the Contractor any sum finally determined by the Engineer to be due, then the Contractor may, upon seven (7) days written notice to the Owner and Engineer, terminate the Agreement and recover from the Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if the Engineer has failed to act on the Application for Payment or the Owner has failed to make any payment as aforesaid, the Contractor may upon seven (7) days written notice to the Owner and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve the Contractor of his obligations to carry on the work in accordance with the progress schedule and without delay during disputes and disagreements with the Owner. 7.17 ARBITRATION 1. 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 which have been waived by the making or acceptance of final payment as provided by Section 7 15 16, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the America Arbitration Association then pertaining subject to the limitation of this Section 7.17 This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Section 7.17 will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction 2. 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 Section 7 10 9 shall be made until the earlier of (1) the date on which the Engineer has rendered a decision 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) days after the date on which the Engineer has rendered a written decision in respect thereof in accordance with Section 7.10.9; and the failure to demand arbitration within said thirty (30) days 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 superseded the arbitration proceedings, except where the decision is acceptable to the parties concerned. 3 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-28 information. The demand for arbitration shall be made within the thirty (30) day period specified in Section 7.17.2 where applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and 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. 4. 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: a 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 b Such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and c 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. 5. 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) 7.18 MISCELLANEOUS Giving Notice 1 Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice Computation of Time 2. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such a day shall be omitted from the computation General. 3 Should the Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such injury or damage 4 The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon the Contractor and all of the rights and remedies available to the Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. G:\PROJECTS\2011\ 11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-29 Source of Materials: 5. The source for all materials required for the Project shall be arranged for by the Contractor at his expense. All testing for sources approval shall be by a recognized testing laboratory and paid for by the Contractor Access to Existing Facilities: 6 At no time shall any existing facility be denied access for any length of time unless approved by the Owner. Water for Construction: 7 The Contractor shall make all arrangements and pay for all associated costs to provide water for construction Weekly Project Meetings: 8 The Contractor shall attend weekly project meetings with the Engineer and Owner The time, day, and place shall be set at the Pre -Construction Conference The Contractor shall be prepared to discuss the status of the schedule, submittals, RFI's, and any project related issues. Personnel 9. The Owner or its designate reserves the right to dismiss any Contractor, Subcontractor, or any other personnel determined to be detrimental to the progress of the project. Scale Verification Checks 10. Scale verification tests shall be conducted 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 P-401 Plant Mix Bituminous Pavements. Scale verification checks shall be in accordance with Section 1-09.2(5) of the WSDOT Standard Specifications. In addition, the Contractor's scale person shall conduct daily platform scale checks and prepare and submit "Scaleman's Daily Report" in accordance with Section 1-09.2(1) of the WSDOT Standard Specifications. 7.19 CONTRACTOR QUALITY CONTROL PROGRAM The Contractor is directed to provide a Quality Control Program (QCP) in accordance with FAA General Condition Section 100 All costs associates with the QCP shall be borne by the Contractor and included in the price of other items or work. The Engineer has contracted with Intermountain Materials Testing, Inc. (IMT) to provide independent Quality Assurance. The Contractor shall not use IMT for Quality Control. END OF SECTION 7 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 7-30 SECTION 8 - FEDERAL CONTRACT CLAUSES G:\PRO,JECTS\2011\11049\Specifications\ 2015-10-19 Alpha Taxiway Specifications.docx 8-1 ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows A. Timetables B. Goals for minority participation for each trade (Vol. 45 Federal Register pg 65984 10/3/80) C. Goals for female participation in each trade (6.9%) These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally -assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed With regard to this second area, the contractor is also subject to the goals for both federally funded and non -federally funded construction regardless of the percentage of federal participation in funding. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4 3(a), and its efforts to meet the goals. The hours of minority and female employment and training 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 contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, 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 [insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any]. AFFIRMATIVE ACTION PLAN The Department of Labor is responsible for administering the Executive Order 11246, which contains requirements for an Affirmative Action Plan. This Plan is similar in content and requirements to the affirmative action plan required in 49 CFR Part 152 subpart e. 49 CFR Part 152 applied to grants issued under the Airport Development Aid Program, which was replaced by the Airport Improvement Program. G:\PROJECTS\2011\11049\ Specifications 12015-10-19 Alpha Taxiway Specifications.docx 8-2 BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. 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 G:\PROJECTSt2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-3 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 (1) or the letter „X„ E 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. 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) G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-4 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specihcahons.docx 8-5 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. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein, structures or improvements thereon In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. 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 Statutes 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 Acts and the Regulations, 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 Non-discrimination 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 Acts, Regulations, 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-6 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 Clauses for Deeds Transferring United States Property (Source Appendix B of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration) CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein from the United States pursuant to the provisions of the Airport Improvement Program grant assurances NOW, THEREFORE, the Federal Aviation Administration as authorized by law and upon the condition that the (Title of Sponsor) will accept title to the lands and maintain the project constructed thereon in accordance with (Name of Appropriate Legislative Authority), for the (Airport Improvement Program or other program for which land is transferred), and the policies and procedures prescribed by the Federal Aviation Administration of the U S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Code of Federal Regulations, U S Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally -assisted programs of the U.S Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.0 § 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the (Title of Sponsor) all the right, title and interest of the U S Department of Transportation/Federal Aviation Administration in and to said lands described in (Exhibit A attached hereto or other exhibit describing the transferred property) and made a part hereof (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto (Title of Sponsor) and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the (Title of Sponsor), its successors and assigns. The (Title of Sponsor), in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]" (2) that the (Title of Sponsor) will use the lands and interests in lands and interests in lands so conveyed, in compliance with all requirements imposed by G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-7 or pursuant to Title 49, Code of Federal Regulations, U S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally -assisted programs of the U S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended[, and (3) that in the event of breach of any of the above-mentioned non-discrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said land, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the Federal Aviation Administration and its assigns as such interest existed prior to this instruction].* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI ) Title VI Clauses for Transfer of Real Property Acquired or Improved Under the Activity, Facility, or Program (Source: Appendix C of Appendix 4 of FAA Order 1400 11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration) CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the (Title of Sponsorl pursuant to the provisions of the Airport Improvement Program grant assurances A. The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the case of deeds and leases add "as a covenant running with the land"] that: 1. In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a Federal Aviation Administration activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Nondiscrimination Acts and Regulations listed in the Pertinent List of Nondiscrimination Authorities (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Nondiscrimination covenants, (Title of Sponsor) will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.* C. With respect to a deed, in the event of breach of any of the above Nondiscrimination covenants, the (Title of Sponsor) will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the (Title of Sponsor) and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI ) Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility or Program (Source Appendix D of Appendix 4 of FAA Order 1400 11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration) G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-8 CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by (Title of Sponsor) pursuant to the provisions of the Airport Improvement Program grant assurances A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, "as a covenant running with the land") that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the List of Pertinent Nondiscrimination Authorities. B With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above nondiscrimination covenants, (Title of Sponsor) will have the right to terminate the (license, permit, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.* C With respect to deeds, in the event of breach of any of the above nondiscrimination covenants, (Title of Sponsor) will there upon revert to and vest in and become the absolute property of (Title of Sponsor) and its assigns * (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 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 • 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); G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-9 • 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) CLEAN AIR AND WATER POLLUTION CONTROL Contractors and subcontractors agree: 1 That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities, 2 To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. O:\ PROJECTS \2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-10 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2 Violation; Liability for Unpaid Wages, Liquidated Damages In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above 3. Withholding for Unpaid Wages and Liquidated Damages The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may 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 above 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 section COPELAND "ANTI -KICKBACK" ACT The United States Department of Labor Wage and Hours Division oversees the Copeland "Anti -Kickback" Act requirements All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. DAVIS-BACON REQUIREMENTS 1 Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-11 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. (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. G:\PROJECTS\2011\11049\Specifications\ 2015-10-19 Alpha Taxiway Specifcations.docx 8-12 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 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, G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-13 (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 work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-14 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. 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 contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1). G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-15 (iii) The penalty for making false statements is prescribed in the U S Criminal Code, 18 U.S.C. 1001. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) 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.11www.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 tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. DISADVANTAGED BUSINESS ENTERPRISES 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 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 (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than {specify number} days from the receipt of each payment the prime contractor receives from {Name of recipient} The prime contractor agrees further to return retainage payments to each subcontractor within {specify the same number as above} 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 {Name of Recipient). This clause applies to both DBE and non -DBE subcontractors. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). EQUAL OPPORTUNITY CLAUSE 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-16 (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications a. "Covered area" means the geographical area described in the solicitation from which this contract resulted, b "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U S Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin), (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race), (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands), and G:\PROJECTS\2011\11049\Specifications12015-10-19 Alpha Taxiway Spectfications.docx 8-17 (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4 5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7 The contractor shall take specific affirmative actions to ensure equal employment opportunity The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-18 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 contractor's efforts to meet its obligations. e Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor The contractor shall provide notice of these programs to the sources compiled under 7b above f Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations, by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed g Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter h Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications docx 8-19 m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18 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 18.7a through 18 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9 A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin 11 The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12 The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 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, G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-20 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). FEDERAL FAIR LABOR STANDARDS ACE (FEDERAL MINIMUM WAGE) Requirement Federal Agency with Enforcement Responsibilities Federal Fair Labor Standards Act (29 USC 201) U S Department of Labor — Wage and Hour Division 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 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 CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, 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 which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-21 1 t t a 1 1 1 1 1 or any other reason The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 Requirement Federal Agency with Enforcement Responsibilities Occupational Safety and Health Act of 1970 (20 CFR Part 1910) U S Department of Labor — Occupational Safety and Health Administration RIGHTS TO INVENTIONS All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. TERMINATION OF CONTRACT a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. ' b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made, but no amount will be allowed for anticipated profit on unperformed services. i 1 c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2 of this clause. e The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. TRADE RESTRICTION CLAUSE 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 or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-22 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 the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 VETERAN'S PREFERENCE 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 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. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 8-23 SECTION 9 -'TECHNICAL SPECIFICATIONS G:1PROJECTSi2O11 i i 1049iSpeciticatiors\2Q 5-i C --i 9 Alpha Taxiway SpeciticatIons,Uocx 9-1 1. GENERAL REQUIREMENTS A. SCOPE OF WORK The location of the work is Yakima Air Terminal, Yakima, Washington. The City of Yakima - Yakima Air Terminal — A.I P PROJECT NO. 3-53-0089-33/36/37, Alpha Taxiway Rehabilitation provides for work generally described as follows: This project consists of the rehabilitation and widening of Alpha Taxiway and runway connectors by profile planing and removing approximately 125,550 square yards of existing asphalt pavement, excavating approximately 18,500 cubic yards existing material, installing approximately 28,850 tons aggregate base, and approximately 30,700 tons bituminous surface course; installation of approximately 79 new airfield signs and bases; removal of existing taxiway lighting system and installation of a new LED taxiway lighting system including new electrical regulator; installation of approximately 306,700 square feet of new paint markings; and associated work. The above work will be accomplished in four schedules of work: Schedule A for all Alpha Taxiway Improvements from the north edge of Runway 9/27 to the north Alpha Taxiway Safety Area line, Schedule B for all work from the north Alpha Taxiway Safety Area line to the non -movement boundary line; Schedule C for all airfield sign improvements outside the Schedule A and B areas; and Schedule D for all painting improvements outside Schedule A and B areas. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, these Specifications, and referenced codes and organizations. 1 Airport Security: During the course of the Contract, the Contractor shall be responsible for maintaining security against unauthorized access to the airport permitted by his operations. The Contractor will be held responsible for any fines, damages, or civil penalties filed against the Yakima Air Terminal for the Contractor's failure to maintain the regulations set forth herein. The Contractor shall be fully responsible for compliance by himself and all of his employees with the airport security program and following regulations and orders of the airport management. These regulations may affect identification of employees, movement around the airport, parking, entry, and other circumstances affecting the safety or protection of persons or property. For the purpose and intent of these regulations, Air Operations Area (AOA) is construed to mean all area within the Airport's perimeter security fence. Only Contractor's employees are permitted in the work sites. The term "gate" used herein shall mean any controlled, securable opening in the security fence. The Contractor must enter and exit the air operations area only through the designated gates Deliveries to work sites will be controlled by the Contractor or, if applicable, a security guard who will record name and license of driver, vehicle license, and times in and out. The Contractor shall keep the gates locked and secured at all times when not in use. No personnel or equipment may enter the Taxiway, Taxiway Safety Area, or the Taxiway Object Free Area (OFA) unless permission is obtained from the Engineer or Airport Management, and then only with proper Air Traffic Control Tower (ATCT) approval Within the Air Operations Area, all equipment, vehicle, and personnel travel shall be restricted to designated work sites. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-2 Only vehicles used for construction purposes shall enter the Air Operations Area Contractor personnel shall park their vehicles outside the airport perimeter fence. 2 Layout of the Work: Both the Engineer and Contractor shall provide construction staking as outlined in these specifications. Stakes damaged or destroyed by the Contractor's operations will be replaced by the Engineer at the cost of the Contractor The cost will be computed on an hourly basis at the Engineer's standard fee schedule 3. Airport Operations Active aircraft operations will be in effect on Runways, taxiways, and apron areas. At the conclusion of each day's activities, all equipment shall be moved to the designated staging area shown on the Plans, and traffic control for nighttime staging shall be established 4 Completion Time: All items of Contract work shall be complete within the time period specified in the "Proposal" and the "Contract." 5. Environmental Codes and Regulations: The Contractor shall comply with provisions of federal, state, and local statutes, ordinances, and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the project. If the Contractor must undertake additional work due to the enactment of new or the amendment of existing statutes, ordinances, and regulations dealing with the prevention of the successful bid, the Owner will issue a supplemental agreement setting forth the additional work that must be undertaken. The supplemental agreement shall not invalidate the Contract and there shall be, in addition to a reasonable extension of Contract time, if necessary, a reasonable adjustment in the Contract price to compensate the successful bidder for all costs and expenses incurred, including overhead and profits, as a result of the additional work. 6 Testing All quality control tests called for in the Specifications or deemed necessary by the Engineer will be performed by the Contractor or its authorized representative approved by Engineer, at the Contractor's expense. In the event test results do not meet the Specifications, any cost for re -testing as may be required by the Engineer shall be paid for by the Contractor All acceptance sampling and testing will be performed by the Engineer at the Yakima Air Terminal's expense In the event test results do not meet the specification, any cost for re- sampling and re -testing as may be required by the Engineer shall be paid for by the Contractor 7. Contractors Staging Area and Plant Site: An area at the Airport Facility, as determined by the Owner, will be set aside on the airport property for the Contractor's use as a staging area for men, equipment, and materials The Contractor shall obtain all necessary building permits and operating licenses from local governmental agencies The Engineer will define the actual location in the field The Contractor may install his own security fence. The area and haul routes shall be restored to their original condition at the conclusion of the work. 8 Disposal of Material: The Contractor shall be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, debris, waste material, asphalt material, and any other objectionable material which is directed to waste by the Engineer 9. Site Investigation and Representation: The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, uncertainties of weather, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters required to perform the work. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-3 The Contractor warrants, as a result of his examination and investigation of all the aforesaid data, that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner 10 Information on Site Conditions: All information obtained by the Owner regarding site conditions, subsurface information, ground water elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the airport office upon request. Such information is offered as supplementary information only. The Owner does not assume any responsibility for the completeness or interpretation of such supplementary information. 11 Subsurface and Site Information: Information derived from inspection of test results, of topographic maps, or from Plans showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such addi- tional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. The submission of a proposal shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents. 12. Underground Utilities: Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Plans It is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown Those shown are for the convenience of the Contractor only, and no responsibility is assumed by the Owner for their accuracy or completeness It shall be the Contractor's responsibility to verify the location of existing utilities prior to construction. Where construction is required around communication or power lines, hand digging shall be required 13 Fire Prevention and Protection: The Contractor shall perform all work in a fire -safe manner. The Contractor shall comply with applicable local and state fire prevention regulations. 14. Temporary Water: No potable water supply is immediately available at the work site. The Contractor shall make his own arrangements for obtaining water and pay all costs for same 15. Temporary Electric Power: No electric power is immediately available at the work site The Contractor shall make arrangements for electric power for use during the construction period until final acceptance by the Owner, and pay all costs for same 16. Sanitary Facilities: The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractor's employees that will comply with the regulations of the local and state departments of health B. GENERAL CONSTRUCTION RESPONSIBILITIES AND PROCEDURES 1. Safety Plan Compliance Document: The Contractor shall provide the required Safety Plan Compliance Document as outlined in Section 21 of the construction Safety and Phasing Plan (see Appendix). 2. Site Restoration and Cleanup* Upon completion of the project, all areas used by the Contractor in connection with the work shall be properly cleared of all temporary structures, rubbish, and waste materials and properly graded to drain and blend in with the abutting property. G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 9-4 3. Haul Routes and Maintenance: The Contractor shall abide by prevailing legal load limit regulations when hauling over airfield pavements, or City or County roads The Contractor shall perform all necessary maintenance of haul routes during construction and shall perform all work as necessary to restore the routes used by his equipment to their original condition at the conclusion of construction. New construction haul roads shall be obliterated and original vegetation re-established at the conclusion of use. Existing roadways, parking areas, and taxi- ways shall be patched or overlaid as necessary to restore them. All maintenance and restoration work shall be completed to the Yakima Air Terminal Manager's satisfaction before final payment is awarded This maintenance and restoration work will be considered incidental to the other work items and no additional compensation will be made to the Contractor 4 Responsibility for Damage to Existing Structures: Where any existing structures or facilities which are intended to remain are damaged by the Contractor during demolition or construction, the Contractor shall promptly repair or replace the damaged portion or facility at no additional cost to the Owner 5. Storage of Materials: Materials shall be so stored as to ensure the preservation of their quality and fitness of the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the owner or lessee 6. Cleanup: The Contractor shall at all times during the work keep the premises clean and orderly He shall promptly remove all waste materials and rubbish All directions from the Engineer and other authorized public officials having jurisdiction over health and safety shall be obeyed Areas to be opened up to aircraft and vehicle operations shall be swept thoroughly clean with power broom equipment. Any debris resisting sweeping shall be removed by hand labor or other suitable means. Upon completion of the work, all materials, equipment, and appurtenances not required as a part of or appurtenant to, the completed structure or facility shall be completely removed from the Owner's property. C WORK PROGRESS SCHEDULE 1 Scope: The work specified in this subsection includes planning, scheduling, and reporting that is required to be performed by the Contractor. 2. Coordination Meetings: Coordination meetings may be held on a weekly basis or more often if necessary, to communicate work efforts between the Airport Management, the Engineer, and the Contractor. The Resident Engineer will schedule the meetings, with Contractor attendance required. 3 Method: A critical path or bar graph type schedule shall be submitted to the Engineer for review and approval by the apparent low bidder within five (5) calendar days after Notice of Award When the schedule has been approved, the Contractor shall submit five (5) copies of this schedule 4 Schedule Requirements: Distinct items of Contract work shall be defined and separated on the schedule. As a minimum, the work items shall include each Contract pay item, mobilization, demobilization, and cleanup. Pay items that are partially subcontracted shall be split up to distinctly show the subcontracted work. These items of work shall be plotted on a graph with calendar day's duration as a horizontal reference. Anticipated start and finish dates for each work stage, and for each of the work items within a stage, shall be shown. The project name, the Contractor's name, and the date of the schedule submittal shall be clearly shown on the submittal. G:\ PROJECTS\ 2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-5 5. Progress Reports: At the end of each month, the Contractor shall submit a summary report of the progress of the various scheduled work items stating for each item the existing time status, estimated time of completion, and cause of delays, if any. If the work is behind the previously submitted schedule, the Contractor shall submit an updated schedule and a written plan acceptable to the Engineer for bringing the work up to schedule. Updated schedules will be used by the Engineer in compiling partial payments and no such computations will be made until the reports have been received and approved by the Engineer The Engineer may request reports to be made on a more frequent schedule if he considers the completion date to be in jeopardy because of activities behind schedule or for other valid reasons. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-6 2. MOBILIZATION A. DESCRIPTION This item shall consist of preparatory work and operations including, but not limited to 1 Those necessary for the movement of personnel, equipment, supplies and incidentals to the project site, 2 Constructing access routes, entrances, and staging area(s) to the project site, 3 For the establishment of offices, buildings and other facilities necessary for work on the project; 4 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; 5 Final project site restorations not paid for under items in the Bid Proposal. Mobilization cost for subcontracted work shall be considered to be included in the contract unit price bid by the prime CONTRACTOR. B. BASIS OF PAYMENT Payment of mobilization will be made at the contract unit price per lump sum for Mobilization The amounts to be allowed for mobilization in the partial payment to be made under the contract will be made as follows. 1 When 5 percent of the total schedule contract amount is earned from other bid items, 50 percent of the amount bid for mobilization, or 5 percent of the total contract amount, which is least, less normal retainage, will be paid. 2. When 10 percent of the total schedule contract amount is earned from other bid items, 100 percent of the amount bid for mobilization, or 10 percent of the original contract amount, whichever is least, less normal retainage, will be paid. 3 Upon completion of all work on the project, payment of any amount bid for mobilization in excess of 10 percent of the total contract amount will be paid G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-7 3. AIRPORT SAFETY - TEMPORARY FLAGGING, MARKING, AND SIGNING A. SCOPE This Specification outlines safety procedures and regulations to be followed by the Contractor during the course of this work. This item shall consist of furnishing, installing, and removing temporary marking, signing, lighting, and barricades required during the course of this work. It shall also include furnishing sufficient flagmen for traffic control All work shall be in conformance with FAA requirements and guidelines, the "Manual of Uniform Traffic Control," and the Construction Safety and Phasing Plan shown in Appendix. B REGULATIONS FOR CONTRACTORS IN OPERATING AREAS For the purpose and intent of these regulations, Aircraft Operation Areas (AOA) are construed to mean all areas within the Airport's perimeter security fence. The airport will remain in operation during the course of the Contract work. The following operating regulations shall be adhered to at all times The Contractor shall indoctrinate all of his personnel and subcontractors on these regulations. 1. All vehicles and equipment in aircraft operations area to display emergency flashers, headlights, and amber rotating beacon. 2. No personnel or equipment may enter the Taxiway, Taxiway Safety Area, or the Taxiway Object Free Area (OFA) unless permission is obtained from the Engineer or Airport Management, and then only with proper Air Traffic Control Tower (ACTC) approval 3. No vehicle shall pass in front of taxiing aircraft. 4. Normally, work will be permitted in the Aircraft Operation Area only during daylight hours If an emergency situation requires work at night, the Contractor shall notify the Engineer as far in advance as possible and obtain clearance from him before proceeding to work. During night operations, each vehicle shall be equipped with an omni -directional amber flashing light mounted on the roof of the cab. Headlights, tail lights, and flashers shall be used for all activities during these hours. 5. At the end of each work day, all equipment and other obstructions shall be moved away from the runways and taxiways to Contractor staging areas. Work shall be allowed between the hours of 5 00 a m. and 10.00 p.m. on work days, and comply with all restrictions due to commercial flights. 6 Workmen who are on foot shall wear orange safety vests at all times. The Contractor shall assign one person the exclusive task of coordinating the Contractor's activities on the field with the Engineer, Airport Personnel, and ATCT This person shall be responsible for warning all Contractor employees of approaching aircraft and gaining ATCT approval for personnel, vehicles, and equipment movements on the Taxiway, Safety Area, or OFA. 7. All accidents shall be reported immediately to the Engineer 8 In the event of an emergency, men and equipment shall be moved immediately at the direction of the Engineer, Airport personnel, and/or FAA Control Tower. 9. The Contractor shall be responsible for ensuring that flight operations areas are kept free of construction debris, equipment, and/or materials that might endanger or be ingested by an aircraft. Mechanical sweepers shall be required. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-8 C AIRPORT ACCESS AND SECURITY 1 Access to the project will be allowed through security gates designated by the Engineer The security gates may be of two types; (1) electronically controlled and actuated by keypad or (2) are of the padlock type requiring manual opening and closing 2. The Contractor will be allowed to have a pre -determined gate(s) remain open during working hours, provided a security guard is stationed at the gate A security guard shall be posted at all times when the access gate to the Owner provided access is open to allow passage of Contractor and subcontractor vehicles and equipment. 3 The Contractor shall provide the names and pertinent information of all employees that will require access to the Owner for their use in performing a background check. All Contractor employees and those of all subcontractors that will perform services for this project are required to have a background check through the Owner's appointed representative a Any individual who does not clear the background check to the satisfaction of the Owner will not be allowed to perform any services nor be allowed within Owner secured areas. b It is the Contractor's responsibility to provide all necessary information required for a background check to the Owner prior to NOTICE TO PROCEED. The Contractor shall contact the Owner for background check requirements no later than thirty (30) days prior to the NOTICE TO PROCEED c. The Contractor shall take full responsibility for anyone who does not clear the background check by providing competent individual (s) to take their place d. No additional time will be given to the Contractor for procuring or replacement of any individual that should not clear the background check. e If during the contract, an employee of the Contractor or subcontractor is found to violate any regulations, rules, or protocols of either the Federal Aviation Administration, TSA, or the Yakima Air Terminal then the individual is to be dismissed from all contract work, be escorted from airport property, and shall not be allowed to return until all contract work is completed. 4 The Contractor shall provide the names of all employees including subcontractor's requiring access to the project site. This site access list will be provided to the gate security person for verifications 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. A copy shall be submitted to the Engineer. The Owner and Engineer will provide names to be included on the list for project access. 5. The Contractor shall erect a temporary security sign at the entrance gate(s) to the project site. The sign shall be removed at the conclusion of the project and become the property of the Contractor. D. TEMPORARY FLAGGING, MARKING, AND SIGNING 1. Flagging: The Contractor shall furnish flagmen for control of traffic near the work areas Flagmen are to be trained in airport procedures prior to assuming their control duties. 2. Barricades Lighted barricades shall be placed around perimeters of construction areas The barricades shall be firmly anchored against overturning from wind or prop wash. Spacing between barricades shall not exceed 25 feet. All construction areas adjacent to active ramps, taxiways or runways shall use airport low -profile barricades constructed of high impact, uv - resistant polyethylene including alternating orange/white high reflective tape and self- powered red lights All construction areas not adjacent to active aircraft areas may use 30 -inch high G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-9 plastic cylindrical barricades as specified in the current manual on Uniform Traffic Control Devices for Streets and Highways published by the U.S. Department of Transportation Federal Highway Administration. Flashing yellow lights shall be placed next to each plastic barricade during nighttime hours. a. Barricades and flashers shall be installed as shown on the plans for the taxiway and Runway construction phasing safety. b All barricades and lights shall be maintained by the Contractor during the project. c. The Contractor shall have personnel available 24 hours per day to maintain barricades, flashers and all other safety items The personnel and telephone number(s) shall be provided to the Owner and Engineer at the Pre -Construction Meeting. d. Twelve (12) low profile barricade units including flags and lights shall become property of the Yakima Air Terminal upon completion of the project.. 3. Traffic Control Plans: shall be submitted for approval for all traffic revisions. All traffic control personnel shall be certified in accordance with Section 1-10 of the WSDOT Standard Specifications. Traffic control plans shall be submitted no later than five (5) working days in advance of the day the need for traffic control, and in no case shall begin work activity on the project until the traffic control plan has been approved. The Contractor shall not make claim for delay based upon failure to provide the Engineer within five (5) working days the plan(s) to review, comment, and approve or request revisions E RADIO COMMUNICATIONS The Contractor shall furnish six (6) portable radios for communicating with the Yakima Air Traffic Control Tower. These radios shall be for the use of on-site representatives as follows: three (3) for prime Contractor; three (3) for Owner's Engineer. The Contractor shall have one person with Air Traffic Control Tower radio contact at all times while in the Aircraft Operations Area (AOA). F. PAYMENT Payment will be made for "Temporary Flagging, Marking and Signing," per lump sum, for all labor, tools, equipment, and materials necessary to furnish and install the described temporary flagging, marking, and signing, and provide flagmen as shown on the Plans and specified herein. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-10 4. CONSTRUCTION STAKING A. SCOPE The intent of this section is to define the staking services provided by the Engineer and to set forth the responsibilities of the Contractor regarding the use and maintenance of said stakes. All staking and surveying not specifically listed in this section will be the responsibility of the Contractor (see also Section 50-06 of the FAA General Provisions). All grades checking and transferring of lines and grades from the Engineer's stakes will be the Contractor's responsibility. B NOTIFICATION All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed, the approximate location (station to station), and when the staking will be required The request shall be reviewed with the Engineer, and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. C. CONTROL STAKES Control stakes which are reference points for all construction work will be conspicuously marked. It shall be the responsibility of the Contractor to inform his employees and his subcontractors of their importance and the necessity for their preservation The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. The Owner will furnish the following Construction Staking. 1. Horizontal and Vertical Control 2. Centerline Control for Taxiways and Connectors 3 Airport Control Area Delineation a. Runway Safety Area (RSA) b. Object Free Area (OFA) c Non -movement Line Boundary d. Construction Phases 4 Temporary and Final Pavement Markings 5. Sign Locations G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-11 CONSTRUCTION STAKING REQUEST FORM Project: YAKIMA AIR TERMINAL Project No. 11049C ALPHA TAXIWAY REHABILITATION. Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days' notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME. 1. 2. 3. 4. SIGNATURES STAKING COMPLETED Huibregtse, Louman Associates, Inc. (HLA) Contractor Item By .Date/Time 1. 2 4, >:1PROJECTSi2011111049;Specifications;2015-10-19 Alpha Taxiway Spesilications.docx 9-12 D. RESTAKING Stakes or reference marks in paragraph C above will be set one time only. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him E. CHECKING SERVICE Should occasion arise where the validity of a stake is questionable, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the Engineer, who will check the stake or stakes in question. It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished by the Engineer Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade Any such variation shall, upon discovery, be reported to the Engineer In the absence of such report, the Contractor shall be liable for any error in alignment or grade F. MEASUREMENT AND PAYMENT There will be no separate measurement or payment for Construction Staking or Surveying Services, and all costs for performance of this work shall be incidental to other items of work. G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.docx 9-13 5. PROJECT CLOSEOUT A. GENERAL The Engineer shall prepare a punchlist when notified by the Contractor that work is completed Failure of the Engineer to include any items on the punchlist does not alter the responsibility of the Contractor to complete work in accordance with Contract Documents. The Contractor shall deliver all items called for herein and under various Specification sections to Engineer at completion of work. B. REQUIREMENTS The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to physical completion a.Certified Payrolls b Material Acceptance Certification Documents c. Final Contract Voucher Certification d Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e. Property owner releases Project Record/As-Built Drawings As the job progresses, the Contractor shall keep at the project site an accurately marked job set of Contract Documents showing all changes and deviations from the original drawings These shall be available to the Engineer (Note Above requirement shall not be construed as authorization to make changes in work or layout without definite instructions in each case.) Upon completion of the project and before final payment, the Contractor shall transfer all deviations and changes indicated on the project set to one new set of Contract Documents to be provided by the Contractor. After incorporating the information, this set shall be forwarded to the Engineer Cleanup Upon completion of the project and prior to final payment, the Contractor shall restore the work area to a satisfactory condition as determined by the Engineer. All materials, equipment, and appurtenances not required as a part of or appurtenant to the completed project shall be removed from the project site and legally disposed of All slop over from construction operations and the scattering of unused materials shall be removed The work site shall be graded smooth to established grade or, if no grade is established, to a neat uniform condition as determined by the Engineer Closeout: The Contractor shall furnish all items required for acceptance and final payment as designated in Section 90-09 "Acceptance and Final Payment" and in the Supplementary Conditions before final payment will be released. C. MEASUREMENT AND PAYMENT There will be no separate measurement or payment for Project Closeout and all costs associated for completion of this item shall be incidental to other items of work. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-14 I I I I I I I I I I I I I 1 I I I I I Item P-101 Surface Preparation DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings EQUIPMENT 101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT a. Concrete: The existing concrete to be removed shall be freed from the pavement to remain unless jackhammers are used for the complete removal This shall be accomplished by line drilling or sawing through the complete depth of the slab 1 ft inside the perimeter of the final removal limits or outside the load transfer devices, whichever is greater. In this case, the limits of removal would be located on joints If line drilling is used, the distance between holes shall not exceed the diameter of the hole. The pavement between the perimeter of the pavement removal and the saw cut or line -drilled holes shall be removed with a jackhammer. Where the perimeter of the removal limits is not located on the joint, the perimeter shall be saw cut 2 in in depth or 1/4 the slab thickness, whichever is less. Again, the concrete shall be line drilled or saw cut the full depth of the pavement 6 in inside the removal limits. The pavement inside the saw cut or line shall be broken by methods suitable to the Contractor; however, if the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the airport owner. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Any damage shall be repaired by the Contractor at no expense to the airport owner. b. Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset 1 ft from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. 101-3.2 PREPARATION OF JOINTS AND CRACKS All joints and cracks in bituminous and concrete pavements to be overlaid with asphaltic concrete shall be cleaned of joint and crack sealer, debris, and vegetation. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. If vegetation is a problem a soil sterilant shall be applied Cracks and joints wider than 3/8 in shall be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in Table 1. Table 1 Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No 50 25-42 No. 100 15-30 No. 200 10-20 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-15 Up to 3% cement can be added to accelerate the set time The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured into the joints or cracks or shall be placed in the joint or crack and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 in of the surface Any material spilled outside the width of the joint shall be removed from the surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the surface and vegetation in the joints need to be removed. 101-3.3 REMOVAL OF PAINT AND RUBBER. All paint and rubber over 1 ft wide that will affect the bond of the new overlay 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 in 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 in areas indicated in this specification or shown on the plans. This specification shall not be used for removal of rubber deposits to improve skid resistance or obliterate traffic markings where a new overlay is not to be constructed. 101-3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. a. Repair of Concrete Spalls in Areas to be overlaid with Asphalt: The Contractors shall repair all spalled concrete as shown on the plans or as directed by the Resident Engineer. The perimeter of the repair shall be sawed a minimum of 1 in deep or shall be cut with approved tools to this depth The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshall stability of 1,200 lbs and maximum flow of 20. The material shall be compacted with equipment approved by the Resident Engineer until the material is dense and no movement or marks can be noted. The material shall not be placed in lifts over 4 in in depth. This method of repair applies only to pavement to be overlaid b. Asphaltic Concrete Pavement Repair: The failed areas shall be removed as specified in paragraph 101-3.1b All failed material including surface, base course, subbase course, and subgrade shall be removed The base course and subbase shall be replaced if it has been infiltrated with clay, silt, or other material affecting the load-bearing capacity. Materials and methods of construction shall comply with the other applicable sections of this specification. 101-3.5 COLD PLANING. a. Patching: The machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain The machine shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled. The area shall be laid out with straightedges in increments of 1 ft widths. The area to be milled shall cover only the failed area Any excessive area that is milled because the Contractor doesn't have the appropriate machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, Grade Correction, or Surface Correction: The machine shall have a minimum width of 10 feet. It shall be equipped with electronic grade control devices on both sides that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall be capable of discharging the millings in a truck or leaving them in a defined windrow METHOD OF MEASUREMENT 101-4.1 MEASUREMENT. G:\ PROJECTS\ 2011\11049\Specifications \2015-10-19 Alpha Taxiway Specifications.docx 9-16 a. General: If there is no quantity shown in the bidding schedule, the work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under the other contract items. Only accepted work will be measured. b. Pavement Removal: The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. c. Joint and Crack Repair: The unit of measurement for joint and crack repair shall be the linear foot of joint. d. Paint and Rubber Removal: The unit of measurement for paint and rubber removal shall be the square foot. e. Spall and Failed Asphaltic Concrete Pavement Repair: (1) The unit of measure for concrete spall repair shall be the number of square feet. The average depth of the patch shall be agreed upon by the Contractor and the Resident Engineer. The quantity shall be divided in the following categories: (a) 0 to 4 in in average depth (b) 4 to 8 in in average depth (c) Greater than 8 in in average depth (2) The unit of measure for failed asphaltic concrete pavement shall be as follow. (a) Asphaltic concrete sq yd (b) Base course sq yd (c) Subbase course square yd (d) Subgrade sq yd f. Cold Planing: The unit of measure for cold planing shall be the number of square yards The average depth of the cold planing shall be determined by the Engineer and the Contractor prior to accomplishment of the work. When surface correction is required, if the initial cut doesn't correct the condition, the Contractor shall re -plane the area and will be paid only once for the total depth of planning. The quantity shall be divided into the following categories: (a) 0 to 2 in (b) 0 to 3 in (c) 0 to 4 in (d) 0 to 5 in (e) 0 to 6 in BASIS OF PAYMENT 101-5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified hereinbefore. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF ITEM P-101 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-17 Item SP -150 Water for Construction DESCRIPTION 150-1.1 This item shall consist of furnishing and applying water required in the compaction of trench and structure backfill, dust control and for other purposes in accordance with the requirements of these specifications or as directed by the ENGINEER. SOURCE 150-2.1 The CONTRACTOR shall make arrangements for, and pay all costs connected with, the supply of water Fire hydrants are located within close proximity of the YAKIMA AIR TERMINAL. The CONTRACTOR shall make arrangements with the City of Yakima Water Department and pay all related costs prior to use of hydrants or water Fill equipment shall meet the requirements of the City of Yakima Water Department. CONSTRUCTION METHODS 150-3.1 Water, when required, shall be applied at the locations, in the amounts and during the hours, including nights, as directed by the ENGINEER. The equipment used for watering shall be of ample capacity and of such design as to assure uniform application of water in an amount directed by the ENGINEER. BASIS OF PAYMENT 150-4.1 Payment for water will be included in the various contract unit prices in the bid proposal Payment shall include all costs in connection with supplying, hauling and placing water on the project required for compaction of embankments, trench, and structure backfill, subgrades, subbases, base course, dust control and other purposes. This shall also include dust control for all staging areas, haul routes and accesses for the project. END OF ITEM SP -150 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-18 Item P-151 Clearing and Grubbing DESCRIPTION 151-1.1 This item shall consist of clearing or clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Engineer. Clearing shall consist of the cutting and removal of all trees, stumps, brush, logs, hedges, the removal of fences and other loose or projecting material from the designated areas. The grubbing of stumps and roots will not be required. Clearing, when so designated, shall consist of the cutting and removal of isolated single trees or isolated groups of trees. The cutting of all the trees of this classification shall be in accordance with the requirements for the particular area being cleared, or as shown on the plans, or as directed by the Engineer. The trees shall be considered isolated when they are 40 feet (12 m) or more apart, with the exception of a small clump of approximately five trees or less. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of strips, pavements, or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing by burning or otherwise. CONSTRUCTION METHODS 151-2.1 GENERAL. The areas denoted on the plans to be cleared or cleared and grubbed shall be staked on the ground by the Engineer The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations All spoil materials removed by clearing or by clearing and grubbing shall be disposed of by burning, when permitted by local laws, or by removal to approved disposal areas. When burning of material is permitted, it shall be burned under the constant care of competent watchmen so that the surrounding vegetation and other adjacent property will not be jeopardized Burning shall be done in accordance with all applicable laws, ordinances, and regulations Before starting any burning operations, the Contractor shall notify the agency having jurisdiction. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry that cannot be used in construction, and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits at his/her own expense, he shall obtain and file with the Engineer, permission in writing from the property owner for the use of private property for this purpose. If the plans or the specifications require the saving of merchantable timber, the Contractor shall trim the limbs and tops from designated trees, saw them into suitable lengths, and make the material available for removal by other agencies Any blasting necessary shall be done at the Contractor's responsibility, and the utmost care shall be taken not to endanger life or property The removal of existing structure and utilities required to permit orderly progress of work shall be accomplished by local agencies, unless otherwise shown on the plans Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-19 the Contractor shall advise the Engineer who will notify the proper local authority or owner and attempt to secure prompt action 151-2.2 CLEARING. The Contractor shall clear the staked or indicated area of all objectionable materials Trees unavoidably falling outside the specified limits must be cut up, removed, and disposed of in a satisfactory manner. In order to minimize damage to trees that are to be left standing, trees shall be felled toward the center of area being cleared. The Contractor shall preserve and protect from injury all trees not to be removed The trees, stumps, and brush shall be cut to a height of not more than 12 in (300 mm) above the ground The grubbing of stumps and roots will not be required When isolated trees are designated for clearing, the trees shall be classed in accordance with the butt diameter size as measured at a point 18 in (45 cm) above the ground level or at a designated height specified in the proposal. Fences shall be removed and disposed of when directed by the Engineer. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a designated location if the fence is to remain the property of a local owner or of a civic authority 151-2.3 CLEARING AND GRUBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet (105 cm) in depth are to be made outside of paved areas In cases where such depth of embankments is to be made, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off within 6 in (150 mm) above the ground and allowed to remain Tap roots and other projections over 1 '/2 in (37 mm) in diameter shall be grubbed out to a depth of at least 18 in (45 cm) below the finished subgrade or slope elevation Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials there from shall be disposed of either by burning or otherwise removed from the site The remaining or existing foundations, wells, cesspools, and all like structures shall be destroyed by breaking out or breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material that cannot be used in backfill shall be removed and disposed of The holes or openings shall be backfilled with acceptable material and properly compacted All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Item P-152 The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. METHOD OF MEASUREMENT 151-3.1 There shall be no specific measurement for Clearing and Grubbing When isolated trees are designated for clearing, the quantities of trees, as determined in accordance with ranges of butt diameter size, measured at a point 18 in (45 cm) above the ground level at the tree, shall be paid for according to the schedule of sizes as follows. The number of trees From 0 to 2-1/2 feet (75 cm), butt diameter From 2-1/2 to 5 feet (75 to 150 cm), butt diameter For 5 feet (150 cm) or more, butt diameter BASIS OF PAYMENT 151-4.1 Payment shall be made at the contract unit price per lump sum for clearing and grubbing. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-20 Payment will be made under: Item P-151-4.1 Clearing and grubbing, P-151, per Lump Sum END OF ITEM P-151 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-21 Item P-152 Excavation 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 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 the following items 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope 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. 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 pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 in (100 mm), in order 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 shall, at his/her own expense, 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 elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for 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 of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-22 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 as 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 for rehandling as specified in paragraph 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 turfing shall be excavated to a minimum depth of 12 in (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for unclassified excavation The excavated area shall be refilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected 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. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, 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 for at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6 in and to a density of not less than 95 percent of the maximum density as determined by ASTM D 1557. The material to be compacted shall be within +/- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). If nuclear density machines are to be used for density determination, the machines shall be calibrated in accordance with ASTM D 6938. The nuclear equipment shall be calibrated using blocks of materials with densities that extend through a range representative of the density of the proposed embankment material (See attached Section 120 of the General Provisions for additional guidance with nuclear density testing) The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 in (100 mm) in their greatest dimension will not be permitted in the top 6 in (150 mm) of the subgrade The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope 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 will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property All damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting operations. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-23 Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approval This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any The maximum explosive charge weights per delay included in the plan shall not be increased without the approval of the engineering The Contractor shall keep a record of each blast fired -its date, time and location, the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 cm) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 in (150 mm) This area shall then be compacted as indicated in paragraph 2.6. When the height of fill is greater than 4 feet (120 cm), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans 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 in (200 mm) in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water Sufficient equipment to furnish the required water shall be available at all times Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 cubic yards of material placed per layer Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-24 Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 1557. Under all areas to be paved, the embankments shall be compacted to a depth of 6 in and to a density of not less than 95 percent of the maximum density as determined by ASTM D 1557 On all areas outside of the pavement areas, no compaction will be required on the top 4 in (100 mm). The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill, as placement progresses, 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 in (100 mm) in their greatest dimensions will not be allowed in the top 6 in (150 mm) of the subgrade Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material 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 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 (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations 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 has been substantially completed the full width shall be conditioned by removing any soft or other unstable material that will not compact properly. The resulting areas and all other low areas, holes or depressions 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 take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer G:\PROJECTS\2011\11049\Specifications\2015.10-19 Alpha Taxiway Specifications.docx 9-25 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved No payment will be made separately or directly for hauling on any part of the work. 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 16 ft (4 8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 in (12 mm), or shall not be more than 0 05 ft (0 015 m) from true grade as established by grade hubs or pins Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 ft (0 03 m) 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 proper and final section of finished construction, the material shall be stockpiled at approved locations Stockpiles shall not be placed within 250 feet of runway pavement or 100 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment. 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 as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation " METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed 152-3.2 For payment specified by the cubic yard (cubic meter), 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 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1 0 ft (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0 5 ft (0 15 meter) G:\PROJECTS\2011\ 11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-26 BASIS OF PAYMENT 152-4.1 For "Unclassified Excavation, Incl. Haul, P-152" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item Payment will be made under: Item P-152-4 1 Unclassified Excavation, Incl. Haul, P-152 -per cubic yard TESTING REQUIREMENTS ASTM D 698 ASTM D 1556 ASTM D 1557 ASTM D 2167 ASTM D 6938 Test for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5 5 - pound (2.49 kg) Rammer and 12 in (305 mm) Drop Test for Density of Soil In Place by the Sand -Cone Method Test for Laboratory Compaction Characteristics of Soil Using Modified Effort Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method. In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-27 Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, Portland Cement Concrete, bituminous concrete, or other materials that will adequately control erosion 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing, grading, construction, paving, and structures at watercourses The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-28 exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage, that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Coritractor during the construction period Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 There will be no separate measurement for this item of work. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4 1 will be incidental to other units of work. Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05 END OF ITEM P-156 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.docx 9-29 Item P-209 Crushed Aggregate Base Course DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregates 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 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls Fine aggregate passing the No 4 (4 75 mm) sieve shall consist of fines from the operation of crushing the coarse aggregate. 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 requirements for wear and soundness specified for coarse aggregate 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 (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29. The coarse aggregate portion, defined as the material retained on the No 4 (4 75 mm) sieve and larger, shall contain no more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 4791 and shall have at least 100 percent by weight of particles with at least two fractured faces. This material must exhibit a remolded soaked CBR minimum of 100 per ASTM D1883. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 to count as two fractured faces The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131 The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88 The fraction passing the No 40 (0 42 mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318 The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. a. Sampling and Testing Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements Certified test results shall be less than 6 months old Samples of aggregates to check gradation shall be taken by the Engineer at least two per lot. The lot will be consistent with acceptable sampling for density The samples shall be taken from the in- place, compacted material. Sampling shall be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and ASTM C 117. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-30 I I I I I I I I I I I I I I I I I I I b. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design range indicated in Table 1, when tested in accordance with ASTM C 117 and ASTM C 136. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material by weight of particles smaller than 0 02 mm shall be 3 percent when tested in accordance with ASTM D 422. Table 1 Require Sieve Size Design Range Percentage by Weight Job Mix Tolerances Percent 2 in (50 0 mm) 100 0 1-1/2 (37 0 mm) 95-100 +/- 5 1 in (25 0 mm) 70-95 +/- 8 3/4 in (19.0 mm) 55-85 +/- 8 No. 4 (4.75 mm) 30-60 +/- 8 No. 30 (0.60 mm) 12-30 +/- 5 No. 200 (0 075 mm) 0-5 +/- 3 The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. The fraction of the final mixture that passes the No 200 (0.075 mm) sieve shall not exceed 60 percent of the fraction passing the No. 30 (0.60 mm) sieve CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 209-3.3 PLACING The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer shall be 6 in (150 mm). If the total depth of the compacted material is more than 6 in (150 mm), it shall be constructed in two or more layers. In multi -layer construction, the base course shall be placed in approximately equal -depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 2 percentage points above, the optimum moisture content as determined by ASTM D 1557 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 where it is not expected to exceed 2400 sq yd (2000 sq m). A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 sq yd (2000 and 4000 sq m). G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-31 Each lot shall be divided into two equal sublots One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 1557 The in-place field density shall be determined in accordance with ASTM D 1556 or D 2167 If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gauge in accordance with ASTM D 6938 The gauge should be field calibrated in accordance with Section 120 and ASTM standards Calibration tests shall be conducted on the first lot of material placed that meets the density requirements When using the nuclear method ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards The calibration checks shall be made at the beginning of a job and at regular intervals. If a nuclear gauge is used for density determination, two random readings shall be made and averaged for each sublot. 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 in (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at least 3 in (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled 209-3.7 SURFACE TOLERANCES The finished surface shall not vary more than 3/8 in (9 mm) when tested with a 16 ft (4 8 m) straightedge applied parallel with or at right angles to the centerline Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 in (12 mm) of the design thickness. Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3 5. Each lot shall be divided into four equal sublots One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than 1/2 in (12 mm), the Contractor shall correct such areas at no additional cost by excavating to the required depth and replacing with new material Additional test holes may be required to identify the limits of deficient areas 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that 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 to be paid for will be determined by measurement of the number of tons of material actually constructed and accepted by the Engineer as complying with the plans and specifications G:\PROJECTS\2011111049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-32 BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per ton 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, P -209 -per ton TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75 pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Degradation of Small -Size Coarse Aggregate by abrasion and impact in the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM D 75 Sampling Aggregate ASTM D 422 Particle Size Analysis of Soils ASTM D 693 Crushed Aggregate for Macadam Pavements ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5 - lb (2.49 -kg) Rammer and 12 in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 6938 ASTM D 3665 ASTM D 4318 In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods Random Sampling of Construction Materials Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P-209 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-33 Item P-401 Plant Mix Bituminous Pavements DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without natural sand or other inert finely divided mineral aggregate. The portion of combined materials retained on the No 4 (4 75 mm) sieve is coarse aggregate The portion of combined materials 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 adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C 131 The sodium sulfate soundness loss shall not exceed 10 percent, or the magnesium sulfate soundness loss shall not exceed 13 percent, after five cycles, when tested in accordance with ASTM C 88 Aggregate shall contain at least 70 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces Fractured faces shall be obtained by crushing. The aggregate shall not contain more than a total of 8 percent, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D 4791 with a value of 5 1 Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot (1 12 mg/cubic meter) when tested in accordance with ASTM C 29. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, 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 and shall contain no clay balls. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318 Clay lumps and friable particles shall not exceed 0.3 percent by weight when tested in accordance with ASTM C-142. Clay ironstone, claystone, mudstone, and siltstone shall not exceed 0.2 percent when tested per ASTM C-295 Clay ironstone is defined as an impure variety of iron carbonate, iron oxide, hydrous iron oxide, or combination thereof, commonly mixed with clay, silt, or sand Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification The fine aggregate shall not contain more than 15 percent natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318 The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D 2419 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-34 c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 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 D 242. 401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements: Asphalt cement binder shall conform to [AASHTO M320 Performance Grade (PG) 70-28. Test data indicating grade certification shall be provided by the supplier at the time of delivery of each load to the mix plant. Copies of these certifications shall be submitted to the Engineer The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer 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). Aggregate Quality Tests. (4). Percent fractured faces. b. Fine Aggregate. (1) Liquid limit. (2) Plasticity index. (3) Sand equivalent. c. Mineral Filler. d. Bituminous Material. Test results for bituminous material 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 bituminous plant mix shall be composed of a mixture of well - graded aggregate, filler and anti -strip agent if required, and bituminous material 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. No bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The bituminous mixture shall be designed using procedures contained in Chapter 5, Marshall Method of Mix Design, of the Asphalt Institute's Manual Series No. 2 (MS - 2), Mix Design Methods for Asphalt Concrete, sixth edition. ASTM D 6926 and ASTM D 6927 shall be used The manual hammer in ASTM D 6926 shall be used for the mix design procedure. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-35 The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 401-5.2b The criteria is based on a production process which has a material variability with the following standard deviations: Stability = 270 lb Flow (0 01 in) = 1 5 in Air Voids = 0 65% If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow and air voids 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 D 4867, shall not be less than 75 Anti -stripping agent shall be added to the asphalt, as necessary, to produce a TSR of not less than 75. If an anti -strip agent is required, it will be provided by the Contractor at no additional cost to the Owner. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of paving operations and shall include 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, viscosity or penetration grade, and type of modifier if used. d. Number of blows of hammer compaction per side of molded specimen e. Mixing temperature. f. Compaction temperature. g. Temperature of mix when discharged from the mixer. h. Temperature -viscosity relationship of the asphalt cement. i. Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. 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 job mix formula was developed 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 job mix formula requirements specified in Tables 1, 2, and 3 When the project requires asphalt mixtures of differing aggregate gradations, a separate job mix formula and the results of job mix formula verification testing must be submitted for each mix. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-36 1 A 1 1 1 1 1 The job mix formula 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 job mix formula must be submitted within 10 days and approved by the Engineer in writing before the new material is used. After the initial production job mix formula has been approved by the Engineer and a new or modified job mix formula is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified job mix formula 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 job mix formula. Table 1. Marshall Design Criteria Test Property Pavements Designed for Aircraft Gross Weights of 60,000 Lb or More or Tire Pressures of 100 PSI or More Number of blows 75 16% Stability, pounds (Newtons) minimum 2150 (9564) 15% Flow, 0.01 in. (0.25 mm) 10-16 14% Air voids (%) 2.8 — 4.2 13% Percent voids in mineral aggregate, minimum Table 2. See Table 2. Minimum Percent Voids In Mineral Aggregate Maximum Particle Size Minimum Voids in Mineral Aggregate % in 12 5 mm 16% 3/4 in 19.0 mm 15% 1 in 250mm 14% 1 % in 37 5 mm 13% The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and C 117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-37 The maximum size aggregate used shall not be more than one-half of the thickness of the course being constructed except where otherwise shown on the plans or ordered by the Engineer Table 3 Aggregate - Bituminous Pavements Sieve Size Percentage by Weight Passing Sieve 1 1/2 in (37.50 mm) 100 1 in (25 0 mm) 86-98 3/4 in (19 0 mm) 68-93 1/2 in. (12 5 mm) 57-81 3/8 in (9 5 mm) 49-69 No. 4 (4 75 mm) 34-54 No 8 (2 36 mm) 22-42 No 16 (1 18 mm) 13-33 No 30 (0 60 mm) 8-24 No 50 (0 30 mm) 6-18 No. 100 (0.15 mm) 4-12 No 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 4 5-7 0 Slag _ 5 0-7 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 Manual Series No. 2 (MS -2), Chapter 3. 401-3.3 RECYCLED ASPHALT CONCRETE. Recycled HMA shall consist of reclaimed asphalt pavement (RAP) shall not be permitted on this project. 401-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of bituminous mixture according to the job mix formula The amount of mixture 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 cold joint is an exposed construction joint at least 4 hours old or whose mat has cooled to less than 185 °F 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 401-6.3 The test section shall be divided into equal sublots As a minimum the test section shall consist of 3 sublots The test section shall be considered acceptable if; 1) stability, flow, mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action limits specified in paragraphs 401-6 5a and 5b, and 3) the voids in the mineral aggregate are within the limits of Table 2. The test section shall be considered acceptable if the average mat density of the test section cores is greater than or equal to 98 percent and the average joint density of the test section cores is greater than or equal to 95 percent. 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 The initial first test section shall be removed at the Contractor's expense and a second test section shall then be placed. If the second test section does not meet specification requirements, the section shall be removed at the Contractor's expense. Any additional sections that are not acceptable shall be removed at the Contractor's expense Full production shall not begin until an acceptable section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 401-8 1 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-38 A 1 1 1 r e 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 job mix formula. 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 bitumen content determined in the same manner as for the original design 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. 401-3.5 Job Mix Formula (JMF) Laboratory. The Contractor's laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666 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 CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Base Temperature Limitations Mat Thickness Base Temperature (Minimum) Deg. F Deg. C 3 in. (7 5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but less than 3 in (7.5 cm) 45 7 1 in. (2 5 cm) or less 50 10 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes. Requirements for all plants include: (1) Truck Scales. The bituminous mixture 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, Section 90-01 In lieu of scales, and as approved by the Engineer, asphalt mixture weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total paving mixture. Contractor must furnish calibration certification of the weighing system prior to mix production and as often thereafter as requested by the Engineer. (2) Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing. The Engineer will always have priority in the use of the laboratory The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall also meet the requirements of ASTM D 3666. The plant testing laboratory shall have a floor space area of not less than 150 sq ft, with a ceiling height of not less than 7-1,4 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70 °F +/- 5 °F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-39 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 As a minimum, the plant testing laboratory shall have' a. Adequate artificial lighting b. Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples c. Fire extinguishers (2), Underwriter's Laboratories approved d. Work benches for testing, minimum 2-1/2 feet by 10 feet. e. Desk with 2 chairs f. Sanitary facilities convenient to testing laboratory g. Exhaust fan to outside air, minimum 12 in blade diameter h. A direct telephone line and telephone including a FAX machine operating 24 hours per day, seven days per week i. File cabinet with lock for Engineer j. Sink with running water, attached drain board and drain capable of handling separate material k. Metal stand for holding washing sieves I. Two element hot plate or other comparable heating device, with dial type thermostatic controls for drying aggregates m. Mechanical shaker and appropriate sieves (listed in JMF, Table 3) meeting the requirements of ASTM E-11 for determining the gradation of coarse and fine aggregates in accordance with ASTM C 136 n. Marshall testing equipment meeting ASTM D 6926, ASTM D 6927, automatic compaction equipment capable of compacting three specimens at once and other apparatus as specified in ASTM C 127, D 2172, D 2726, and D 2041 o. Oven, thermostatically controlled, inside minimum 1 cubic foot p. Two volumetric specific gravity flasks, 500 cc q. Other necessary hand tools required for sampling and testing r. Library containing contract specifications, latest ASTM volumes 4.01, 4 02, 4.03 and 4.09, AASHTO standard specification parts I and II, and Asphalt Institute Publication MS -2 s. Equipment for Theoretical Specific Gravity testing including a 4,000 cc pycnometer, vacuum pump capable of maintaining 30 ml mercury pressure and a balance, 16-20 km with accuracy of 0 5 grams t. Extraction equipment, centrifuge and reflux types and Rotoflex equipment u. A masonry saw with diamond blade for trimming pavement cores and samples v. Telephone Approval of the plant and testing laboratory by the Engineer requires all facilities and equipment to be in good working order during production, sampling and testing Failure to provide the specified facilities shall be sufficient cause for disapproving bituminous plant operations. The Owner shall have access to the lab and the plant whenever Contractor is in production (3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures (4) Storage Bins and Surge Bins. Use of surge and storage bins for temporary storage of hot bituminous mixtures will be permitted as follows. a. The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. b. The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-40 The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the mixture due to temporary storage, no temporary storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material Petroleum products shall not be used for coating truck beds Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of bituminous plant mix material 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 mixture 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 The paver shall be equipped with an automatic control system capable of automatically maintaining the specified screed elevation. The control system shall be 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 each side of the paver screed at the proper elevation to obtain the required surface. The controls shall be capable of working in conjunction with any of the following attachments. a. Ski -type device of not less than 30 feet (9.14 m) in length. b. Taut stringline (wire) set to grade. c. Short ski or shoe d. Laser control 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 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at its own expense. The use of equipment that causes crushing of the aggregate will not be permitted. a. Nuclear Densometer. The Contractor shall have on site a nuclear densometer 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 nuclear densometer and obtain accurate density readings for all new bituminous concrete. 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-41 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material 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), unless otherwise required by the manufacturer 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer 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 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 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen 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 D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent 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 bituminous mixtures upon discharge shall not exceed 0 5 percent. A paved surface or sacrificial aggregate layer shall be provided as a foundation of each aggregate stockpile. 401-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if shown on the plans 401-4.10 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the bituminous mixture, 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 bituminous mixture 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 mixture is uniform with minimum stopping and starting of the paver Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature For all runway, taxiway and apron pavements, Contractor shall use a stringline to place each lane of each lift of bituminous surface course. However, at the Contractor's option, Contractor shall use stringline for first lift of bituminous surface course and then survey the grade of that lift. Provided grades of that lift of bituminous surface course meet the tolerances of paragraphs 401-5.2b(6), then Contractor may place successive lifts of bituminous surface course using a long ski, or laser control per paragraph 401-4 4 However, Contractor shall survey each lift of bituminous 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 without a stringline If the grades of a single lot do not meet the tolerances of 401-5.2b(6), then the Contractor shall use a stringline for each entire lift. Corrective action in paragraph 401-5.2b(6) applies to the final lift of surface course The contractor shall use a material transfer vehicle to deliver mix to the paver when paving lanes are greater than 1,000 feet. Material transfer machines shall have sufficient capacity to handle enough bituminous material to allow the paver to obtain a uniform spreading operations The transfer machine shall remix the material. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-42 Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot candles and maintained in the following areas' (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. In addition, the Contractor shall furnish 4 portable floodlight units similar or equal to Genie TML 4000 or Wacker LT series. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non-payment bituminous concrete, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be qiven. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. The initial placement and compaction of the mixture 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 bituminous pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and painted with bituminous tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 ft (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 mixture 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 in deep The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long G:\PROJECTS\2011\11049\Specificalions\2015-10-19 Alpha Taxiway Specifications.Docx 9-43 401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted by power rollers The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 in, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any mixture that becomes loose and broken, mixed with dirt, contaminated, 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 401-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade The roller shall not pass over the unprotected end of the freshly laid mixture 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 given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal and transverse joints which are irregular, damaged, uncompacted, or otherwise defective or which have been left exposed for more than 4 hours, or whose surface temperature has cooled to less than 185 T shall be cutback (3 to 6 -inches) to expose a clean, sound surface for the full depth of the course All contact surfaces shall be cleaned and dry prior and given a tack coat of bituminous material prior to placing any fresh mixture against the joint. The cost of this work and tack coat shall be considered incidental to the cost of the bituminous course Any laitance produced from cutting joints shall be removed by vacuuming and washing The joint shall be clean and dry prior to applying the P-603 Tack Coat. 401-4.13 SKID RESISTANT SURFACES/SAW-CUT GROOVING. If shown on the plans, skid resistant surfaces for asphalt pavements shall be provided by construction of saw -cut grooves Saw -cut grooves must meet the requirements of Item P-621 MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring and profilograph testing as required in this section shall be completed and paid for by the Contractor Testing organizations performing these tests except profilograph shall meet the requirements of ASTM D 3666 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. G.\PROJECTS \2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-44 a. Plant -Produced Material. Plant -produced material shall be tested for stability, flow, and air voids 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 D 979. A lot will consist of: • One day or shift's production not to exceed 2,000 tons (1,814 t), or half day or shift's production where a day's production is expected to consist of between 2,000 and 4,000 tons (1, 814 t and 3,628 t), or Similar subdivisions for tonnages over 4,000 tons (3,628, t). Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. (1)Sampling. Each lot will consist of four equal sublots Sufficient material 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 D 3665 Samples will be taken in accordance with ASTM D 979 One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 6926, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The manual hammer in ASTM D 6926 shall be used. Mechanical hammers may be used if they are calibrated to the same manual hammer density by varying the number of blows and for each specific mix. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 6927. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory -prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, 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 D 2041, Type C, D or E container. 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. Voids in Mineral Aggregate (VMA) will be calculated one time for each sublot. The bulk specific gravity for the aggregate can be used unless more current test data is available. The results will be used for quality control. (3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b b. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 401-5.1a and shall be divided into four equal sublots. One core of finished, compacted materials 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 D 3665 Cores shall not be taken closer than 1 ft 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 material as defined in paragraph 401-5.1a The lot shall be divided into four equal sublots One core of finished, compacted materials 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 D 3665. All coring shall be centered on the joint. The minimum core diameter for joint density determination shall be 5 in. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-45 (3) Sampling. Samples shall be neatly cut with a core drill The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge The minimum diameter of the sample shall be 5 in. 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 a manner acceptable to the Engineer and within one day after sampling (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or ASTM D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2) The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed material 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 in accordance with the requirements of paragraph 401-5.2b(3) c. Partial Lots - Plant -Produced Material. 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. d. Partial Lots - Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3 401-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor Quality Control Program and test results. (1) Stability (2) Flow (3) Air voids (4) Mat density (5) Joint density (6) Thickness (7) Smoothness (8) Grade (9) VMA Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401- 5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 401- 5.2b(2). Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3) Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401- 5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401- 5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(6). G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-46 The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture 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 percent, 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 material for stability and flow shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL is below 80 percent, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the mix are made. (3) Joint Density. Acceptance of each lot of plant produced material for joint density shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot is equal to or exceeds 90 percent, the lot shall be considered acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80 percent, the Contractor shall cease operations and until the reason for poor compaction has been determined If the PWL is less than 71 percent, the pay factor for the lot used to complete the joint shall be reduced by 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 in less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (5) Smoothness. The final surface shall be free from roller marks. The finished surfaces of each course of the pavement, except the finished surface of the final course, shall not vary more than % in when evaluated with a 16 ft straightedge. The finished surface of the final course of pavement shall not vary more than 1/4 in when evaluated with a 16 ft straightedge. The lot size shall be 2,000 square yards (sq m). Smoothness measurements shall be made at 50 ft intervals and as determined by the Engineer. In the longitudinal direction, a smoothness reading shall be made at the center of each paving lane. In the transverse direction, smoothness readings shall be made continuously across the full width of the pavement. However, transverse smoothness readings shall not be made across designed grade changes. At warped transition areas, straightedge position shall be adjusted to measure surface smoothness and not design grade transitions. When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 sq yd. Areas in excess of 15 sq yd will require removal and replacement of the pavement in accordance with the limitations noted above. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-47 (a) Profilograph. The Contractor shall furnish a 25 ft wheel base California type profilograph and competent operator to measure pavement surface deviations. The profilograph shall be operated in accordance with the manufacturer's instructions and at a speed no greater than 3 mph. Original profilograms for the appropriate locations interpreted in accordance with ASTM E 1274 shall be furnished to the Engineer. The profilograms shall be recorded on a scale of 1 inch equal to 25 feet longitudinally and 1 inch equal to 1 inch (or full scale) vertically. Profilographs shall be calibrated prior to testing. The surface of the runway and/or taxiway pavements of continuous placement of 50 feet or more shall be tested and evaluated as described herein. One pass along the centerline shall be required for each paving lane. Runs shall be continuous through a day's production. Each trace shall be completely labeled to show paving lane and stationing. The Contractor shall furnish paving equipment and employ methods that produce a riding surface for each section of pavement having an average profile index meeting the requirements of Table 7. A typical section will be considered to be the width of the paving lane and 1/10 of a mile long. The profile index will be determined in accordance with ASTM E 1274. A blanking band of 0.2 in shall be used. Within each 1/10 mile section, all areas represented by high points having a deviation in excess of 0.4 inches in 25 feet or less shall be removed by the Contractor using an approved method. After removing all individual deviations in excess of 0.4 inches, additional corrective work shall be performed if necessary to achieve the required ride quality. All corrective work shall be completed prior to determination of pavement thickness. On pavement sections where corrections were necessary, second profilograph runs shall be performed to verify that the corrections have produced an average profile index of 15 in per mile or less. If the initial average profile index was less than 15, only those areas representing greater than 0.4 inch deviation will be re -profiled for correction verification. Individual sections shorter than 50 feet and the last 15 feet of any section where the Contractor is not responsible for the adjoining section shall be straightedged in accordance with paragraph 401-5.2b(5). If there is a section of 250 feet or less, the profilogram for the section shall be included in the evaluation of the previous section. If there is an independently placed section of 50 to 250 feet in length, a profilogram shall be made for that section and the pay adjustment factors for short section of Table 7 shall apply. All costs necessary to provide the profilograph and related to furnishing the appropriate profilograms as required in this provision are incidental to pavement construction and no direct compensation will be made therefore. (6) Grade. 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 in (12.70 mm) The finished grade of each lot will be determined by running levels at intervals of 50 feet (15.2 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards (square meters). When more than 15 percent of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 in or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing 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 in wide The peaks and ridges shall be approximately 1/32 in higher than the bottom of the grooves. The pavement shall be left in a clean condition The removal of all of the slurry resulting from the grinding operation shall be continuous The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 sq yd. Areas in G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-48 1 e 1 excess of 15 sq yd will require removal and replacement of the pavement in accordance with the limitations noted above. c. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (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. d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values Table 5 Marshall Acceptance Limits For Stability, Flow, Air Voids, Density TEST PROPERTY Pavements Designed for Aircraft Gross Weights of 60,000 Lb or More or Tire Pressures of 100 PSI or More Number of Blows 75 blows Specification Tolerance Limits L U Stability, minimum (pounds) 1800 -- Flow, 0.01 -inch 8 16 Air Voids Total Mix (%) 2 5 Surface Course Mat Density (%) 96.3 -- Base Course Mat Density (%) 95 5 -- Joint density (%) 93.3 -- 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 percent 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 percent 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 percent with 2.1% or less variability. 401-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.1b 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 E 178, at a significance level of 5 percent. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-49 401-5.4 LEVELING COURSE. Any course used for truing and leveling shall meet the requirements of paragraph 401-3.2, 401-5.2b(1) for air voids and 401-5.2b(2), but shall not be subject to the density requirements of paragraph 401-5.2b(1) for mat density and 401-5.2b(3). The leveling course shall be compacted with the same effort used to achieve density of the test section The truing and leveling course shall not exceed a nominal thickness of 1-1/2 in (37 5 mm) The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including, but not limited to a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints 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 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory meeting the requirements of paragraph 401-3.5 and 401-4.2a(2) located at the plant or job site The Contractor shall provide the Engineer with certification stating that all of the testing equipment to be used is properly calibrated and will meet the specifications applicable for the specified test procedures. 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 tests shall be performed per lot in accordance with ASTM D 6307 or ASTM D 2172 for determination of asphalt content. The weight of ash portion of the test, as described in ASTM D 2172, shall be determined as part of the first test performed at the beginning of plant production; and as part of every tenth test performed thereafter, for the duration of plan production. The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. The asphalt content for the lot will be determined by averaging the test results The use of the nuclear method for determining asphalt content in accordance with ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being used. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-50 1 1 b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D 5444 and ASTM C 136 (dry sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve) using actual batch weights to determine the combined aggregate gradation of the mixture. 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 C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461 e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. f. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. 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 and asphalt content. 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. g. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation and asphalt content. 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 1 in or 1-'/z in 0% 0% %in 6% 11% 'A in (12.5 mm) +/-6% +/-9% % in (9 5 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% G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-51 b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below The range shall be computed for each lot as the difference between the two test results for each control parameter The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4 Control Chart Limits Based On Range (Based On n = 2) Sieve Suspension Limit '/z in (12 5 mm) 11 percent % in (9 5 mm) 11 percent No 4 (4 75 mm) 11 percent No 16 (1 18 mm) 9 percent No. 50 (0.30 mm) 6 percent No 200 (0 075 mm) 3 5 percent Asphalt Content 0 8 percent 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 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of bituminous mixture 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. Payment for a lot of bituminous concrete pavement meeting all acceptance criteria as specified in Paragraph 401-5.2 shall be made based on results of tests for smoothness, mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8 1a for mat density and air voids and 401-8.1c for smoothness, subject to the limitation that: 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 bituminous mixture used in the accepted work (See Note 1 under Table 6). 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 a. 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 percent 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 percent 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 percent. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-52 t 1 i t 1 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 0.5PWL+55 55-74 14PWL-12 Below 55 Reject 2 1 Although it is theoretically possible to achieve a pay factor of 106 percent for each lot, actual payment above 100 percent 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 percent of the contract unit price and the total project payment 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 401-8.1. Payment in excess of 100 percent for accepted lots of bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. If a profilograph is used, add the following paragraphs and change existing paragraph 401-8.1b to 401-8.1d (The pay adjustment in Table 7 is optional to the Owner and Engineer when using the profilograph): b. Profilograph Smoothness. When the final average profile index (subsequent to any required corrective action) does not exceed 7 in per mile, payment will be made for that section at the contract unit price for the completed pavement. If the final average profile index (subsequent to any required corrective action) exceeds 7 in per mile, but does not exceed 15 in per mile, the Contractor may elect to accept a contract unit price adjustment in lieu of reducing the profile index. c. 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 asphalt concrete 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-53 Table 7 Average Profile Index Smoothness Pay Factor (Inches per mile per 1/10 mile) Short Sections Pay Factor 000-7 000-15.0 100% 71-9 15.1-16 98% 9.1-11 161-17 96% 11.1-13 17.1-18 94% 13.1-14 18.1-20 92% 14.1-15 20.1-22 90% 15.1 & up 22 1& 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 shall not be less than twice the size of the maximum size aggregate. 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 Unit bid price adjustment will apply to total bituminous mixture and asphalt cement quantities within the 1/10 mile segment of pavement. Deductions will be applied to recorded project quantities. Any pavement section less than 1/10 mile will be accepted on a pro -rated basis. Material used in building the pavement above the specified grade shall not be included in the quantities for payment. b. Payment. Payment will be made under Item P-401-8 1a Bituminous Surface Course, P -401 -per ton (kg) TESTING REQUIREMENTS ASTM C 29 Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75 pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 Specific Gravity and Absorption of Coarse Aggregate ASTM C 131 Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling and the Amount of Testing of Hydraulic Cement ASTM C 566 Total Evaporable Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 979 Sampling Bituminous Paving Mixtures ASTM D 995 Mixing Plants for Hot -Mixed Hot -Laid Bituminous Paving Mixtures ASTM D 1073 Fine Aggregate for Bituminous Paving Mixtures ASTM D 1188 Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin - Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Estimating Degree of Particle Coating of Bituminous -Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Methods ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 3665 Random Sampling of Construction Materials ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials G:\PROJECTS\2011\11049\Specifications\ 2015-10-19 Alpha Taxiway Specifications.Docx 9-54 a 1 ASTM D 4125 ASTM D 4318 ASTM D 4791 ASTM D 4867 ASTM D 5444 ASTM D 6926 ASTM D 6927 ASTM E11 ASTM E 178 ASTM E 1274 AASHTO T 30 AASHTO T 110 The Asphalt Institute's Manual No. 2 (MS -2) Asphalt Content of Bituminous Mixtures by the Nuclear Method Liquid Limit, Plastic Limit, and Plasticity Index of Soils Flat Particles, Elongated Particles, or Flat and Elongated Particles Aggregate Effect of Moisture on Asphalt Concrete Paving Mixtures Mechanical Size Analysis of Extracted Aggregate Preparation of Bituminous Specimens Using MARSHALL Apparatus MARSHALL Stability and Flow of Bituminous Mixtures Wire -Cloth Sieves for Testing Purposes Dealing with Outlying Observations Measuring Pavement Roughness Using a Profilograph Mechanical Analysis of Extracted Aggregate Moisture or Volatile Distillates in Bituminous Paving Mixtures Mix Design Methods for Asphalt Concrete MATERIAL REQUIREMENTS ASTM D 242 ASTM D 946 ASTM D 3381 ASTM D 4552 AASHTO M320 Mineral Filler for Bituminous Paving Mixtures Penetration Graded Asphalt Cement for Use in Pavement Construction Viscosity -Graded Asphalt Cement for Use in Pavement Construction Classifying Hot -Mix Recycling Agents Performance Graded Asphalt Binder END OF ITEM P-401 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-55 in Coarse Item P-602 Bituminous Prime Coat DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application temperatures for the bituminous materials are given in Table 1 The Engineer shall designate the specific material to be used Table 1 Bituminous Material Type and Specification Application Temperatures' Grade Deg. F I Deg. C Emulsified As halt CSS -1 ASTM D 2397 70-160 20-70 CMS -2 ASTM D 2397 70-160 20-70 Cutback Asphalt RC -70 ASTM D 2028 120+ 50+ 1 The maximum temperature for cutback asphalt shall be that at which fogging occurs. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60 °F (15 °C), and when the weather is not foggy or rainy The temperature requirements may be waived, but only when so directed by the Engineer 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off valve, the prime operations shall be started and stopped on building power 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 blower shall be provided for any required cleaning of the surface to be treated. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0 50 gallons per square yard (1.20 to 2 40 liters per square meter) depending on the base course surface texture The type of bituminous material and application rate shall be approved by the Engineer prior to application G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-56 1 e 1 Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime coat until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall contain all the data required by the applicable specification. If the Contractor applies the prime material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. If the material does not pass the specifications it shall be replaced at the contractor's expense. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 602-4.1 No specific unit of measurement shall be made for bituminous material for prime coat. BASIS OF PAYMENT 602-5.1 Payments for Bituminous Prime Coat shall be included in the various contract unit prices in the bid proposal, and no separate payment will be made. TESTING REQUIREMENTS ASTM D 1250 Asphalt Institute Manual MS -6 Table IV -3 MATERIAL REQUIREMENTS ASTM D 977 ASTM D 2028 ASTM D 2397 Petroleum Measurement Tables Asphalt Pocketbook of Useful Information (Temperature -Volume Corrections for Emulsified Asphalts) Emulsified Asphalt Cutback Asphalt (Rapid Curing Type) Cationic Emulsified Asphalt END OF ITEM P-602 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-57 Item P-603 Bituminous Tack Coat DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous 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 either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer Table 1 Bituminous Material Type and Grade Specification Application Temperature Deg. F Deg. C Emulsified Asphalt CSS -1 ASTM D 2397 75-130 25-55 Cutback Asphalt RC -70 ASTM D 2028 120-160 50-70 Tar RTCB 5, RTCB 6 AASHTO M 52 60-120 15-50 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 above 60°F (15°C). The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off 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 blower shall be provided for any required cleaning of the surface to be treated 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 airblast 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 any of the overlying mixture is placed on the tacked surface G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-58 1 1 1 t The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0 72 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. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall contain all the data required by the applicable specification. If the Contractor applies the material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. If the material does not pass the specifications it shall be replaced at the Contractor's expense The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603-4.1 No separate measurement of bituminous tack coat shall be made. BASIS OF PAYMENT 603.5-1 No separate payment for bituminous tack coat shall be made and all costs associated with this work will be considered incidental to the other bid items at this Contract. MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables ASTM D 2028 Cutback Asphalt (Rapid -Curing Type) ASTM D 2397 Cationic Emulsified Asphalt Asphalt Institute Manual MS -6 Table IV -3 Asphalt Pocketbook of Useful Information Corrections for Emulsified Asphalts) (Temperature -Volume END OF ITEM P-603 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-59 Item P-606 Adhesive Compounds, Two -Component for Sealing Wire and Lights in Pavement DESCRIPTION 606-1.1 This specification covers two types of material; a liquid suitable for sealing electrical wire in saw cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of material are two -component filled formulas with the characteristics specified in paragraph 606-2 4. Materials supplied for use with bituminous concrete pavements must be formulated so they are compatible with the bituminous concrete. EQUIPMENT AND MATERIALS 606-2.1 CURING. When prewarmed to 77 °F (25 °C), mixed, and placed in accordance with manufacturer's directions, the materials shall cure at temperatures of 45 °F (7 °C) or above without the application of external heat. 606-2.2 STORAGE. The adhesive components shall not be stored at temperatures over 86 °F (30 °C). 606-2.3 CAUTION. Installation and use shall be in accordance with the manufacturer's recommended procedures. Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and flush with water If taken internally, call doctor Keep away from heat or flame Avoid vapor. Use in well -ventilated areas Keep in cool place Keep away from children. 606-2.4 CHARACTERISTICS. When mixed and cured in accordance with the manufacturer's directions, the materials shall have the following properties shown in Table 1. SAMPLING, INSPECTION, AND TEST PROCEDURES 606-3.1 TENSILE PROPERTIES. Tests for tensile strength and elongation shall be conducted in accordance with ASTM D 638 606-3.2 EXPANSION. Tests for coefficients of linear and cubical expansion shall be conducted in accordance with ASTM D 1168, Method B, except that mercury shall be used instead of glycerine. The test specimen shall be mixed in the proportions specified by the manufacturer, and cured in a glass tub approximately 2 in (50 mm) long by 3/8 in (9 mm) in diameter The interior of the tube shall be precoated with a silicone mold release agent. The hardened sample shall be removed from the tube and aged at room temperature for 1 week before conducting the test. The test temperature range shall be from 35 °F (2 °C) to 140 °F (60 °C) 606-3.3 TEST FOR DIELECTRIC STRENGTH. Test for dielectric strength shall be conducted in accordance with ASTM D 149 for sealing compounds to be furnished for sealing electrical wires in pavement. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-60 1 1 1 1 Table 1. Property Requirements Physical or Electrical Property Minimum Maximum ASTM Method Tensile Portland Cement Concrete 1,000 psi (70 kg/sq cm) D 638 Bituminous Concrete 500 psi (35 kg/sq cm) Elongation Portland Cement Concrete See note'. D 638 Bituminous Concrete 50% D 638 Coef. of cub. exp. cu. cm/cu. cm/°C 0.00090 0 00120 D 1168 Coef of lin. exp cm/cm/°C 0 00030 0 00040 D 1168 Dielectric strength, short time test 350 volts/mil. D 149 Arc resistance 125 sec D 495 Adhesion to steel 1,000 psi (70 kg/sq cm) Adhesion to Portland cement concrete 200 psi(14 kg/sq cm) Adhesion to asphalt concrete No test available. ' 20% or more (without filler) for formulations to be supplied for areas subject to freezing. 606-3.4 TEST FOR ARC RESISTANCE. Test for arc resistance shall be conducted in accordance with ASTM D 495 for sealing compounds to be furnished for sealing electrical wires in pavement. 606-3.5 TEST FOR ADHESION TO STEEL. The ends of two smooth, clean, steel specimens of convenient size (1 in by 1 in by 6 in) (25 by 25 by 150 mm) would be satisfactory when bonded together with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure on a Riehle (or similar) tensile tester The thickness of adhesive to be tested shall be 1/4 in (6 mm). 606-3.6 ADHESION TO PORTLAND CEMENT CONCRETE. a. Concrete Test Block Preparation. The aggregate grading shall be as shown in Table 2. The coarse aggregate shall consist of crushed rock having a minimum of 75% of the particles with at least one fractured face and having a water absorption of not more than 1 5%. The fine aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete shall have a water -cement ratio of 5 5 gallons (21 liters) of water per bag of cement, a cement factor of 6, plus or minus 0 5, bags of cement per cubic yard (0 76 cubic meter) of concrete, and a slump of 2-1/2 in, plus or minus 1/2 in (60 mm plus or minus 12 mm). The ratio of fine aggregate to total aggregate shall be approximately 40% by solid volume The air content shall be 5.0%, plus or minus 0.5%, and it shall be obtained by the addition to the batch of an air -entraining admixture such as Vinsol® resin The mold shall be of metal and shall be provided with a metal base plate. Means shall be provided for securing the base plate to the mold. The assembled mold and base plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall be such that several 1 in by 2 in by 3 in (25 by 50 by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be prepared and cured in accordance with ASTM C 192. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-61 Table 2. Aggregate For Bond Test Blocks Type Sieve Size Percent Passing Coarse Aggregate 3/4 in (19.0 mm) 97 to 100 1/2 in (12 5 mm) 63 to 69 3/8 in (9 5 mm) 30 to 36 No. 4 (4 75 mm) Oto 3 Fine Aggregate No 4 (4 75 mm) 100 No 8 (2 36 mm) 82 to 88 No 16(1.18 mm) 60to70 No 30 (600 pm) 40 to 50 No. 50 (300 pm) 16 to 26 No 100 (150 pm) 5 to 9 b Bond Test. Prior to use, oven -dry the test blocks to constant weight at a temperature of 220 to 230 °F (104 °C to 110 °C), cool to room temperature, 73.4 plus or minus 3 °F (23 °C plus or minus 1.6 °C), in a desiccator, and clean the surface of the blocks of film or powder by vigorous brushing with a stiff -bristled fiber brush Two test blocks shall be bonded together on the 1 in by 3 in (25 by 75 mm) sawed face with the adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure in a Riehle (or similar) tensile tester The thickness of the adhesive to be tested shall be 1/4 in (6 mm). 606-3.7 COMPATIBILITY WITH ASPHALT CONCRETE. Test for compatibility with asphalt in accordance with ASTM D 5329. 606-3.8 ADHESIVE COMPOUNDS - CONTRACTOR'S RESPONSIBILITY. The Contractor shall furnish the vendor's certified test reports for each batch of material delivered to the project. The report shall certify that the material meets specification requirements and is suitable for use with either Portland cement concrete or bituminous concrete pavements as required The report shall be delivered to the Engineer before permission is granted for use of the material In addition the Contractor shall obtain a statement from the supplier or manufacturer that guarantees the material for one year The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily on other projects. 606-3.9 APPLICATION. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles The method of mixing and application shall be in strict accordance with the manufacturer's recommendations. The Contractor shall ensure the installation procedures are in accordance with the manufacturer's directions. METHOD OF MEASUREMENT 606-4.1 There shall be no unit of measurement for adhesive compound. BASIS OF PAYMENT 606-5.1 No separate payment shall be made, but included in the various bid items of work. TESTING REQUIREMENTS ASTM C 192 Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory ASTM D 149 Tests for Dielectric Breakdown Voltage and Dielectric Strength of Electrical Insulating Materials at Commercial Power Frequencies G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-62 1 1 ASTM D 495 Test for High -Voltage, Low -Current, Dry Arc Resistance of Solid Electrical Insulation Materials ASTM D 638 Test for Tensile Properties of Plastics ASTM D 1168 Test for Hydrocarbon Waxes Used for Electrical Insulation ASTM D 5329 Joint Sealants, Hot -poured, for Concrete and Asphalt Pavements END OF ITEM P-606 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-63 Item P-610 Structural Portland Cement Concrete DESCRIPTION 610-1.1 This item shall consist of plain and reinforced structural Portland Cement Concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the 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 therein In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. a. Reactivity. Aggregates shall be tested for deleterious reactivity with alkalis in the cement, which may cause excessive expansion of the concrete Separate tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0 10 % at 28 days (30 days from casting), the coarse or fine aggregates shall be accepted If the expansion of any aggregate, coarse or fine, at 28 days is greater than 0 10%, tests of combined materials shall be made in accordance with ASTM C 1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, 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 C 33 Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. 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 one of the gradations shown in Table 1, using ASTM C 136 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-64 I I I I I I I I 1 I I I I I I I I I I Table 1. Gradation For Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 2" 1-1/2" 1" 3/4" 1/2" 3/8" No.4 No. 4 to 3/4 in. (4 75-19 0 mm) No. 50 (0.30 mm) 10-30 100 90-100 20-55 0-10 No 4 to 1 in. (4.75-25 0 mm) 100 90-100 25-60 0-10 No. 4 to 1-1/2 in. (4 75-38.1 mm) 100 95-100 35-70 10-30 0-5 Table 2. Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 in (9.5 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, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5 percent and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610-2.6 on 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 C150 Type 1. 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 permission to use the cement is granted All such 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 free from sewage, oil, acid, strong alkalis, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory Subsequent tests shall 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. Pozzolanic admixtures shall be flyash or raw or calcined natural pozzolans meeting the requirements of ASTM C 618, Class F or N with the exception of loss of ignition, where the maximum shall be less than 6 percent. Class F or N flyash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13 percent and a total equivalent alkali content less than 3 percent. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water - reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions 610-2.7 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-65 Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309, Type 2 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 herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory 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 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter) The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 in (10 cm) as determined by ASTM C 143 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39 The Contractor shall cure and store the test specimens under such conditions as directed The Engineer will make the actual tests on the specimens at no expense to the Contractor 610-3.4 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 that the required and exact weight of aggregates can be readily obtained 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 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 C 94. 610-3.7 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/her expense. Retempering of concrete by adding water or any other material shall not be permitted The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 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 designed 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 Contractor shall bear responsibility for their adequacy The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-66 I I I I I I I I I I I I I I I I 1 I The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. 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. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 ft (1 5 m), or depositing a large quantity at one point, will not be permitted Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil The concrete shall be compacted with suitable mechanical vibrators operating within the concrete When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing 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, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed 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. 610-3.14 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be 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 top surface finish of exposed concrete shall be a broom finish. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-67 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. 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 currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed 610-3.17 DRAINS OR DUCTS. 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 610-3.18 COLD WEATHER PROTECTION. 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 in order 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 2 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 610-3.19 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 be started until after final curing and shall be done only when the concrete is completely dry The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of concrete complete in place and accepted In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 610-4.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included BASIS OF PAYMENT 610-5.1 These prices shall be full compensation for furnishing all materials and for all preparation, delivery and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item No separate payment shall be made Concrete for sign bases shall be included in the appropriate item New #-Module Sign, L-858. All other concrete shall be incidental to other items of work. ASTM C 31 ASTM C 39 ASTM C 136 TESTING REQUIREMENTS Making and Curing Test Specimens in the Field Compressive Strength of Cylindrical Concrete Specimens Sieve Analysis of Fine and Coarse Aggregates G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-68 ASTM C 138 ASTM C 143 ASTM C 231 ASTM C 666 ASTM C 1077 ASTM C 1260 ASTM A 185 ASTM A 497 ASTM C 33 ASTM C 94 ASTM C 150 ASTM C 171 ASTM C 172 ASTM C 260 ASTM C 309 ASTM C 494 ASTM C 595 ASTM C 618 AASHTO T 26 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete Slump of Hydraulic Cement Concrete Air Content of Freshly Mixed Concrete by the Pressure Method Resistance of Concrete to Rapid Freezing and Thawing Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) MATERIAL REQUIREMENTS Steel Welded Wire Fabric, Plain, for Concrete Reinforcement Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement Concrete Aggregates Ready -Mixed Concrete Portland Cement Sheet Materials for Curing Concrete Sampling Freshly Mixed Concrete Air -Entraining Admixtures for Concrete Liquid Membrane -Forming Compounds for Curing Concrete Chemical Admixtures for Concrete Blended Hydraulic Cements Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete Quality of Water to be Used in Concrete END OF ITEM P-610 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-69 Item P-620 Runway and Taxiway Painting DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne for temporary painting and solvent -base for permanent painting in accordance with the requirements of paragraph 620-2.2a and 620-2.2b. Paint shall be furnished in White — 37925, Red - 31136, Yellow — 33538, and Black — 37038 in accordance with Federal Standard No 595 a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT -P -1952E, Type II b. SOLVENT -BASE. Paint shall meet the requirements of Federal Specification A -A -2886A Type II Waterborne or solvent base black paint will be used to outline a border 6 -inches wide around markings. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for TT -B -1325D, Type I, Gradation A and TRT -B -1325D, Type III. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type III White X Yellow X Red X Pink X Black None None 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. Markings shall not be applied when the pavement temperature is greater than 120°F 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 dirt, laitance, and loose materials without damage to the pavement G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specificahons.Docx 9-70 1 1 1 1 1 surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. 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. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application All permanent markings will receive glass beads. 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 spacing shall be within the following tolerances. Dimension and Spacing Tolerance 36 -Inches (910 mm) or less ±1/2 inch (12 mm) greater than 36 -Inches 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 -Inches (51 mm) greater than 60 feet (18 3 m) ± 3 -Inches (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Type Paint Square feet per gallon, ft2/gal (sq ms per liter, m2/I) Glass Beads, Type I Gradation A Pounds per gallon of paint-Ib./gal (Km per liter of paint-kg/I) Glass Beads, Type III Pounds per gallon of paint-lb./gal. (Km per liter of paint-kg/I) Waterborne 115 ft2/gal. max. 7 lb/gal min 10 lb/gal min. Solvent 115 ft2/gal. max. 7 lb/gal min. 10 lb/gal. min Temporary markings shall be required before paving operations are complete. Paint for temporary markings shall be applied at 52% or 60 ft2/gal. No glass beads are required for temporary markings 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. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made All emptied containers shall be returned to the paint storage area for checking by the Engineer The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 APPLICATION --PREFORMED AIRPORT PAVEMENT MARKINGS. 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 ft (4.88 m) and a free span between supporting wheels of no less than 18 ft (5.49 m) The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 in (5 08 cm) wide linear segments in the direction of heater travel must be within 5 percent 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-VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-71 shortly before the markings are applied The supplier must enclose application instructions with each box/package. 620-3.7 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, performed in accordance with the specifications and accepted by the Engineer Glass beads are considered a part of Runway and Taxiway painting BASIS OF PAYMENT 620.5.1 Payment for "Temporary Painting, P-620 (1 Coat)", per square foot shall be full compensation for furnishing all materials, labor, equipment and tools necessary to complete this item as shown on the Plans and as specified herein. 620.5.2 Payment for "Permanent Painting, P-620 (2 Coats)", per square foot shall be full compensation for furnishing all materials, labor, equipment, and tools necessary to complete this item as shown on the Plans and as specified herein, including glass beads 620.5.3 Payment for "Permanent Painting, P-620 (1 Coat Black)", per square foot shall be full compensation for furnishing all materials, labor, equipment and tools necessary to complete this item as shown on the Plans and as specified herein. 620.5.4 There shall be no specific payment for removal of existing paint or placement of glass beads These items shall be incidental to other items of work. TESTING REQUIREMENTS ASTM C 136 ASTM C 146 ASTM C 371 ASTM D 92 ASTM D 711 ASTM D 968 ASTM D 1213-54(1975) ASTM D 1652 ASTM D 2074 Sieve Analysis of Fine and Coarse Aggregates Chemical Analysis of Glass Sand Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders Test Method for Flash and Fire Points by Cleveland Open Cup No -Pick -Up Time of Traffic Paint Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive Test Method for Crushing Resistance of Glass Spheres Test Method for Epoxy Content of Epoxy Resins Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water -Exposure Apparatus (Fluorescent Light Apparatus UV -Condensation Type) for Exposure of Nonmetallic Materials G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-72 Federal Test Method Paint, Varnish, Lacquer and Related Materials, Methods of Inspection. Standard No. 141 D/GEN Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Code of Federal Regulations Code of Federal Regulations FED SPEC TT -B -1325D AASHTO M 247 FED SPEC TT -P -1952E Commercial Item Description (CID) A -A -2886B FED STD 595 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products 40 CFR Part 60, Appendix A — Definition of Traverse Point Number and Location 29 CFR Part 1910.1200 — Hazard Communications Beads (Glass Spheres) Retroreflective Glass Beads Used in Traffic Paints Paint, Traffic and Airfield Marking, Waterborne Paint, Traffic, Solvent Based Colors used in Government Procurement END OF ITEM P-620 G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.Docx 9-73 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 C 32, Grade SM 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 C 150, Type I The sand shall conform to the requirements of ASTM C 144. 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 C 478 Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 in (90 cm) nor more than 48 in (120 cm) 751-2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of AASHTO M 36. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A 48, Class 30B and 35B Gray iron castings b ASTM A 47 Malleable iron castings c. ASTM A 27 Steel castings d ASTM A 283, Grade D Structural steel for grates and frames e ASTM A 536 Ductile iron castings f ASTM A 897 Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123 751-2.7 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. CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. G:\PROJECTS\2011\110491Specifications\2015-10-19 Alpha Taxiway Specifications Docx 9-74 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. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be 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. Unless otherwise provided, 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 be effected in a manner that will not disturb or mar finished masonry The cost of removal shall be included in the unit price bid for the structure e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form 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 poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751-3.3 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member 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 in (300 mm) When a metal ladder replaces the steps, it shall be securely fastened into position. 751-3.4 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection 751-3.5 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that 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 and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-75 751-3.6 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 poured. 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 7 days. After this period has elapsed, the steps shall be cleaned and painted, unless they have been galvanized When steps are required with precast concrete pipe structures, they shall be cast into the sides of the pipe at the time the pipe 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 in (300 mm) In lieu of steps, prefabricated ladders may be installed. In the case of brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. In the case of metal structures, the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed 751-3.7 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 in (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer b. Backfilling shall not be placed against any structure until permission is given by the Engineer In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered on obligation of the Contractor covered under the contract unit price for the structure involved 751-3.8 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, 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 Adjust Drainage Structure, EA Replace Frame and Grate, EA G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-76 MATERIAL REQUIREMENT ASTM A 27 ASTM A 47 ASTM A 48 ASTM A 123 ASTM A 283 ASTM A 536 ASTM A 897 ASTM C 32 ASTM C 144 ASTM C 150 ASTM C 478 AASHTO M 36 Steel Castings, Carbon, for General Application Ferritic Malleable Iron Castings Gray Iron Castings Zinc Coating (Hot -Dip) on Iron and Steel Hardware Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars Ductile Iron Castings Austempered Ductile Iron Castings Sewer and Manhole Brick (Made from Clay or Shale) Aggregate for Masonry Mortar Portland Cement Precast Reinforced Concrete Manhole Sections Zinc Coated (Galvanized) Corrugated iron or Steel Culverts and Underdrains END OF ITEM D-751 G:\PROJECTS\2011\11049\Specifications\ 2015-10-19 Alpha Taxiway Specifications.Docx 9-77 Item T-901 Seeding DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding 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 Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers 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 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 Seeds shall be applied as follows. Seed Minimum Seed Purity (Percent) Minimum Germination (Percent) Rate of Application Ib./acre (or Ib./1,000 S.F.) Use WSDOT standard seed mix. 25 Use WSDOT standard seed mix. Seeding shall be performed during the period between April and October 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 herein, and shall meet the requirements of Fed. Spec. A -A-1909 and 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. 901-2.3 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. 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 in (50 mm) 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 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifcations.Docx 9-78 1 1 of fertilizer and ground limestone, the Contractor shall repair such damage. This may 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 in (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 in (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, 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 in (125 mm). Clods shall be broken and the top 3 in (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means 901-3.2 DRY APPLICATION METHOD. a. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing, and 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 b. 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 (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) 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 lb / sq in (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 in (15 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 ft (6 to 30 m) One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 ft (15 m) in length shall be provided to which the nozzles may be connected G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-79 c. Mixtures. 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 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer 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 in (8 cm), 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 insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3 percent of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units acres measured on the ground surface, completed and accepted G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-80 BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acre 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 901-5.1 Seeding, Fertilizing, and Mulching -per acre MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt FED SPEC A -A-1909 Fertilizer G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-81 Item L-100 General Airport Electrical DESCRIPTION 100-1.1 This Section includes general requirements for accomplishing electrical work related to electrical equipment as specified herein and indicated on the Drawings 100-1.2 The FAA is the Authority Having Jurisdiction for equipment identified in Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program. In general, this equipment and its installation is not subject to Labor & Industries (L&I) or other local code authority inspection Inspection of the equipment and its installation is provided by the Owner 100-1.3 Installation or modification of electrical equipment not noted by AC 150/5345-53 shall be subject to standard State and local requirements for permitting and inspection, including compliance with the National Electrical Code In general, this work is limited to the existing electrical vault and includes standard industrial electrical equipment (breakers, conduit and wire) up to the point of connection to FAA certified equipment. Distribution transformers, oil switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other commercial items of electrical equipment not covered by AC 150/5345-53 must conform to the applicable rulings and standards of the applicable National Fire Protection Association (NFPA) 70, NEC. EQUIPMENT AND MATERIALS 100-2.1 GENERAL a. Airport lighting equipment and materials requiring FAA specifications shall have the prior approval of the Federal Aviation Administration, and be listed in the latest edition of Advisory Circular (AC) 150/5345-53, Appendix 3. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor c. Buy American preference rules apply to this contract. See http.//www faa.gov/airports/aip/buy_american/ FAA website for details. Contractor shall not acquire (or permit any subcontractor) to use any steel or manufactured products produced outside the United States on any portion of the project for which FAA AIP funds are provided, unless otherwise approved by the FAA. Verify compliance by either • Certify, in writing, all products are wholly produced in the US of US materials, or • Request a waiver and receive approval to use non -US produced products, or • Certify that all equipment that is being used on the project is on the Nationwide Buy American conformance list. d. The electrical installation, at a minimum, must meet the NEC and local regulations. e. The contractor must ascertain that all lighting system components furnished (including FAA approved equipment) are compatible in all respects with each other and the remainder of the new/existing system Any incompatible components furnished by the contractor must be replaced at no additional cost to the airport sponsor with a similar unit that is approved by the engineer and compatible with the remainder of the airport lighting system f. In case the contractor elects to furnish and install airport lighting equipment requiring additional wiring, transformers, adapters, mountings, etc., to those shown on the drawings and/or listed in the specifications, any cost for these items must be incidental to the equipment cost. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-82 g. The contractor -installed equipment must not generate any EMI in the existing and/or new communications, weather, air navigation, and ATC equipment. Any equipment generating such interference must be replaced by the contractor at no additional cost with equipment meeting the applicable specifications h. Any and all instructions for the engineer to the contractor regarding changes in, or deviations from, the plans and specifications must be in writing with copies sent to the airport sponsor and the FAA field office. The contractor must not accept any verbal instructions from the engineer regarding any changes from the plans and specifications. i. Parts list will include all major and minor components, such as resistors, diodes, etc. It must include a complete nomenclature of each component and, if applicable, the name of its manufacturer and the catalog number. j. Stencil all electrical equipment to identify function, circuit voltage and phase. Where the equipment contains fuses, also stencil the fuse of fuse link ampere rating Where the equipment does not have sufficient stenciling area, the stenciling must be done on the wall next to the unit. The letters must be one inch high and painted in white or black paint to provide the highest contrast with the background. Engraved plastic nameplates may also be used with one inch white (black background) or black (white background) characters. All markings must be of sufficient durability to withstand the environment. k. Color code all phase wiring by the use of colored wire insulation and/or colored tape Where tape is used, the wire insulation must be black. Bland and red must be used for single-phase, three wire systems and black, red and blue must be used for three-phase systems. Neutral conductors, size No 6 AWG or smaller, must be identified by a continuous white or natural outer finish. Conductors larger than No 6 AWG must be identified either by a continuous white or natural gray outer finish along its entire length or by the use of white tape at is terminations and inside accessible wireways. I. All branch circuit conductors connected to a particular phase must be identified with the same color The color coding must extend to the point of utilization. m. In control wiring, the same color must be used throughout the system for the same function such as 10%, 30%, 100% brightness control, etc. n. All power and control circuit conductors must be copper; aluminum must not be accepted. This includes wire, cable, busses, terminals, switch/panel components, etc. o. Neatly lace wiring in distribution panels, wireways, switches and pull/junction boxes. P. The minimum size of pull/junction boxes, regardless of the quantity and the size of the conductors shown, must be as follows: a In straight pulls, the length of the box must not be less than either times the trade diameter of the larger conduit. The total area of a box end must be at least 3 times greater than the total trade cross-sectional area of the conduits terminating at the end. b In angle or u -pulls, the distance between each conduit entry inside the box and the opposite wall of the box must not be less than six time the trade diameter of the largest conduit. This distance must be increased for additional entries by the amount of the sum of the diameters of all other conduit entries on the same wall of the box. The distance between conduit entries enclosing the same conductor must of not be less than six times the trade diameter of the largest conduit. q. A run of conduit between terminations at equipment enclosures, square ducts and pull/junction boxes, must not contain more than the equivalent of four quarter bends, including bends located immediately at the terminations Cast, conduit type outlets must not be treated as pull/junction boxes. r. Equipment cabinets must not be used as pull/junction boxes. Only wiring terminating at the equipment must be brought into these enclosures G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-83 s. Splices and junction points must be permitted only in junction boxes, ducts equipped with removable covers, and at easily accessible locations. t. Dual lugs must be used where two wires, size No 6 or larger, are to be connected to the same terminal u. All wall mounted equipment enclosures must be mounted on wooden mounting boards. v. Wooden equipment mounting boards must be plywood, exterior type, % inch minimum thickness, both sides painted with one coat of primer and two coats of gray, oil-based paint. w. Use conduit bushings at each conduit termination Where no 4 AWG or larger ungrounded wire is installed, use insulated bushings. x. Use double lock nuts at each conduit termination Use weather tight hubs in damp and wet locations Sealing locknuts must not be used y. Wrap all primary and secondary power transformer connections with sufficient layers of insulating tape and cover the insulating varnish for full valve of cable insulation voltage. z. All control conductor terminators must be of the open -eye connector/screw type. Soldered, closed - eyed terminators, or terminators without connectors are not acceptable FIELD LIGHTING a. Unless otherwise stated, all underground field power multiple and series circuit conductors must be Type L-824 b No components of the primary circuit such as cable, connectors and transformers must be brought above ground at edge lights, signs, etc. c. There must be no exposed power/control cables between the point where they leave the underground conduit or base and where they enter the equipment. d The joints of the L-823 primary connectors must be wrapped with one layer of rubber of synthetic rubber tape and one layer of plastic tape, one half lapped, extending at least 1 -1/2 inches on each side of the joint. e. The cable entrance into the field attached L-823 connectors must be enclosed by heat -shrinkable tubing with continuous internal adhesive f The ID of the primary L-823 field attached connectors must match the cable ID to provide a watertight cable entrance The entrance must be encapsulated in heat shrinkable tubing with continuous factory applied internal adhesive g L-823 type 11, two -conductor secondary connector must be class "a" (factory molded). h There must be no splices in the secondary cable(s) within the stems of a runway/taxiway edge lighting fixture and the wireways leading to the taxiway signs and equipment. i Electrical insulating grease must be applied within the L-823, secondary, two conductor connectors to prevent water entrance. The connectors must not be taped 1 A slack of 3 ft. minimum, must be provided in the primary cable at each transformer/connector termination. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-84 k. Direction of primary cables must be identified by color coding as follows when facing ,light with back facing pavement: cable to the left is coded red and cable to the right is coded blue, this applies to base -mounted lights where the base has only one entrance. I Base -mounted frangible couplings must not have weep holes to the outside. Plugged holes are not acceptable. The coupling must have a '/-inch diameter minimum or equivalent opening for drainage from the space around the secondary connector into the L-867 base. m The elevation of the frangible coupling groove must not exceed 1 1/2 inches above the edge of the cover for base -mounted couplings. n. Plastic lighting fixture components, such as lamp heads, stems, frangible couplings, base covers, brackets are not acceptable L-867 plastic transformer housings are acceptable. A metal threaded fitting must be set in flange during casting process. Base cover bolts must be fabricated from 18- 8 stainless steel. o The tolerance for the height of runway/taxiway edge lights must be 1 inch For base mounted lights, the specified lighting fixture height must be measured between the top of the base flange and the top of the lens, and includes the base cover, the frangible coupling, the stem, the lamp housing and the lens. p. The tolerance for lateral spacing of runway/taxiway edge lights from the centerline must be 1 inch. This also applies at intersections to lateral spacing between lights of a runway/taxiway and the intersection runway/taxiway. q L-867 bases may be precast. Entrances into L-867 bases must be plugged from the inside with duct seal. r. Edge light numbering tags must be facing the pavement. s. Cable/splice/duct markers must be pre -cast concrete of the size shown Letters/numbers/arrows for the legend to be impressed into the tops of the markers must be pre -assembled and secured in the mold before the concrete is poured Legends inscribed by hand in wet concrete are not acceptable t. All underground cable runs must be identified by cable markers at 200 ft maximum spacing with an additional marker at each change of direction of the cable run Cable markers must be installed above the cable u The cable and splice markers must identify the circuits to which the cables belong. For Example: RWY 4-22. v. Locations of ends of all underground ducts must be identified by duct markers. w. Power to a lighted sign must be provided through breakaway cable connectors installed within the frangible point portion of the sign's mounting legs. There must be no above ground electrical connection between signs in a sign array. x. All power and control cables in man/hand holes must be tagged Use embossed stainless steel strips or tags attached at both ends to the cable by the UV resistant plastic straps. A minimum of two tags must be provided. y Apply a corrosion inhibiting, anti -seize compound to all screws, nuts and frangible coupling threads If coated bolts are used, do not apply anti -seize compound EQUIPMENT GROUNDING a. Ground all non-current carrying metal parts of electrical equipment by using conductors sized and routed per NEC Handbook. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-85 b All ground connections to ground rods, busses, panels, etc must be made with pressure type solderless lugs and ground clamps. Soldered or bolt and washer type connections are not acceptable Clean all metal surfaces before making ground connections. Exothermic welds are the preferred method of connection to a ground rod. c. Tops of ground rods must be 6 inches below grade d. The resistance to ground of the counterpoise system, or at isolation locations, must not exceed 25 ohms. 100-2.2 SCHEDULE Lead times will vary seasonally and by vendor Confirm lead times with selected vendor during preparation of bid and identify in the bid any items that will delay the proposed construction schedule 100-2.3 SUBMITTALS a. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Submittals shall be made electronically using pdfs unless infeasible for the product data. Original catalog sheets are preferred Scans are acceptable provided they are as good a quality as the original. Clearly and boldly mark each submittal to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete or mark out non -pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows, circles, highlighting or similar Submittals shall be grouped together for efficiency of handling and review. Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals b. Submittals for each type of powered equipment (signs, lights, regulators and similar) shall include the contact information for the nearest manufacturer authorized vendor of equipment in the Northwest region of the United States Submittals shall also include the contact information for factory trained service personnel who will be available at the site within 24 hours if required by the airport maintenance or operations offices Also provide contact information for the nearest spare parts warehouse location(s) that could provide materials within 24 hours on a will call customer pick-up, or on-site delivery basis c. Submittals required for this project include as a minimum the following • L-100 • Index of equipment to be submitted • Buy American Certification for submitted equipment • Steel Conduit in Vault Building • Building (Vault) Wire • Circuit Breaker • L-108 • L-824 cable • Grounding conductors • L-823 primary plug-in splice kits • L-823 primary connector heat shrink tubing • Splicer qualifications • Electrical Tape • L-110 • Steel conduit • PVC conduit • Conduit Spacers • Warning tape G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-86 • L-115 • Manholes • Ground Rods • L-125 • L-830 Isolation Transformer • L-861T(L) Elevated Taxiway Edge Light • L-858 LED Lighted Signs • L-868 and 867 Basecans & Lids • Spacers and Extensions • Anti -seize or coated bolts • Transformer Support Stands • L-150 - L-828 Constant Current Regulator • L-853 Runway and TaxiwayRetroreflective Markers • L-858 Runway and Taxiway Signs a. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Contractor's submittals shall be in electronic format, identified by specification section or drawing detail The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. 100-2.4 INSPECTION a. Inspect each light fixture to determine that it is installed correctly, at the proper height, in line with the other fixture, level, and properly oriented. b. Check all fixture securing screws or bolts to ensure that they have been tightened per manufacturer recommendations Use an anti -seize compound on bolts made of stainless steel. c. Check each light fixture to determine that the lenses are clean and unscratched and the channels in front of the lenses are clean. d. Inspect lighting fixtures concurrently with the installation. Test circuits for continuity and insulation resistance to ground before filling wire ways. e. Check fuses and circuit breakers to determine if they are of the proper rating. f. Check identification numbers for each light unit to determine that the number at the installation is as assigned in the plans. g. Check equipment to determine if the manufacturers have supplied certified equipment. h. Inspect all cables, wiring, and splices to obtain assurance or correct installation with the governing codes. Inspect and test insulation resistance of underground cables before backfilling. i. Check all ducts and duct markers to determine that the installation is correct. Inspect underground ducts before backfill is made. j. Check the input voltage at the power and control circuits to determine that the voltage is within limits required for proper equipment operation k. Check base plates for damage during installation and refinish according to manufacturer's instructions. I. Check the current or voltage at the lamps to determine if the regulator current or supply voltage is within specified tolerance If a current or voltage exceeds rated values, the lamp life will be reduced. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-87 100-2.5 TESTING The contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation Testing is as follows a. All circuits are properly connected per applicable wiring diagrams. b All lighting power and control circuits are continuous and free from short circuits c. All circuits are free from unspecified grounds d Check that the insulation to ground of all non -grounded series circuits is not less than 50 megohms. e Check that the insulation resistance to ground of all non -grounded conductors of multiple circuits is not less than 50 megohms f Test installation by operating the system continuously for at least 1/2 hour During this period, change the intensity of variable intensity components to ensure proper operation. In addition, operate each control within the system at least 10 times 100-2.6 PROJECT CLOSEOUT Prior to project closeout, the following items, as a minimum, shall be provided and accepted as complete. • Warranty • O&M Manual • Red -line Markups 100-2.7 WARRANTY Warranty shall be as described in Section 7 14 WARRANTY AND GUARANTEE TEST AND INSPECTIONS CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The warranty period shall not supersede longer warranty periods offered standard by the manufacturer, required elsewhere in the contract specifications, or required by the FAA for certain equipment. 100-2.8 OPERATIONS AND MAINTENANCE MANUAL. a. Provide two complete copies of 0 & M Manual to Owner Manuals shall contain shop drawings, wiring diagrams, operating and maintenance instructions, replacement parts lists, and equipment nameplate data for all equipment and systems installed under the project. It is recommended that submittal of the 0 & M Manual for Engineer review should occur at least 3 weeks prior to planned Training so that final manuals can be used and turned over to Owner at the training session. b. Each type of device provided shall be identified in the 0 & M Manual using the same identification as shown on the drawings and specifications The information included must be the exact equipment installed, not the complete "line" of the manufacturer. Where sheets show the equipment installed and other equipment, the installed equipment shall be neatly and clearly identified on such sheets Parts lists shall give full ordering information assigned by the original parts manufacturer. Relabeled and/or renumbered parts information as reassigned by equipment supplier are not acceptable The following information shall be provided for each device • Manufacturer's name, address and phone number • Local supplier's name, address and phone number • Complete parts lists including quantities and manufacturer's part numbers • Installation instructions • Recommended maintenance items including maintenance procedure and recommended interval of maintenance listed in hours of operation, calendar units or other similar time unit. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-88 c. The 0 & M Manual shall be assembled in three ring binders, or equal The information contained in the manuals shall be grouped in an orderly arrangement by specification index. The manuals shall have a typewritten index and divider sheets between categories with identifying tabs. The covers shall be imprinted with the name of the job, Owner, Electrical Engineer, Electrical Contractor and year of completion The back edge shall be imprinted with the name of the job, Owner and year of completion. As a minimum, the following sections shall be tabbed. • Taxiway Lights • Signs • Constant Current Regulator • Circuit Tests (see Item L-108 requirements) d. Wiring diagrams for each system shall be complete for the specific system installed under the contract. "Typical" line diagrams will not be acceptable CONSTRUCTION METHODS 100-3.1 QUALITY CONTROL All airfield electrical equipment (lights, signs, basecans) shall be installed within 0.05 feet of stated longitudinal, lateral, or vertical position and within +1/-1 degree of level or setting angle unless stated otherwise. 100-3.2 FEES, PERMITS, AND INSPECTIONS The Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein The Contractor shall arrange for inspection of work by the inspectors and shall give the inspectors all necessary assistance in their work of inspection 100-3.3 RED -LINE MARKUPS The Contractor shall revise (1) set of full-size Contract drawings by red- line process to show the as -built conditions during the course of the project. These working, as -built drawings shall be kept accurate and current. The Engineer's acceptance of the accuracy and current status of the record of the changes to the working As -Built Drawings (red -lines) will be a prerequisite to the Engineer's acceptance of requests for progress payments 100-3.4 SAFETY AND PROTECTION a. All or a portion of the work covered by this Section is to be conducted within the Air Operations Area (AOA) at Yakima Air Terminal Restrictions and conditions necessary to maintain airfield and aircraft safety as required by FAA regulations, and as required to maintain efficient airport operations, may impose limitations upon the Contractor's methods and procedures All construction personnel shall comply with airport regulations for movement of personnel and vehicles on the airfield b. Safety Measures To Be Taken: The Contractor will be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. It shall be the Contractor's responsibility to comply with applicable safety and health regulations for construction The Contractor shall consult with the staff or federal safety inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether he is or is not in compliance with state or federal regulations c. Protection: The Contractor shall take whatever measures are required to ensure that electrical safety and protection are maintained, including the proper covering, signage, and securing of "live" circuits. d. Comply with applicable State of Washington safety rules and health standards, including WAC 296- 44, WAC -294-45. e. Electrical circuits shall be considered de -energized only under the following conditions: 1. Switches connecting subject circuit to the energy supply are observed in the "open" position, with an air break, and safety -tagged in the "open" position G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specificatons.Docx 9-89 2. Electrically operated switches are visibly "open", blocked or racked in the "open" position, and safety -tagged "open". 3. If the supply circuit break is not visible and clearly identified, the circuit shall be grounded If the ground connection is not within sight of the work area, the ground connection shall be safety -tagged before proceeding with the Work. 4. Long parallel cable runs can result in dangerous energy levels being transferred between energized and deenergized cables. When working on airfield lighting circuits, ensure all circuits are deenergized using methods noted above. f. Use of Red Safety Tags 1. For protection of personnel working on circuits, safety tags shall be filled out and attached to any opened switch or equipment. 2. Safety tags shall be removed only by the Yakima Air Terminal employee who placed the tag, or by another Yakima Air Terminal employee who has been authorized to remove the tag in writing by the employee who placed the tag. 3. Equipment with a safety tag attached shall not be operated, and connections with a safety tag attached shall not be changed PAYMENT Unless otherwise specified within the specifications, the following items shall be paid for as follows All, materials, labor, equipment tools and incidentals necessary to complete electrical system improvements as shown on the Plans and Specified herein shall be per the Unit Price Bid Proposal and associated unit descriptions as follows 1. The lump sum price for "Remove and Replace Existing Regulator," shall be full compensation for all labor, equipment, tools and materials necessary to remove the existing regulator, control circuits, power circuits and circuit breaker, salvage regulator and breaker to the Owner, installation of a new Constant Current Regulator and circuit breaker, new power and control circuits, control tower nameplate modifications, and related items as shown on the Plans and as Specified 2 The unit price bid for "Remove and Reinstall High Intensity Runway Light," per each, shall be full compensation for all labor, equipment, tools and materials necessary to remove, store and reinstall each High Intensity Runway Light, including, but not necessarily limited to, temporary splicing of the existing circuit to bypass the temporarily removed lighting fixture, as shown on the Plans and as Specified 3. The unit price bid for "Remove Pull Hole," per each, shall be full compensation for all labor, equipment, tools and materials necessary to remove an existing pull hole including, but not necessarily limited to, excavation, removal of conduit and conductors required to install new facilities, backfill and compaction, as shown on the Plans and as Specified 4 The unit price bid for "Remove Medium Intensity Taxiway Light," per each, shall be full compensation for all labor, equipment, tools and materials necessary to remove, disassemble, and salvage the fixture and transformer to the Owner, as shown on the Plans and as Specified 5 The unit price bid for "Remove Medium Intensity Taxiway Light Base Can," per each, shall be full compensation for all labor, equipment, tools and materials necessary to remove and dispose of the concrete base and base can, including, but not necessarily limited to, excavation, removal of concrete base and can, conduit and/or conductors, backfill and compaction of remaining voids to existing grade, as shown on the Plans and as Specified. 6 The unit price bid for "Abandon Medium Intensity Taxiway Light Base Can," per each, shall be full compensation for all labor, equipment, tools and materials necessary to demolish the concrete base and base can one foot below grade, including, but not necessarily limited to, filling the portion of the base can to remain, removal of conductors in base can and abandon conductors in conduit, plug conduits, as shown on the Plans and as Specified G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-90 7. The unit price bid for "Reuse Medium Intensity Taxiway Light Base Can," per each, shall be full compensation for all labor, equipment, tools and materials necessary to preserve the concrete base and base can and remove conductors in base can as shown on the Plans and as Specified. 8. The unit price bid for "Install New Medium Intensity Taxiway Light, L-861T(L) with Base Can," per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install each new taxiway light, concrete backfill and base can, including, but not necessarily limited to, excavation, placement, conduit and conductor connections, backfill and compaction, as shown on the Plans and as Specified. 9. The unit price bid for "Install New Medium Intensity Taxiway Light, L-861T(L) in Existing Base Can," per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install each new taxiway light in existing base, including, but not necessarily limited to, conductor connections as shown on the Plans and as Specified. 10. The unit price bid for "Conductor, L-824, 5 kV" per linear foot, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install new 5 kV conductors including terminations, connectors and splices for airfield lighting systems as shown on the Plans and as Specified 11 The unit price bid for "2 Inch Electrical Conduit, L-110" per linear foot, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install new conduit for airfield lighting systems as shown on the Plans and as Specified. 12 The unit price bid for "4 Inch Electrical Conduit, L-110" per linear foot, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install new conduit for airfield lighting systems as shown on the Plans and as Specified. 13 The unit price bid for "Trench Surfacing Removal and Repair, Type _," per square yard, shall be full compensation for all labor, equipment, tools and materials necessary to saw cut and remove existing pavement section, and install new pavement surfacing as shown on the Plans and as Specified 14. The unit price bid for "Electrical Conduit Trenching, Bedding and Backfill, L-110," per linear foot, shall be full compensation for all labor, equipment, tools and materials necessary to trench for new electrical conduit in un -surfaced areas or following trench surfacing removal, including but not necessarily limited to, conduit bedding, backfill and compaction as shown on the Plans and as Specified. 15. The unit price bid for "New _-Module Sign, L-858" per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, base can, transformer, termination of conduits, backfill and compaction, and connection to new or existing circuit conductors as shown on the Plans and as Specified 16. The unit price bid for "Remove Existing Lighted Sign," per each, shall be full compensation for all labor, equipment, tools and materials necessary to remove, disassemble, and salvage the sign and transformer to the Owner, as shown on the Plans and as Specified. 17. The unit price bid for "Remove Existing Lighted Sign Base," per each, shall be full compensation for all labor, equipment, tools and materials necessary to remove and dispose of existing concrete sign base, including, but not necessarily limited to, excavation, removal of can, conduit and/or conductors, backfill and compaction of remaining voids to existing grade, as shown on the Plans and as Specified 18. The unit price bid for "Electrical Junction Structure, L-115," per each, shall be full compensation for all labor, equipment, tools and materials necessary to install a new pull hole, including, but not necessarily limited to excavation, placement, connection to new and/or existing conduits, backfill and compaction, as shown on the Plans and as Specified G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-91 19 The lump sum price bid for "Miscellaneous Electrical System Improvements," shall be full compensation for all labor, equipment, tools and materials necessary to provide electrical work not identified in other items of work, including, but not necessarily limited to, temporary circuits for construction phasing and conduit other than 2", as shown on the Plans and as Specified 20 The unit price bid for "Retroreflective Sign, L-858" per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, and backfill and compaction as shown on the Plans and as Specified 21 The unit price bid for "Stop Sign, R1-1" per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, base can, transformer, termination of conduits, backfill and compaction, and connection to new or existing circuit conductors as shown on the Plans and as Specified. 22 The unit price bid for "Do Not Proceed Sign, 24" x 12"" per each, shall be full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, base can, transformer, termination of conduits, backfill and compaction, and connection to new or existing circuit conductors as shown on the Plans and as Specified G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-92 Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks in accordance with these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -buried cables only Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of any cable for FAA facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is covered under Item L-110 "Airport Underground Electrical Duct Banks and Conduits " EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 -ring binder, tabbed by specification section The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least [twelve (12) months] from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an insulation resistance of 50 megohms minima, (1000 V megger) with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Speafications.Docx 9-93 108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J -C-30 and shall be type THWN-2 Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. 108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND AND GROUND RODS). Wire for counterpoise or ground installations for airfield lighting systems shall be No 6 AWG solid for counterpoise and or No 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, and shall be bare copper wire conforming to the requirements of ASTM D 33 Ground rods shall be solid stainless steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 -feet (240 cm) long nor less than 5/8 in (15 mm) in diameter 108-2.4 CABLE CONNECTIONS. In-line connections of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below No separate payment will be made for cable connections a The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No 82--B, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No E1135, or equivalent, is used for potting the splice is acceptable b. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The Taped or Heat-Shrinked Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D 4388 and the plastic tape should comply with Mil Spec. MIL -I-24391 or Fed. Spec. A- A -55809. Heat shrinkable tubing shall be heavy -wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive -sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor cables, shielded cables, and armored cables shall be factory kits designed for the application Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L -823/L-824 splices and terminations shall be made in accordance with the manufacturer's recommendations and listings All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except the base can ground clamp connector shall be used for attachment to the base can All exothermic connections shall be made in accordance with the manufacturer's recommendations and listings G:\PROJECTS\2011 \11049\Specifications \2015-10-19 Alpha Taxiway Specifcations.Docx 9-94 108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete " 108-2.7 CABLE IDENTIFICATION TAGS. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans 108-2.8 TAPE. Electrical tapes shall be Scotch Electrical Tapes — number Scotch 88 (1-1/2" wide) and Scotch 130C linerless rubber splicing tape (2" wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.9 ELECTRICAL COATING. ScotchkoteTM shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.10 EXISTING CIRCUITS. Whenever the scope of work requires, connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the engineer When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown on the plans In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least 1 ft vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future connections, or as designated by the Engineer. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-95 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided Duct banks or conduits shall be installed as a separate item in accordance with Item L-110, "Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris Mandrel size shall be compatible with conduit size The Contractor shall swab out all conduits/ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes Maximum pulling tensions shall be governed by cable manufacturer's recommendations A non - hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required Contractor shall submit pulling tension values to the Engineer prior to any cable installation If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply Cable installation, handling and storage shall be per manufacturer's recommendations During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature Cable shall not be dragged across base can or manhole edges, pavement or earth When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 INSTALLATION OF DIRECT -BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 in vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.Docx 9-96 Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, handholes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 in in size. The cable circuit identification shall match the circuits noted on the construction plans a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades The bottom surface of trenches shall be essentially smooth and free from coarse aggregate Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 in below finished grade, except as follows. (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 in unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay items as part of Item L- 108 The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 in. Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench When rock is encountered, the rock shall be removed to a depth of at least 3 in below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 in sieve Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding All such rock removal shall be performed and paid for under Item P-152. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation Where existing active cables cross proposed installations, the Contractor shall insure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows. (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. b. Backfilling. After the cable has been installed, the trench shall be backfilled The first layer of backfill in the trench shall be 3 in deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 in sieve. This layer shall not be compacted. The second layer shall be 5 in deep, loose measurement, and shall contain no particles that would be retained on a 1 in sieve. The remaining 3rd and subsequent layers of backfill shall not exceed 8 in of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 in maximum diameter. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-97 The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required Trenches shall not contain pools of water during backfilling operations The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of in accordance with the plans and specifications Underground electrical warning (caution) tape shall be installed in the trench above all direct -buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located 6 in above the direct -buried cable or the counterpoise wire if present. A 4-6 in wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans The tape shall be installed 8 in minimum below finished grade. c. Restoration. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed All areas disturbed by work shall be restored to its original condition The restoration shall include the seeding as shown on the plans The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and compaction shall meet the requirements of Item P-152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 CABLE MARKERS FOR DIRECT -BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 in (100 - 150 mm) thick, extending approximately 1 in (25 mm) above the surface Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direction of cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab The letters shall be approximately 4 in (100 mm) high and 3 in (75 mm) wide, with width of stroke 1/2 in (12 mm) and 1/4 in (6 mm) deep The location of each underground cable connection, except at lighting units, or isolation transformers, or power adapters shall be marked by a concrete marker slab placed above the connection The Contractor shall impress the word "SPLICE" on each slab The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer All cable markers and splice markers shall be painted international orange Paint shall be specifically manufactured for uncured exterior concrete Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer b. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 in (37 mm) on each side of the joint. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-98 c. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 in (37 mm) on each side of the joint. d. Taped or Heat-Shrinked Splices. A taped splice shall be made in the following manner Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 in (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 in (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 in (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions Direct flame heating shall not be permitted unless recommended by the manufacturer Cable surfaces within the limits of the heat -shrink application shall be clean and free of contaminates prior to application. 108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. Bare counterpoise copper wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. Where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or duct/conduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4 in above the cable, conduit or duct bank, or as shown on the plans if greater. Additionally, counterpoise wire shall be installed at least 8 in below the top of subgrade in paved areas or 10 in below finished grade in un -paved areas This dimension may be less than 4 in where conduit is to be embedded in existing pavement. Counterpoise wire shall not be installed in conduit. The counterpoise wire shall be routed around to each light fixture base, mounting stake, or junction/access structures. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 ft (150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode grounding system. The connections shall be made as shown on the plans and in the specifications If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: (1) A ground rod installed at and securely attached to each light fixture base, mounting stake if painted, and to all metal surfaces at junction/access structures G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-99 (2) Install an insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base and to all metal surfaces at junction/access structures This equipment ground conductor shall also be exothermically welded to ground rods installed not more than 500 feet (150 m) apart around the circuit. a. Counterpoise Installation Above Multiple Conduits and Duct Banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete cone of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22 1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. b. Counterpoise Installation at Existing Duct Banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system 108-3.7 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process Only personnel experienced in and regularly engaged in this type of work shall make these connections Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field The installations shall comply with the manufacturer's recommendations and the following: a All slag shall be removed from welds. b For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold -galvanizing compound conforming to U S Navy galvanized repair coating meeting Mil Spec. MIL -P-21035 Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations. c. All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M " Scotchkote," or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.8 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-100 After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following. a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits (existing and new) are free from unspecified grounds. c. That the insulation resistance to ground of all new non -grounded series circuits or cable segments is not less than 50 megohms. d. That the insulation resistance to ground of all non -grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams f. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be used, as described by ANSI/IEEE Standard 81, to verify this requirement. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. g. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 108-4.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, duct bank or conduit, including ground rods and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. G:\PROJECTS\ 2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-101 Payment will be made under: Item L-108-5.1 Item L-108-5.2 Item L-108-5 3 Conductor, L-824 5kV, installed in trench, duct bank or conduit -per liner foot Bare Counterpoise Wire, installed in trench, duct bank or conduit, including ground rods and ground connectors -per linear foot (meter) No separate payment will be made for this item Bare or insulated equipment ground, installed in duct bank or conduit including ground rods and ground conductors — per linear foot (meter) No separate payment will be made for this item MATERIAL REQUIREMENTS AC 150/5345-7 AC 150/5345-26 FED SPEC J -C-30 FED SPEC A -A-55809 ASTM B 3 ASTM D 4388 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle Cable Connectors Cable and Wire, Electrical Power, Fixed Installation (cancelled; replaced by A- A -59544 Cable and Wire, Electrical (Power, Fixed Installation)) Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic Soft or Annealed Copper Wire Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 MIL -S -23586C NN ANSI/IEEE Std 81 National Electrical Code (NEC) Sealing Compound, Electrical, Silicone Rubber Building Industry Consulting Service International (BICSI) IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-102 Item L-110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications The Contractor's submittals shall be neatly bound in a properly sized 3 -ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least [twelve (12) months] from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the requirements of Fed. Spec. W --C-1094, Underwriters Laboratories Standards UL -651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I—Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II—Schedule 40 PVC suitable for either above ground or underground use. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-103 The type of adhesive shall be as recommended by the conduit/fitting manufacturer 110-2.3 SPLIT CONDUIT Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110-2.4 CONDUIT SPACERS Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.5 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate with a minimum 28 day compressive strength of 4000 psi Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.6 DETECTABLE WARNING TAPE Plastic, detectable, color as noted magnetic tape shall be polyethylene film with a metallized foil core and shall be 4 - 6 in (75 - 150 mm) wide. Detectable tape is incidental to the respective bid item CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 in (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage Unless shown otherwise on the plans, grades shall be at least 3 in (75 mm) per 100 feet (30 m) On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided No duct bank or underground conduit shall be less than 18 in below finished grade Where under pavement, the top of the duct bank shall not be less than 18 in below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 in (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc. interiors IMMEDIATELY prior to pulling cable Once cleaned and swabbed the base cans, manhole, pull boxes, etc and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications Docx 9-104 Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 in below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 in sieve The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P-152. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located six in above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-110 The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall insure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans Installation of new cable where such crossings must occur shall proceed as follows. (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-105 110-3.2 DUCT BANKS Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 in (45 cm) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 in (45 cm) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains that may be installed alongside the paved area Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 in (75 mm) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 1-1/2 in (37 mm) apart (measured from outside wall to outside wall) Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 3 in apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 in (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points Conduits forming the duct bank shall be installed using conduit spacers No 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 in to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 ft intervals. Spacers shall be in the proper sizes and configurations to fit the conduits Locking collars and spacers shall be submitted to the Engineer for review prior to use When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 ft (150 cm) intervals All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4 - 6 in (75 — 150 mm) wide tape 8 in (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT Trenches for single -conduit lines shall be not less than 6 in (150 mm) nor more than 12 in (300 mm) wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 in (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 in (6 mm) sieve. The bedding material shall be tamped until firm Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 in (45 cm) below the finished grade When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 in (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 in (150 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Spectfications.Docx 9-106 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall spaced not less than 3 in (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 in (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 in to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 ft intervals. Spacers shall be in the proper sizes and configurations to fit the conduits Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 in (100 - 150 mm) thick extending approximately 1 in (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 in (100 mm) high and 3 in (75 mm) wide with width of stroke 1/2 in (12 mm) and 1A in (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8 in (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 in in diameter Trenches shall not contain pools of water during back, filling operations The trench shall be completely backfilled and tamped level with the adjacent surface except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 in in diameter. In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface. except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include sodding shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-107 METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated, resolution, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications Payment for Electrical Duct Bank per the plans will be made by type and size of duct bank noted below inclusive of trench and backfill with the designated material Payment for surface trench restoration of existing asphalt pavement per the plans will be made by type of trench surfacing noted below. Unless specifically identified in the plans, all surfacing repair not under one of the below items shall be made per paragraph 1 above. Payment will be made under Item L-110-5 1 Item L-110-5 1 Item L-110-5 1 Item L-110-5.1 Item L-110-5.1 Item L-110-5,2 Item L-110-5,2 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Item L-110-5,3 Electrical Duct Bank, Type 1, L-110 -per linear foot Electrical Duct Bank, Type 3, L-110 -per linear foot Electrical Duct Bank, Type 4, L-110 -per linear foot Electrical Duct Bank, Type 5, L-110 -per linear foot Electrical Duct Bank, Type 6, L-110 -per linear foot Electrical Conduit 2 Inch, L-110 per linear Electrical Conduit 4 Inch, L-110 per linear foot Trench Surfacing Removal and Repair, Type 1 Trench Surfacing Removal and Repair, Type 2 Trench Surfacing Removal and Repair, Type 3 Trench Surfacing Removal and Repair, Type 5 Trench Surfacing Removal and Repair, Type 6 Trench Surfacing Removal and Repair, Type 7 Trench Surfacing Removal and Repair, Type 8 Trench Surfacing Removal and Repair, Type 9 Trench Surfacing Removal and Repair, Type 10 MATERIAL REQUIREMENTS Fed. Spec. W -C-1094 Conduit and Conduit Fittings, Plastic, Rigid (cancelled, replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit, Type EB & A Rigid PVC) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Cable and Conduit Standard 514B Underwriters Laboratories Intermediate Metal Conduit Standard 1242 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Standard 651 Underwriters Laboratories Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete Standard 651A encasement) END OF ITEM L-110 G:\PROJECTS\ 2011 \11049\Specifications\2015.10-19 Alpha Taxiway Specifcations.Docx 9-108 Item L-115 Electrical Manholes and Junction Structures DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (handholes, pull boxes, junction cans, etc.) installed in accordance with this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable) Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. [The Contractor's submittals shall be neatly bound in a properly sized 3 -ring binder, tabbed by specification section ] The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least [twelve (12) months] from final acceptance by the Owner The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 115-2.2 CONCRETE STRUCTURES. Cast -in-place concrete structures shall conform to the details and dimensions shown on the plans. Provide precast concrete structures where shown on the plans Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or Bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 500,000 lb aircraft loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Threaded inserts and pulling eyes shall be cast in as shown G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-109 If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer The Engineer shall review in accordance with the process defined in the General Provisions 115-2.3 JUNCTION CANS. Junction Cans shall be L-867 Class 1 (non -load bearing) or L-868 Class 1 (load bearing) cans encased in concrete The cans shall have a galvanized steel blank cover, gasket, and stainless steel hardware Covers shall be 3/8" thickness for L-867 and 3/4" thickness for L-868. 115-2.4 MORTAR. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall conform to the requirements of ASTM C 150, Type I The sand shall conform to the requirements of ASTM C 144 Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15 percent of the weight of cement used The hydrated lime shall meet the requirements of ASTM C 6 The water shall be clean and free of deleterious amounts of acid, alkalis or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T-26. 115-2.5 CONCRETE. All concrete used in structures shall conform to the requirements of Item P-610, Structural Portland Cement Concrete 115-2.6 FRAMES AND COVERS. The frames shall conform to one of the following requirements a. ASTM A 48 Gray iron castings b ASTM A 47 Malleable iron castings c. ASTM A 27 Steel castings d ASTM A 283, Grade D Structural steel for grates and frames e ASTM A 536 Ductile iron castings f ASTM A 897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 100 psi and maximum load of 500,000 lb All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required 115-2.7 LADDERS. Ladders, if specified, shall be galvanized steel or as shown on the plans 115-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. 115-2.9 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans 115-2.10 CABLE TRAYS. Cable trays shall be of galvanized steel, plastic, or aluminum Cable trays shall be located as shown on the plans. 115-2.11 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110 - Airport Underground Electrical Duct Banks and Conduits. 115-2.12 CONDUIT TERMINATORS. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.13 PULLING -IN IRONS. Pulling -in irons shall be manufactured with 7/8 in (22 mm) diameter hot - dipped galvanized steel or stress -relieved carbon steel roping designed for concrete applications (7 strand, 1/2 in diameter with an ultimate strength of 270,000 psi) Where stress -relieved carbon steel roping is used, G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-110 a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.14 GROUND RODS. Ground rods shall be one piece, solid stainless steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 -feet (240 cm) long nor less than 5/8 in (15 mm) in diameter. CONSTRUCTION METHODS 115-3.1 UNCLASSIFIED EXCAVATION. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part. Dewatering necessary for L-115 structure installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-115. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-115 Item. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 in of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue -and -groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifications.Docx 9-111 115-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables Pulling -in irons shall be set directly into the concrete walls of the structure 115-3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure 115-3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than six (6) in of material is placed above the top of the structure and before any bracing is removed Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill 115-3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 in in thickness measured after compaction to the density requirements in Item P-152 Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill 115-3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete -encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-112 115-3.9 GROUNDING. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 in (154 mm) above the floor. The ground rod shall be installed within 1 ft of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 in diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls The ground bus shall be a minimum of 1 ft above the floor of the structure and separate from other cables. No 2 AWG bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. Hardware connections may be mechanical, using a lug designed for that purpose. 115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold -galvanizing compound conforming MIL -P-21035. Surfaces shall be prepared and compound applied in accordance with manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. The Contractor shall grade around structures as required to provide positive drainage away from the structure Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms Each ground rod shall be tested using the fall -of -potential ground impedance test as described by ANSI IEEE Standard 81 This test shall be performed prior to establishing connections to other ground electrodes 115-3.13 Manhole Elevation Adjustments. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown The Contractor shall be responsible for determining the exact height adjustment required to raise the top of each manhole to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in the field and subtracted/added from the proposed top elevation The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or manhole access. The Contractor shall then install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as required by final grades. Finally, the Contractor shall reinstall the manhole top section or ring and cover on top and check the new top elevation. The Contractor shall construct a concrete slab around the top of adjusted structures located in graded areas that are not to be paved The concrete slab shall conform to the dimensions shown on the plans. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-113 115-3.14 Duct Extension to Existing Ducts. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 Electrical manholes and junction structures shall be measured by each unit completed in place and accepted The following additional items are specifically included in each unit. All Required Excavation, Dewatering Sheeting and Bracing All Required Backfilling with On -Site Materials Restoration of All Surfaces and Finished Grading, Sodding All Required Connections Dewatering If Required Temporary Cables and Connections Ground Rod Testing 115-4.2 Manhole elevation adjustments shall be measured by the completed unit installed, in place, completed, and accepted Separate measurement shall not be made for the various types and sizes BASIS OF PAYMENT 115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the Contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of appurtenances and connections to duct banks and other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the structure 115-5.2 Payment shall be made at the contract unit price for manhole elevation adjustments This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary, including but not limited to, spacers, concrete, rebar, dewatering, excavating, backfill, topsoil, sodding and pavement restoration, where required, to complete this item as shown in the plans and to the satisfaction of the Engineer. Payment will be made under Item L-115-5 1 Item L-115-5.2 Electrical Junction Structure, L-115 -Per Each (size and type per plans) Existing Electrical Manhole/Junction Structure Elevation Adjustment, L-115—Per Each (size and type per plans) MATERIAL REQUIREMENTS ANSI/IEEE Std 81 AC 150/5345-7 AC 150/5345-26 FED SPEC J -C-30 ASTM B 3 ASTM B 8 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle Cable Connectors Cable and Wire, Electrical Power, Fixed Installation (cancelled, replaced by AA - 59544 Cable and Wire, Electrical (Power, Fixed Installation)) Soft or Annealed Copper Wire Concentric -Lay -Stranded Copper Conductor, Hard, Medium -Hard, or Soft END OF ITEM L-115 G:\PROJECTS\2011\11049\ Specifications \2015-10-19 Alpha Taxiway Specifcations.Docx 9-114 Item L-125 Installation of Airport Lighting Systems DESCRIPTION 125-1.1 This item consists of airport lighting systems furnished and installed, relocated, upgrades, and adjusted in accordance with this Item, related Items, and the applicable Advisory Circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the Contract Documents. This Work includes furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units. 1.2 This item includes. • Salvage and Demolition of existing signs, light fixtures, and associated devices and equipment. • L-830 Isolation Transformers • L-858 LED Signs • L-861T(L) Taxiway Edge Light, Elevated • L-867, 868 Basecans • Basecan Spacers/Extensions • Transformer Support Stands 1.3 Additional details pertaining to a specific system covered in this item are contained in the advisory circulars listed below. a. Advisory Circular 150/5340-18 (Latest Edition), Standards for Airport Sign Systems b. Advisory Circular 150/5340-30 (Latest Edition), Design and Installation Details for AirportVisual Aids c. Advisory Circular 150/5345-26 (Latest Edition), Specification for L-823 Plug and Receptacle, cable connector. d. Advisory Circular 150/5345-42 (Latest Edition), Specification for Airport Light Base and transformer housings, junction boxes and accessories. e. Advisory Circular 150/5345-46 (Latest Edition), Specification for Runway and Taxiway Light Fixtures. f. Advisory Circular 150/5345-47 (Latest Edition), Isolation Transformers for Airport Lighting Systems g. Advisory Circular 150/5345-53 (Latest Edition), Airport Lighting Equipment Certification EQUIPMENT AND MATERIALS 125-2.1 GENERAL a. See Item L-100- General Airport Electrical for general materials requirements. b. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53 (Latest Edition), Airport Lighting Equipment Certification Program. c. All other equipment and materials covered by other reference specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. d. All new equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least 12 months from final acceptance by the Owner The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner e. All equipment shall also include all wire and cable connections, the furnishing and installing of all necessary conduits and fittings and all necessary mounting structures. It shall also include the testing of the installation and all incidentals necessary to place the lights in operation as completed units to the satisfaction of the Engineer G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-115 125-2.2 ISOLATION TRANSFORMERS. a. New transformers shall be supplied for new lights b. New isolation transformers for the 6 6 amp series lighting shall be type L-830 and in compliance with FAA specification AC 150/5345-47 "Isolation Transformers for Airport Lighting Systems c. Transformer sizes shall be as shown on plans d. New isolation transformers will be supported by transformer support stands in basecans as shown in the plans and as described in these specifications 125-2.3 TAXIWAY EDGE LIGHTS. a. New taxiway edge lights shall conform to the most recent edition of AC 150/5345-46 (Latest Edition), and shall be a make and model listed in the current A C 150/5345-53 Each light shall be furnished with the manufacturer's recommended size new L-830 transformer, support stand, baseplate and gasket to mount in L-868 base can Fixtures shall have a metallic stem and head assembly. b. New taxiway edge lights shall be L-861T(L) base can mounted (Class 2), 6 6A (Mode 1), 22 -inch high, omni -directional blue polycarbonate lens with heater option. 125-2.4 LIGHTED SIGNS. a. All new lighted signs shall be LED L-858 Size 3, Style 2 (3 -step) Class 2 Mode 2 Legend and arrangement as indicated on plans b. New lighted signs shall conform to the most recent edition of A C 150/5345-44, and shall be a make and model listed in the current A C 150/5345-53 Each sign shall be furnished with new L-830 transformer, support stand, baseplate and gasket to mount in base can. Fixtures shall have a metallic stem and head assembly c. Signs shall be as indicated in the sign schedule unless otherwise noted on the Plans. Signs shall be installed complete with L-867 base can, concrete foundation, transformer, connectors, and conduit. 125-2.5 BASE CANS. a. All new base cans shall meet the requirements of FAA AC 150/5345-42 (latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories" and shall be a make and model listed in the current A C 150/5345-53 b. All new taxiway light bases shall be L-868 base cans and shall be Class IA, steel, Size B, 12 -inch diameter, 24 -inches deep with 1/2 -inch diameter drain hole in the bottom Base can conduit connections shall be 2 -inch threaded hubs c. All new sign bases shall be L-867 base cans and shall be Class IA, steel, Size B, 12 -inch diameter, 24 -inches deep with 1/2 -inch diameter drain hole in the bottom Base can conduit connections shall be 2 -inch threaded hubs d. It is the Contractor's responsibility to provide base cans with the number of factory installed conduit entry points specified on the plans Base cans with two conduit connections shall have those connection points 180 degrees apart (for straight runs) unless shown differently on the plans. Base cans with three 2 -inch conduit connections shall have those connection points 90-90-180 degrees apart unless shown differently on the plans. e. All base cans shall have both internal and external ground lug connections provided by the can manufacturer f. Anti -seize compound shall be applied to threaded connections for all base cans and other appropriate locations Anti -seize compound shall be non -hazardous, contain no metals, and be compatible with stainless steel and nickel alloys. Suitable products include A.S T. Industries Metal- G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-116 Free 2000. Anti -seize coating will not be required if using coated (ceramic-metallic/fluoropolymer) bolts g. New 18-8 stainless steel bolts shall be furnished for all new lights and signs. h. Transformer support stands shall be non-conductive material able to support up to 200 lbs, support isolation transformers 6 inches above the bottom the basecan, and be the product of an airfield equipment manufacturer 125-2.6 SPACERS AND EXTENSIONS a. Spacers and extensions for basecans shall be the product of an FAA approved basecan manufacturer and shall meet the requirements of FAA AC 150/5345-42 (latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." b. Spacers and extensions shall match the bolt pattern, diameter, and rating (L-867 or L-868) of the application. c. Spacers and extensions shall be Class I steel. d. Anti -seize compound and new stainless steel bolts shall be provided for extensions as needed. 125-2.7 COVERS FOR BASE CANS a. Shipping covers and final installation covers for base cans shall be heavy duty and shall be provided per manufacturer's requirements. 125-2.8 CONCRETE a. Concrete shall conform to Specification Item P-610. Plain and reinforced concrete used for in - pavement light encasements and signs bases shall conform to the requirements of Item P-610 125-2.9 PLASTIC CONDUIT a. Plastic conduit and fittings shall conform to the requirements of Fed Spec. W -C-1094 and shall be suitable for underground use either directly in the earth or encased in concrete CONSTRUCTION METHODS 125-3.1 GENERAL The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and supports necessary to insure a complete and operable electrical distribution system for the airport lighting system as specified herein and shown in the plans. The installation and testing details for the systems shall be as specified in the applicable advisory circulars 125-3.2 SIGN AND TAXIWAY LIGHT BASE CAN INSTALLATION. a. Details for the installation of base cans are shown on the plans. Concrete surrounding base can shall be cast in place. b. Excavate a hole only as large as necessary to install the base can with a minimum of backfill material. Provide sand in bottom of hole with depth as shown on Drawings. c. The base shall be supported in the excavation so that the top flange is within +/-1 degree of level and at the elevation and location required to meet the requirements of light unit installation and alignment. Backfilling shall not cover exposed conduit ends unless sealed. d. Attaching conduits shall be installed during the leveling process and in such a manner to assure proper alignment and attitude. Watertight coupling connections shall be made at the base can. e. For base can installation in non -paved areas, grade material surrounding the base can away from the light base assuring positive drainage away from the light. The base can shall have its plywood protective cover reinstalled until time to install cables, transformers and light units. Clean all debris from new or modified base cans prior to final closure. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-117 f. For base cans in paved areas, provide a steel paving cover until time to install cables, transformers and light units. Clean all debris from new or modified base cans prior to final closure 125-3.3 LIGHT FIXTURE AND SIGN INSTALLATION a. Runway and taxiway guidance signs shall be installed in paved or unpaved areas in accordance with details on the Plans, unless otherwise noted. All signs shall be installed such that the sign legend is installed level and any variance in mounting surface grade is compensated for with sign leg adjustments during installation b. Immediately after each new guidance sign is installed along an active taxiway, it shall be covered The cover shall be secured to the sign with tape, cord, or other suitable means. Tape shall not be applied directly to any surface of the new signs. Cover material shall be black, High Density Polyethylene (HDPE) sheeting, minimum 10 MIL, and shall be secured to the sign and withstand movement and unveiling by wind or 200 mph jet blast. Any shifting or movement of the cover shall be corrected immediately by the Contractor. Covers shall be removed upon completion of the project or as directed by the Engineer 125-3.4 TEMPORARY REMOVAL OF RUNWAY EDGE LIGHTS. Temporary removal of existing lights shall be done carefully to prevent damage to the lights, filters, or base plates. It is the responsibility of the Contractor to repair or replace any equipment damaged during removal or re -installation of equipment. Light bases shall be covered with aircraft bearing mud covers during the time the light is removed by means described in the Plans. All voids from the excavated area shall be backfilled with P-209 crushed aggregate base course in layers not to exceed 8 inches and be compacted to a minimum of 100% of the maximum density as determined by ASTM D1557 The contractor shall retain and protect electrical conduit cables for connection to new lights at those locations where removal of is specified The lights shall be reconnected to their respective circuit. 125-3.6 TESTING The airfield lighting system shall be restored to service at the end of each work shift unless noted otherwise in the project schedule documents or approved by the Engineer The contractor shall check modified wiring for continuity, freedom from grounds, and perform a visual check that all lights and signs to be placed in service are working properly 125-3.7 TRAINING Provide 6 hours of training for airport maintenance personnel Review layout of airfield cable as noted on red -lines, and the O&M manual Arrange a mutually convenient training time with Airport Manager Training shall be performed by an electrician involved in the installation of the equipment. 125-3.8 SALVAGE AND DISPOSAL a. The contractor shall execute reasonable care in removing installed equipment to avoid unnecessary damage b. All existing lighted signs, light fixtures and isolation transformers that are noted for demolition will be salvaged and turned over to Yakima Air Terminal as noted on the drawings. c. The contractor shall give the Airport Personnel 48 hours' notice prior to disposal of all other equipment removed from service Method of notification shall be established at pre -construction meeting. The Airport Personnel shall select those items that the airport elects to keep or salvage. The contractor shall be responsible for disposing of the remaining material at an off-site, licensed facility BASIS OF PAYMENT 125-4.1 Payment. Payment shall be made per Unit Price Bid Proposal Sheet and as described in Bid Item Description for Electrical Improvements located on in Section L-100 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-118 Item L-150 Installation of Regulator L-828 CCR DESCRIPTION 150-1.1 This item shall consist of furnishing and installing the L-828 constant current regulator (CCR) in accordance with these specifications. This item shall also include all circuit breakers, wire and cable connections, the furnishing and installing of all necessary conduits and fittings and all necessary mounting structures It shall also include the testing of the installation and all incidentals necessary to place the CCR(s) in operation as completed units to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 150-2.1 L-828. The L-828 CCR(s) shall be ETL certified according to the requirements of FAA Advisory Circular 150/5345-10 (current edition) "Specification for Constant Current Regulators and Regulator Monitors." The L-828 shall be air cooled, thyristor based and shall be 20kW, Class 1, 6 6A , Style 1, 3 -step, with an input voltage of 240VAC, single phase, 60Hz. The remote control voltage shall be 120VAC. See Item L-100- General Airport Electrical for general materials requirements. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53 (Latest Edition), Airport Lighting Equipment Certification Program. 150-2.2 EQUIPMENT SUPPLIED. A quantity of 1 FAA L-828 CCR shall be supplied Each CCR shall include one Instruction Manual. 150-2.3 CCR. The CCR shall supply three precision output levels to power the airfield lighting circuit. Output current levels shall be maintained within ±3% at any intensity step Nominal output current levels shall be maintained even when 30% of the isolation transformers have open secondaries If input power loss occurs, operation shall resume within five seconds after restoration of input power. The CCR shall use an air-cooled design to eliminate the need for oil containment reservoirs. Constant current regulation shall be obtained by using thyristors to switch the supply power (varying the ON duration of the AC cycle) to the power transformer and by using feedback circuitry to monitor the transformer's output. When the load varies, the feedback circuit shall change the control voltage level, which changes the conduction angle of the AC voltage to the thyristors to allow power to efficiently flow into the power transformer. Each thyristor CCR shall contain components that limit high frequency harmonic content in either input or output circuits. The input power factor shall be 0.95 minimum for 15kW to 30kW CCRs. The efficiency shall be 90%. To maximize efficiency and primary power factor, power taps shall be present on the output winding of the main transformer. These manually adjustable power taps shall be present in 10% increments from 10% to 100% on all CCR sizes. A single control board shall be used for all versions of the CCR to make troubleshooting easier and to minimize spare parts The CCR shall have output current surge limitation and soft -start to provide maximum airfield lamp protection. The CCR shall include overcurrent and open -circuit protection. No tools shall be needed to open a hinged front access door. To improve safety, no high voltage shall be present inside the front door area. Lightning protection on both the input and output of the CCR shall be provided It shall be possible to field upgrade the L-828 CCR to an L-829 CCR. 150-2.4 PRODUCT SELECTION FOR RESTRICTED SPACE Space for installation of regulator is limited. Contract Document plan drawings indicate typical physical sizes or dimensions for equipment, including clearances between regulator and adjacent surfaces and items. Regulators with larger dimensions may be acceptable, but it is the responsibility of the Contractor to submit detailed drawings showing the required revisions to the electrical plans to accommodate equipment with larger dimensions. The Contractor shall coordinate the size of the regulator with the available space and shall verify that the proposed equipment is capable of being installed in the available space prior to making a submittal. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-119 Equipment of dimensions larger than the available space shall not be submitted, and if submitted, will be rejected The decision of the Engineer as to the acceptability of equipment with larger dimensions than as shown on the Contract Document plan drawings will be final If the larger equipment is deemed acceptable, it is the Contractor's responsibility to provide any required revisions to the electrical design without additional cost to the Owner 150-2.5 MISCELLANEOUS VAULT BUILDING AND TOWER ELECTRICAL ITEMS ASSOCIATED WITH REGULATOR 120 volt or 240 volt branch circuits in vault building shall be Class B stranded, copper conductor with type THWN or XHHW Insulation No 12 AWG minimum diameter Sizes No 10 and No 12 may be solid conductor Size and quantity shall be as shown on plans. Conduits in vault building shall be electrical metallic tubing - galvanized steel. Size and quantity shall be as shown on plans Couplings and connectors shall be compression type employing a split, corrugated ring and tightening nut. They shall be steel Cast metal or malleable iron will not be acceptable. Connectors shall be complete with integral bushings and locknuts Indent or set screw couplings and connectors are not acceptable Control wiring in vault building shall be Class C stranded copper conductor THHN insulated No. 14 AWG minimum diameter. Size and quantity shall be as shown on plans Provide new circuit breaker in existing GE switchboard in vault building to serve regulator. Circuit breaker shall be molded case, thermal -magnetic trip, trip -free with non -interchangeable, non-adjustable trip unless otherwise noted Breaker shall meet the integrated equipment rating required for the available short circuit current at the equipment in which they are used Series rating of circuit breakers is not permitted Salvage existing circuit breaker to Owner. Remove existing nameplates and provide new nameplates on existing control tower console located in existing control tower as shown on plans CONSTRUCTION METHODS 150-3.1 PLACING THE L-828 CCR. The contractor shall provide each L-828 CCR as specified and as shown in the plans The L-828 shall be mounted in the Vault Building at the location shown on the plans. At the Contractor's option, the CCR may be located at an alternate location as shown on the plans if more convenient to accommodate the size of the regulator 150-3.2 TESTS. The CCR shall be calibrated according to the manufacturer's instructions using a True RMS meter An open -circuit test, conducted according to the manufacturer's instructions, shall also be performed The CCR shall then be fully tested by continuous operation for not less than 24 hours prior to acceptance. The test shall include operating the constant current regulator in each step (Local and Remote) not less than 10 times at the beginning and end of the 24-hour test. 150-3.3 SALVAGE AND DISPOSAL. A. The contractor shall execute reasonable care in removing installed equipment to avoid unnecessary damage B The constant current regulator that is noted for demolition will be salvaged and turned over to Yakima Air Terminal as noted on the drawings C. The contractor shall give the Airport Personnel 48 hours' notice prior to disposal of all other equipment removed from service. Method of notification shall be established at pre -construction meeting The Airport Personnel shall select those items that the airport elects to keep or salvage The contractor shall be responsible for disposing of the remaining material at an off-site, licensed facility. G\PROJECTS\2011\11049\Specifications\ 2015-10-19 Alpha Taxiway Specifications.Docx 9-120 BASIS FOR PAYMENT 150-5.1 Payment. Payment shall be made per Unit Price Bid Proposal Sheet and as described in Bid Item Description for Electrical Improvements located in Section L-100. END OF ITEM L-150 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-121 Item L-853 Runway and Taxiway Retroreflective Markers, L-853 DESCRIPTION 853-1.1 This specification covers the requirements for retroreflective markers for airport runways and taxiways EQUIPMENT 853-2.1 Type II retroreflective markers are covered by this specification A. Type II, Elevated Marker for Edge Marking 853-3.1 REFERENCED DOCUMENTS. The following is a listing of documents referenced in this specification: A. FAA Advisory Circulars (AC's). AC 150/5345-53 Airport Lighting Equipment Certification Program B. Military and Federal Publications. MIL -STD -810F Environmental Engineering Considerations and Laboratory Tests 1 January 2000 C. Federal Specifications and Standards. L -P-380 Plastic Molding Material Methacrylate D. American Society for Testing and Materials (ASTM) Standard. ASTM D 4956-09 Standard Specification for Retroreflective Sheeting for Traffic Control 853-3.2 DOCUMENT SOURCES. FAA ACs may be obtained from Website http.//www.faa.gov/airports/resources/advisory circulars/ Military standards and specifications publications may be obtained from DAPS/DODSSP Building 4, Section D 700 Robbins Avenue Philadelphia, PA 19111-5094 Telephone: (215) 697-2179 Fax: (215) 697-1460 Website https://assist.daps.dla.mil/online/start/ NOTE: use must establish and be approved for a personal account to download documents See ASSIST website instructions G:\PROJECTS\2011 \11049\Specifications\ 2015-10-19 Alpha Taxiway Specifications.Docx 9-122 Federal specifications and standards may be obtained from Federal Supply Services Specification Section 470 L'Enfant Plaza East SW Suite 8100 Washington, DC 20407 Telephone. (202) 619-8925 Fax: (202) 619-8985 Website https./lassist.daps.dla.mil/online/start NOTE: User must establish and be approved for a personal account to download documents. See ASSIST website instructions. ASTM standards may be obtained from. ASTM International 100 Barr Harbor Drive P O Box C700 West Conshohocken, PA 19428-2959 Telephone. (610) 832-9585 Fax: (610) 832-9555 Website: http./www astm.org REQUIREMENTS 853-4.1 RETROREFLECTIVE MATERIAL REQUIREMENTS. A. CONSTRUCTION. Retroreflective material is designed to reflect light approaching at an oblique angle back towards its source. Retroreflective material for use on this project: 1. Flexible sheeting with a smooth face, embedded optical retroreflective elements, and an adhesive backing (referred to herein as sheet retroreflectors). B. CONFIGURATION. The configuration of the retroreflective material on a marker should be designed to maximize its visibility. When the viewer if facing the marker, it must be visible as a single color with a continuous unbroken surface. Separated color strips (bands) of the same color or differing colors laid out across the marker face must not be used. In the case of a bidirectional marker, only a single color per side must be visible 1. Type II Sheet Retroreflectors. a. Taxiway edge markers will be solid blue in color. C. SHEET RETROREFLECTOR REQUIREMENTS. 1. The sheet retroreflectors material must be manufactured and perform per the requirements of ASTM D 4956-09, Standard Specification for Retroreflective Sheeting for Traffic Control. The manufacturer may use Class 1 through 4 adhesive backings. 2. The sheet retroreflectors material used must be Type III Sheeting or higher per ASTM D 4956-09 See ASTM D 4956-09, Table 4, Type III Sheeting, for the minimum reflection coefficients (RA) for colors white, green red, and blue. D. ENVIRONMENTAL REQUIREMENTS. All retroreflectors markers must withstand the following environmental conditions. 1. Temperature. Exposure to any temperature from -67° F to +149° F (-55° C to + 65° C). G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-123 2. Wind. Exposure to wind speeds up to 100 mph (161 kilometers per hour (km/h)) from any direction 3 Salt Fog. Exposure to a salt -laden atmosphere 4 Sunshine. Exposure to solar radiation. 5 Weather. Exposure to all normal operating environmental conditions 6 Humidity. Exposure to any relative humidity between 10 and 95 percent. E. TYPE II MARKER. 1 Design. a The marker must be cylindrical surface with sheet retroreflectors attached and as compact as practical while presenting the required retroreflective area b The retroreflective material must be at least 2 inches (5 1 cm) above the ground when mounted or 3 inches (7 6 cm) if a frangible coupling is used 2 Cylindrical Markers. a. For a cylindrical surface marker, at least 96 in2 (619) cm2) of sheet retroreflectors material must be wrapped uniformly about the cylinder. The sheeting must extend up to the top of the cylinder b The minimum cylinder diameter is 2 1/4 inches (5 715 centimeters (cm)). The maximum cylinder diameter is 8 inches (20 3cm). c. The overall height of the marker must not be less than 14 inches (35.6 cm) above ground and not greater than 30 inches (76.2 cm) so as to present less of an obstruction to aircraft and a lower profile to the wind See the requirements for the installation of taxiway edge reflectors in AC 150/5340-30 F. CONSTRUCTION. 1 Mounting System. The Type II marker is intended to delineate airport movement areas. Markers may be mounted on paved or unpaved surfaces. a. The manufacturer must provide a mounting system that is appropriate for the type of surface (bituminous, grass, concrete) b The mounting system must withstand the required wind loading per paragraph 3.2.2. c. The mounting system must be designed to prevent the marker components from being ingested by jet aircraft. 2. Type II Marker Frangibility and Tethering. a. The Type II marker must be designed to be either flexible or mounted with a frangible fitting (with a breaking point no more than 3 inches above grade) so that it will minimize damage to an aircraft if it strikes the marker. b. To utilize a non -frangible mounting, the Type II marker must readily bend or flex when struck so as to minimize damage to an aircraft or vehicle G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-124 c. Each Type II marker and mounting system must withstand a wind speed of 100 mph (161 km/h) without permanent deformation and must retain its original shape and position in winds up to 50 mph (80 km/h). d. A tether anchor hard point is required for Type II markers that are designed to break rather than bend or flex. The tether must be a weather and corrosion resisting material capable of securing the retroreflectors when separated from its base or mounting stake and prevent a Foreign Object Debris (FOD) hazard. 3 Materials. a Any metal used in the Type II marker or associated mounting hardware must be corrosion resisting, plated, or treated to resist corrosion. b The sheet retroreflectors material for all Type II markers must be securely fastened to the marker body so that it will not slip or loosen when exposed to the specified environmental conditions. 4 Salvaged Items. a. All existing retroreflective markers removed as part of the project shall be salvaged to the Owner and neatly piled at the Airport Maintenance Building. 853-4.1 MEASUREMENT. Measurement for "Retroreflective Marker, L-853" shall be per each unit fully installed and accepted by the Owner. 853-5.1 PAYMENT. Payment for "Retroreflective Marker, L-853", per each shall be full compensation for all labor, tools, equipment, and materials to furnish and install the markers at the locations shown on the plans and as specified herein. END OF ITEM L-853 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-125 L-858 Runway and Taxiway Signs 858-1.1 Scope. This specifications covers the requirement both lighted and unlighted signs used on airport taxiways and runways. 858-1.2.1 Types of Signs. The following types of signs are part of this specification: a. Type L -858Y Direction, Destination, and Boundary signs - black legend on a yellow background. b Type L -858R Mandatory Instruction sign — 3/4 -inch (19 mm) ± 1/8 -inch (3.2 mm) black outline on outside edge of white legend on a red background. NOTE: The black outline is considered as background and does not add to the spacing to the next character or border c Type L -858L Taxiway Location signs - yellow legend and border on a black background The yellow border is inset from the inner edge of the sign to provide a continuous black margin. 858-1.2.2 Sizes of Sign Legend Panels. The sign size is dependent on the vertical dimensions of the viewable legend panel and is not an overall dimension for the sign A manufacturing tolerance of ± 1 inch (25 4 mm) applies to all sign panel sizes a Size 1 18 inch (in ) (457 millimeters (mm)) legend panel with a 12 in (305 mm) legend. b Size 3 30 in. (762 mm) legend panel with an 18 in (457 mm) legend. 858-1.2.3 Styles of Signs. a. Style 2 — powered from a series lighting circuit of 4 8 to 6.6 amperes (A) b Style 4 — unlighted signs - applicable only to Type L -858R, L -858Y, and L -858L. 858-1.2.4 Classes of Signs. a Class 2 — operation from -40 degrees F (-40 degrees C) to 131 degrees F (55 degrees C) environment. 858-1.2.5 Modes of Signs. a Mode 2 — must withstand wind loads of 200 mph (322 kph). 858-1.2.6 Definitions. The following definitions are used throughout this specification a Message element — the use of characters, symbols, or a combination of characters and symbols in its simplest form used to communicate a location, direction, or action where aircraft operate b Message array — message elements that are contained in one sign housing c. Sign face — the viewable portion of a sign consisting of three parts. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-126 1 Legend — the inscription on the sign panel that conveys information to the viewer. All legend heights must be measured in a straight vertical plane. 2. Viewable Legend Panel — the viewable retroreflective background portion of the sign used for presenting information via the legend The black margin on a Type L -858L legend must be considered retroreflective for the purpose of the "viewable" area. 3 Sign Frame — the viewable portion of the frame when the sign is viewed from the front. 4. While the standard convention is to stop/start spacing measurements at the inner edge of the sign, the outside edge must be used as the start/stop point only in situations where using the outside edge in the measurement prevents the sign from increasing an additional module length 5. The viewable portion of the sign face does not include any portion of the sign panel that is obscured by the sign frame. d. Proportionality — all characters, numerals, and other graphics used in a sign are uniform in size and spaced. e. Readability — a measure of how well the viewer can interpret the intended message of a sign f. Sign — refers to a complete assembly that includes the sign housing, the retroreflective panel, the legend, the associated electrical components, and the sign mounting components. g. Sign face — refers to the entire projected area of the sign, including the viewable legend panel and the sign frame h Sign border — for L -858L (taxiway location signs), the sign border is the yellow square that encloses the yellow legend character(s). For signs with no border (L -858Y and L -858R) the border is the portion of the sign panel that excludes the legend. i. Sign margin — only applicable to L -858L signs. The margin is a black square that is outside the yellow sign border j. Sign edge — the portion of the sign frame that retains the sign panel that is part of the sign face. k. Sign array — message elements that may be within multiple individual housings. SECTION 2. REFERENCE DOCUMENTS. a. Federal Communications Commission (FCC) Code of Federal Regulation (CFR) Part 15, Subpart B, Unintentional Radiators, of Title 47, CFR Copies of FCC documents may be obtained from: Government Printing Office (GPO) website: www.qpo.qov b American Society for Testing and Material (ASTM) Standard. D 4956, Specification for Retroreflective Sheeting for Traffic Control G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-127 Copies of ASTM standards may be obtained from: American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 Website: www.astm.org c. Military Standards (MIL -STD). MIL -STD -810F, 1 January 2000, Environmental Test Methods Copies of Military Standards may be obtained from: Website quicksearch.dla.mil d Illuminating Engineering Society (IES). LM -52, Calibration Copies of IES standards may be obtained from: Illuminating Engineering Society 120 Wall Street 17th Floor New York, New York 10002 Website www.iesna.orq/ e Society of Automotive Engineers (SAE). AS25050, General Requirements for Color, Aeronautical Lights, and Lighting Equipment SAE World Headquarters 400 Commonwealth Drive Warrendale, PA 15096-0001 Website: www.sae.org f Institute of Electrical and Electronics Engineers (IEEE) Publications. IEEE C62 41-1991 IEEE Recommended Practice on Surge Voltages in Low -Voltage AC Power Circuits IEEE C62.45 IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage (1000 V and Less) AC Power Circuits Copies of IEEE standards may be obtained from IEEE Customer Service Center 445 Hoes Lane P 0. Box 1331 Piscataway, NJ 08855-1331 Tel: (800) 678-4333 FAX: (732) 981-0060 (Worldwide) FAX: (732) 981-9667 Website: shop.ieee.orq/ieeestore G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-128 SECTION 3. EQUIPMENT REQUIREMENTS. 858-3.1 Equipment Supplied with Sign. Each sign, including the mounting legs and hardware, must meet all the specification requirements in this document. Lighted signs must include: a. An electrical disconnect (paragraph 3.2.5.8). b. Any series lighting circuit adapter units (see paragraph 3.2 5.9c) for Style 2. c. Two instruction booklets (see paragraph 3.2.5.15). 858-3.2 Sign Environmental Requirements. Signs and all their required components must be designed for continuous outdoor use under the following conditions: 858-3.2.1 Sign Temperature Requirements. Signs must withstand the following operating temperature ranges: a. Class 2 signs: -40° to +131° F (-40° to +55° C) b Shipping and storage temperature ranges for Class 1 and 2 signs are from -67° F (-55° C) to 131° F (55° C) 858-3.2.2 Wind. Signs must withstand the following wind velocities: a Mode 2 signs must withstand exposure to a wind speed of 200 mph (322 kph). 858-3.2.3 Rain. All signs must withstand exposure to wind driven rain 858-3.2.4 Sunlight. All signs must withstand exposure to direct sunlight. 858-3.2.5 Lighted Signs Requirements. 858-3.2.5.1 Lighted Sign Construction. a Signs must be constructed of lightweight, nonferrous materials for installation on a concrete pad b All the required mounting hardware, except anchor bolts, must be supplied with each sign. c. Signs must be designed so lamps are easily accessible for replacement with common hand tools. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-129 d Lighted signs are not mounted on stakes. 858-3.2.5.2 Lighted Sign Sizes. The dimensions of lighted signs must be per Table 1 below. Sign lengths must be chosen to show only complete message elements and be the shortest possible length If a sign utilizes a housing that has legends on both sides, the longest legend making use of the shortest possible length will determine the length of sign used When required, a sign array may contain multiple sign housings of the same size (mounting and face height) installed end-to-end on a straight line a. When multiple sign housings are used, the separation distance between individual sign housings must be 3 to 12 inches (76 to 305 mm) Internally and externally lighted signs may not be installed in the same message array b The horizontal spacing/separation distance between message elements in a sign array within a common continuous housing must be between at least 3 inches (76 mm) and must not exceed 16 inches (406 mm) for a Size 3 sign 1 The spacing/separation distance is defined as the message element character's closest horizontal point to the adjacent message element character's closest horizontal point. 2 If an L -858Y message element is adjacent to an L -858L message element, then the horizontal spacing/separation distance is measured from L -858Y character's adjacent edge to the L-858L's adjacent margin. d The space between words or groups of characters forming an abbreviation or symbol should be equal to 0 5 to 0 75 of the height of the character used Table 1. Sign Dimensions Sign Legend Height Viewable Legend Height Panel Overall Mounting Height Maximum Overall Length Size inches mm inches mm inches mm inches mm 1 12 305 18 457 24-30 610-762 120 3048 3 18 457 30 762 36-42 914-1067 170 4318 858-3.2.5.3 Lighted Sign Mounting Legs. a The frangible groove in the mounting legs for each sign must be located 2 inches (51 mm) or less above the concrete base pad or stake. b. Mode 2 sign frangible points must withstand wind loads from jet blasts up to 200 mph (322 kph), but must break before reaching an applied static load distributed over the legend panel surface of 1 3 pounds per square inch (psi) (9 kilo Pascals (kPa)) c Legend panels and panel supports must withstand, at a minimum, the same pressure at which the frangible points are designed to break. d Sign tether anchor hard points must be provided on one sign mounting leg above the frangible breaking point. Tether anchor hard points must be provided so that one end of the tether attaches to the sign structure, and the other end attaches below the frangible point on the coupling to either one of the leg mounting bolts or an independent bolt in the sign concrete mounting pad. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-130 1 1 a e. Signs that consist of multiple separate housings (not connected together in a continuous frame) must have a minimum of one tether per housing f Signs that use multiple modules connected together in a continuous frame must use a tether at both ends 858-3.2.5.4 Lighted Sign Faces. a. Signs must be either single face with a message on one side or double face with a message on two sides. b. The sign faces must use retroreflective material(s) and meet the requirements of ASTM D4956, for Type I Sheeting, Retroreflective Material, when installed c. The retroreflective material must not be warped or wrinkled d. The spacing, stroke, and shape of legend characters, numerals, and symbols must be per Appendices A and B of this Advisory Circular. e. Type L -858L sign faces must have a margin and a border per paragraph 3.2.5.4.1. f. Lighted sign message dividers must be per paragraph 3.2 5 4.2. g. Panel joints must be the same color as the sign background so as not to give the appearance of a message divider 858-3.2.5.4.1 Margin and Border for Type L -858L Signs. The sign faces of sign Type L -858L must have the following characteristics (manufacturing tolerance is ± 1/8 inches (3.2 mm) for sizes listed below). a A continuous yellow border 13/16 inches (21 mm) wide for size 1 signs. b. A continuous yellow border 1-1/4 inches (32 mm) wide for size 3 signs c. Both the border and legend must be yellow d. The border must be set in from the inner edge of the sign to yield a continuous black margin of 11/16 inches (17 mm) for Size 1 signs (manufacturing tolerance is ± 1/4 inches (6.4 mm)) e. The border must be set in from the inner edge of the sign to yield a continuous black margin of 2.0 inches (51 mm) for Size 3 signs (manufacturing tolerance is ± 1/4 inches (6 4 mm)) f. The horizontal distance from the edge of a sign character or numeral to the inside edge of the sign border must conform to the dimensions in Appendix A, Table 10. 858-3.2.5.4.2 Lighted Sign Message Dividers. a. Vertical message dividers must be used to separate the message elements of a sign array. b. Message dividers must Lisa be used to separate Type L -858L signs from Type L -858Y or Type L -858R signs when they are co -located. Message dividers must be: 1. 1-5/16 inches (33 mm) in width for size 1 signs 2. 2 inches (51 mm) in width for size 3 signs. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-131 c The manufacturing tolerance is ± 1/8 inches (3.2 mm) for dimensions in paragraph b1 through b2 d Sign message dividers must extend from the top to the bottom of the legend panel e The sign message divider color must be the same as the legend color. A black outline is required for Type L -858R message dividers 858-3.2.5.5 Lighted Sign Power. a. Style 2 signs must be internally lighted b. Style 2 signs must operate from an airport series lighting circuit with a current range of 4 8 to 6 6 amperes (A) c. For Style 2 signs, there must be no noticeable variance of luminance throughout the range of constant current regulator brightness steps viewed under the conditions in paragraph 4 1 1.1 h through k. The signs must meet the luminance requirements in paragraph 3.2 5 6 throughout the current ranges of the associated series circuit. d Style 2 sign power factor, when measured at the isolation transformer primary winding power leads, must be not less than 0 7 when operated at all current step settings. 858-3.2.5.6 Sign Luminance. a. The background of Type L -858Y signs and the legends of Type L -858R and L -858L signs must have an average luminance of 10 to 30 foot lamberts (fL). b The sign type must be readily identifiable up to 800 feet (ft.) (244 meters (m)) when it is viewed during the day or lighted at night. c. Style 2 signs must be compatible with all L-828 regulators 858-3.2.5.7 Sign Internal Lamp Failure The failure of any light source within a sign must not result in a potential miscommunication of the intended message to a pilot. If the failure of an internal lamp(s) in a sign causes a panel or any section of a panel to be dark, or have an average luminance less than the minimum required in paragraph 3 2.5.6a, sign operation must be automatically discontinued 858-3.2.5.8 Electrical Disconnect. a. All lighted signs must be equipped with a power input disconnect cable terminated with a Type II plug b The length of power disconnect cable must be at least 6 inches (152 mm) longer than required to permit the plug end to reach the top of the concrete pad on which the sign is mounted. c. A cable clamp or similar restraining device must be provided in the sign to prevent strain on the cable terminal connections when the cable plug is pulled apart. d. There must be no above ground power cable connections to signs. Power to a sign or sign array must be provided through breakaway cable connectors installed within the frangible point portion of the sign's mounting legs e There must be no external above ground electrical connection between signs in a sign array f. The sign manufacturer must offer an optional ON/OFF power switch that is appropriate for the style of lighted signs. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-132 858-3.2.5.9 Style 2 Signs. a. Signs operated in a series lighting circuit must work at any current value within the circuit current range and must not flicker after stabilization of the selected current setting step per the time. b. Power input to lighted signs from the series lighting circuit must be made through an isolation transformer of the proper rating. c. Isolation transformers are separate equipment items and are not supplied or integral to the sign unit. d The external power adapter unit must be delivered with an output cable at least 24 inches (610 mm) long and terminated with a Type II, Class A, Style 7 receptacle e. If an isolation transformer is integral with the external power adapter unit, the power input leads must be at least 24 inches (610 mm) long, with one lead terminating in a Type I, Class A, Style 9 receptacle 858-3.2.5.10 Lighted Sign Materials and Components. a. All materials used in fabrication of the signs and mounting hardware must be suitable for their purpose and protected against corrosion. b. All sign assembly hardware and latches must be Society of Automotive Engineers (SAE) 304, 316, or 18-8 stainless steel. c. All wiring and components must be properly rated and not operated in excess of the component manufacturer's recommended ratings. d. At the time of certification, sign lamps used are listed and inclusive. 858-3.2.5.11 Lighted Sign Finish. a. External surfaces of signs, excluding the mounting legs and face panel, must be a low luster black finish. b. Paint coatings or surface treatments on nonmetallic surfaces must be equal in quality to those on metal surfaces. c. Paint coatings and surface treatments must be free from any runs, blotches, and scratches. 858-3.2.5.12 Nameplate. a. Each sign must have a nameplate showing. x Type x Size x Style x Class x Manufacturer's name and address x Date of manufacture x Catalog number x Lamp data including the lamp type and rating. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-133 b The nameplate on Style 2 signs must show the total maximum VA load and power factor measured on the primary side of the isolation transformer The load indicated must represent the worst case VA loading anticipated on the lighting circuit regulator including any ballasts and/or adapter units required for sign operation c. Nameplates must be fabricated from materials that will resist fading and cracking arising from exposure to weather, salt laden air, and sunshine. d. The material for the nameplate should be of the same or better durability than the sign frame material 858-3.2.5.13 Frangible Couplings. Each frangible coupling must be permanently marked with the manufacturer's name (may be abbreviated) and the size of sign for which the coupling is rated. 858-3.2.5.14 Workmanship. a. All signs must be fabricated under the highest quality commercial assembly standards and workmanship. b. All wiring must be neatly run and laced. c. All sharp edges and burrs must be removed 858-3.2.5.15 Instruction Booklet. a Two instruction booklets must be included with each order of signs b The instruction booklets must include x Sign installation instructions x Sign maintenance procedures. x Troubleshooting procedures (including operating voltages and point readings). x Complete parts list. x The lamp voltage or current necessary to meet the luminance levels in paragraph 3.2 5 6 of this document. 858-3.2.6 Unlighted Sign Requirements. 858-3.2.6.1 Unlighted Sign Construction. a The sign panel must be designed for installation on a concrete pad b All required mounting hardware, except the anchor bolts, must be supplied with the sign. 858-3.2.6.2 Unlighted Sign Materials and Components. a. Sign panels must be made from aluminum. b The aluminum sheet must be free from any laminations, blisters, open seams, pits, holes, or other defects. c. The aluminum sheet thickness must be uniform and the fabricated sign blank flat to commercial standards d All sign mounting hardware must be suitable for its intended purpose and protected from corrosion. G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-134 e. All sign screws, bolts, nuts, and washers, must be alloy SAE 304, 316, or 18-8 stainless steel f. An insulating material must be used between any aluminum and steel material in direct contact to prevent galvanic corrosion. g. Retroreflective material(s) used must meet the requirements of ASTM D4956 Specification for Retroreflective Sheeting for Traffic Control, for Type Ill or Type IV sheeting. 858-3.2.6.3 Unlighted Sign Sizes. a. The sign dimensions given in Table 1 must be used for all unlighted signs, with the addition of the following minimum sign length dimensions: 1 Size 1 - 30 inches (762 mm) b. Sign lengths must be selected to fit only complete message elements. 858-3.2.6.4 Unlighted Sign Mounting Legs. All requirements in paragraph 3.2.5.3 apply with the following additions. a. Sign support legs must be mounted to the back surface of the sign so there is no obstruction to any portion of the sign front. b The frangible points for Mode 1 signs must withstand wind loads from jet blasts of 100 mph (161 kph), but must break before reaching an applied static load over the legend panel of 0 9 psi (6.21 kPa) c. Mode 1 signs must withstand 100 mph (161 kph) winds and jet blast/prop wash from aircraft without bending or changing shape. 858-3.2.6.5 Unlighted Sign Faces. a The sign background, except for black, must consist of retroreflective sheeting applied to signs prepared per the recommendations of the sheeting manufacturer. b The sign panel and sheeting must have a smooth surface of uniform color, free of cracks, wrinkles, blisters, and warps. c. Sign messages must be formed to provide a continuous stroke width with smooth edges and present a flat surface free from warps, blisters, wrinkles, and burrs d. The background and legend color must meet the requirements in this specification e. Sign faces must be constructed by the direct applied characters process or the screen process per paragraphs 3.2.6.5 1 and 3.2.6.5 2 f. The spacing, stroke, and shape of legend characters, numerals, and symbols must be per Appendices A and B g. Type L -858L sign faces must have a margin and a border per paragraph 3.2.6.6 h Corners of sign faces must be rounded to a radius of 1 -1/2 -inches r 1/8 inches (38 -mm r 3 mm) G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-135 858-3.2.6.5.1 Direct Applied Character Process Letters, numerals, symbols and the border of signs must be cut from retroreflective sheeting and applied per the manufacturer's recommendations. 858-3.2.6.5.2 Screen Process a. Letters, numerals, symbols, and the border of signs must be applied to the retroreflective sheeting or opaque background of sign by direct or reverse screening b Messages for Type L -858Y signs must be applied to retroreflective sheeting by a direct screening process c. Sign messages for Types L -858L and L -858R signs must be produced by the reverse screening process 858-3.2.6.6 Margin and Border for Type L -858L Unlighted Signs. See paragraph 3.2.5 4 1; all requirements apply to unlighted signs. 858-3.2.6.7 Unlighted Sign Message Dividers. Not Used. 858-3.2.6.8 Unlighted Sign Finish. The back panel of the sign must be painted with a primer coat and low luster, flat black, finish coat or equivalent. 858-3.2.6.9 Unlighted Sign Frangible Couplings. See paragraph 3.2 5 13, all requirements must apply to unlighted signs. 858-3.2.6.10 Workmanship. All signs must be fabricated under the highest quality commercial assembly standards and workmanship. The sign must be fabricated so all sharp edges and burrs are removed Painted surfaces must be free from any runs, blotches, and scratches 858-3.2.6.11 Instruction Booklet. a. Two instruction booklets must be included with each order of signs. b The instruction booklets must include Sign installation instructions Sign maintenance procedures Complete parts list. G.\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-136 SECTION 5. PRODUCTION. All production sign panels must be inspected for compliance to the requirements of this AC for: a dimensions, b. materials, c. finish, d. quality of workmanship, e visual presentation (data must be acceptable to 3rd party certification body). Panels using retroreflective material must also be inspected to ensure that it is smooth and free from irregularities with the exception of the panel joints in modular signs. All the panel joints of modular signs must be inspected to ensure they do not interfere with the legibility of the sign. 858-4.1 Operational Production Test Lighted signs must be subjected to an operational production test. Testing should include operation at all applicable constant current regulator steps and verification of proper light output. 858-4.2 Warranty. The manufacturer must agree to provide each customer with the following guarantee: This sign is certified and warranted for 2 years after the installation date. Any defects in material or workmanship will be corrected or the sign replaced by the manufacturer at no cost to the airport owner. 858-5.1 MEASUREMENT. Measurement for "New _-Module Sign, L-858" per each shall be per full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, base can, transformer, termination of conduits, backfill and compaction, and connection to new or existing circuit conductors as shown on the Plans and as specified. Measurement for "Retroreflective Sign, L-858" per each shall be per each shall be per full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, and backfill and compaction as shown on the Plans and as specified. 858-6.1 PAYMENT. Payment for "New -Module Sign, L-858" per each shall be full compensation for all labor, tools, equipment, and materials to furnish and install the markers at the locations shown on the plans and as specified herein. Payment for "Retroreflective Sign, L-858" per each shall be full compensation for all labor, tools, equipment, and materials to furnish and install the markers at the locations shown on the plans and as specified herein END OF ITEM L-858 G:\PROJECTS\2011\11049\Specifications\2015-10-19 Alpha Taxiway Specifications.Docx 9-137 APPENDIX G:v'ROJECT512011\11049\Specifications \2015-10-19 Aloha Taxiway Specincations.Docx Construction Safety and Phasing Plan Report G:\PROJZCTS201l 11049\Specilcatione12015.10 9 Alpna Taxiway Specificatb^c,0ocx Construction Safety and Phasing Plan Alpha Taxiway Rehabilitation Project FAA/AIP Project No. 3-53-0089-33 (DESIGN) FAA/AIP Project No. 3-53-0089-36/37 (CONSTRUCTION) HLA Project No. 11049 Prepared For Yakima Air Terminal — McAllister Field Yakima, Washington Prepared By HL. . thu$regiu, Lonna: AssoaMs, Lnr Civil Engineering 4 Land Surveying., Pianuing May 2015 Alpha Taxiway Rehabilitation Project FAA/AIP Project No. 3-53-0089-33 (DESIGN) FAA/AIP Project No. 3-53-0089-36/37 (CONSTRUCTION) HLA Project No. 11049 Prepared For Yakima Air Terminal - McAllister Field Yakima, Washington May 2015 Construction Safety and Phasing Plan Report Alpha Taxiway Rehabilitation Project Yakima Air Terminal — McAllister Field FAA/AIP Project No. 3-53-0089-33 (Design) FAA/AIP Project No. 3-53-0089-36/37 (Construction) HLA Project No. 11049 TABLE OF CONTENTS PAGE NO. Executive Summary 1 1.0 AIRPORT OPERATOR RESPONSIBILITIES 3 2.0 CONTRACTOR RESPONSIBILITIES 6 3.0 COORDINATION 8 4.0 PHASING • • 8 5.0 AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION 14 6.0 NAVIGATION AID (NAVAID) PROTECTION 14 7.0 CONTRACTOR ACCESS 15 8.0 WILDLIFE MANAGEMENT 19 9.0 FOREIGN OBJECT DEBRIS MANAGEMENT 19 10.0 HAZARDOUS MATERIAL MANAGEMENT 20 11.0 NOTIFICATION OF CONSTRUCTION ACTIVITIES 20 12.0 INSPECTION REQUIREMENTS 21 13.0 UNDERGROUND UTILITIES 22 14.0 PENALTIES . 22 15.0 SPECIAL CONDITIONS 22 16 0 RUNWAY AND TAXIWAY VISUAL AIDS 24 17.0 MARKING AND SIGNS FOR ACCESS ROUTES 24 18.0 HAZARD MARKING AND LIGHTING 25 19.0 PROTECTION 25 20.0 OTHER LIMITATIONS ON CONSTRUCTION 26 21.0 SAFETY PLAN COMPLIANCE DOCUMENT 26 APPENDIX 29 Executive Summary This Construction Safety and Phasing Plan Report has been prepared for the Alpha Taxiway Rehabilitation project at the Yakima Air Terminal located in Yakima, Washington. Alpha Taxiway is the primary Taxiway supporting Runway 9/27 and provides access to various ramps located on the north side of the airfield. The Taxiway measures approximately 7,600 feet long and consists of five main connectors to Runway 9/27, one intersecting Runway, and two intersecting Taxiways. This project will rehabilitate Alpha Taxiway, all Alpha Taxiway connectors, intersecting Runway and portions of Bravo and Charlie Taxiways to meet Federal Aviation Administration (FAA) Standards, install a new LED medium intensity taxiway lighting system (MITL), and upgrade, airfield wide, the existing Type 1 directional signs to Type 3 signs. This report has been developed for use during construction of the above -referenced project and in accordance with Advisory Circular (AC) 150/5370-2F. The purpose of this report and subsequent Construction Safety and Phasing Plans are to provide a useful tool for the Airport Sponsor, Contractor, Engineer, Federal Aviation Administration (FAA), Air Traffic Control Tower (ATCT), and all entities that govern or use airport facilities to promote construction safety. "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, and others. 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." AC 150/5370-2F A joint effort between the Contractor, the Yakima Air Terminal, Engineer, Air Traffic Control Tower, FAA, and all other entities is required to satisfy all construction safety requirements. The Yakima Air Terminal has overall responsibility of all personnel and equipment during project construction. Likewise, the Contractor has the responsibility of ensuring all protocols are followed, all documentation is submitted in a timely fashion, every opportunity to improve safety during the project is fulfilled, cooperating in any and all safety meetings and incorporating decisions of the meetings into their daily practices, and correcting any and all substandard safety actions by their personnel and subcontractors as soon as they are observed. Violation of any safety requirement, standard, or protocol could mean the immediate dismissal of the Contractor, their personnel, or any subcontractors; and the Yakima Air Terminal and their personnel have sole authority of determining the appropriate action. Safety expectations coincide firstly with the Federal Aviation Administration, NIOSH/OSHA, the Contractor's safety protocols, all local requirements, and all practical safety techniques promoting safe construction practices. The following list provides contact information for the Yakima Air Terminal personnel, ATCT, and Engineer. A contact list must be provided by the Contractor prior to construction and must indicate at least one person who has the authority to make decisions, will be on-site full time, and who will be available 24/7. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc Title Name Contact Information Airport Manager Robert Peterson Airport Admin Office Ph: (509) 575-6149 Ph: (509) 575-6260 Cell• (509) 833-0898 rob.peterson@yakimaairterminal.com yakimaairterminai.com Security/Badge Office Kris Yalovich Airport Admin Office Ph: (509) 575-6149 PIT (509) 575-6383 (6:30 a.m - 3:30 p m.) kris.yalovich(u7yakimawa.gov Maintenance/Escort Brian Carlenius Ryan Pastor Mike Bridenback Joseph Stuhley Maintenance Shop Ph• (509) 575-6148 (Ext. 8) Brian.carlenius(@yakimawa.gov Air Traffic Control Tower Roy Rutherford Air Traffic Control Tower Aircraft Rescue Fire Fighting Station 94 (ARFF) Cpt. Bruce Drollinger Aircraft Rescue Fire Fighting - Station 94 Ph: (509) 575-6014 Engineer Stephanie Ray, PE Huibregtse, Louman Associates, Inc. Ph: (509) 966-7000 Cell: (509) 499-1727 sray(chlacivil.com Engineer Michael Battle, PE Huibregtse, Louman Associates, Inc. Ph: (509) 966-7000 mbaftle@hlacivil.com Construction Inspector Steve Sziebert Huibregtse, Louman Associates, Inc. Ph: (509) 966-7000 Cell: (509) 952-1998 ssziebert(c�hlacivil.com Construction Inspector Tim Fries, PLS Huibregtse, Louman Associates, Inc. Ph: (509) 966-7000 tfries(chlacivil.com Surveyor Eric Herzog, PLS Huibregtse, Louman Associates, Inc. Ph: (509) 966-7000 eherzoq(a?hiacivil.com G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 2 1 1 1 a 1.0 AIRPORT OPERATOR RESPONSIBILITIES The following responsibilities have been identified for the Airport Operator (Yakima Air Terminal): 1. Require, review, and approve the Safety Plan Compliance Document (SPCD), by the Contractor indicating how they will comply with the Construction Safety Phasing (CSP) plan and report. The SPCD will provide the project details which could not be determined before contract award. 2. Attend a preconstruction meeting with the construction Contractor, consultant, and if appropriate, tenants to review and discuss project safety before beginning construction activities. The appropriate FAA representatives will be invited to attend the meeting. 3. Ensure contact information is accurate for each representative/point of contact identified in the CSP report and SPCD. 4. Hold weekly and, if necessary, daily safety meetings with all affected parties to coordinate activities. 5. Notify users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Control Tower (ATCT) personnel of any construction conditions that may adversely affect the operational safety of the Airport. The Airport shall prepare Notices to Airmen (NOTAM), and other methods, as appropriate to inform all affected parties. 6. Ensure construction personnel know of any applicable Airport procedures and any changes to those procedures that may affect their work. 7. Ensure construction Contractors and subcontractors undergo training required by the CSPP and SPCD. 8. Ensure vehicle and pedestrian operations addressed in the CSP plan and report, and SPCD are coordinated with Airport tenants, the Airport Traffic Control Tower (ATCT), and construction Contractors. 9. Ensure each CSP plan and report and SPCD is consistent with requirements outlined in the Part 139 certification. 10. Conduct inspections frequently to ensure construction Contractors and tenants comply with the CSP plan and report, and SPCD. Correct construction activities that could create potential safety hazards. 11. Resolve safety and security deficiencies immediately. 12. Notify appropriate parties when conditions exist warranting provisions of the CSP plan and report, and SPCD. 13. Ensure prompt submittal of a Notice of Proposed Construction of Alteration to the FAA for conducting an aeronautical study of potential obstructions such as tall equipment, stock piles, or haul routes. 14. Promptly notify the FAA Airport District Office (ADO), of any proposed changes to the CSP plan and report prior to implementation of the change Changes to the CSP plan and report require review and approval by the Airport operator and the FAA. G:\PROJECTS\2011\11049\100% Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 3 15. Provide escort to taxiing aircraft. 16. Coordinate and provide updates to ATCT and FAA Technical Operations Personnel of any construction updates 17. Conduct inspections to ensure compliance with Part 139 requirements. The following responsibilities have been identified for the Airport Staff (Yakima Air Terminal) specific to the closure of Runway 9/27 and Runway 4/22: 1. Coordinate with Horizon Airlines to ensure Horizon aircraft will not return due to in-flight emergency. 2. Confirm current NOTAMs reflect specific construction phases as it relates to the closure of each movement area. 3. Coordinate Runway closure with Air Traffic Control Tower (ATCT) (if tower is closed, airfield maintenance will communicate with local area traffic on Unicorn Frequency). 4 Escort Contractor onto Runway from staging area and assist with the appropriate positioning and activation of lighted X's. 5. Place covers over applicable Navigation Aids (Runways 27 Precision Approach Path Indicators (PAPI) while the Runway is closed 6. Ensure applicable airfield signage is covered as it relates to each phase of construction to movement area closures. 7. Ensure Taxiway Edge Lights are deactived or covered for each phase of construction as it relates to movement area closures. 8. Coordinate with ATCT for deactivating the Runway's High Intensity Runway Lights (HIRL) (if tower is closed, airfield maintenance will deactivate the Runway's HIRL system in the airfield electrical vault). 9. Assist Contractor with the placement of construction safety cones or barricades as outlined in the Construction Safety Phasing Plan (CSPP). 10 Assist with escort procedures for Contractors, Engineers, or aircraft as needed. 11. Perform random inspections of airfield to ensure construction cones and barricades reflect appropriate placement as outlined in the CSPP. 12. Perform daily required airfield assignments as it relates to FAR part 139. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 4 The following responsibilities have been identified for the Airport Staff (Yakima Air Terminal) specific to the opening Runway 9/27 and Runway 4/22 after closure: 1. Coordinate with ATCT (if ATCT is closed, broadcast on Unicorn Frequency) when Runway will reopen for aircraft operations if any delays are anticipated. 2. Confirm if NOTAM for Runway closure needs to be extended due to any unforeseen delays. 3. Activate Runway 27 PAPI system by removing covers. Inspect system to ensure it's operational for aircraft operations. 4. Coordinate with Contractor to remove lighted X's and associated construction cones and barricades. 5. Perform FAR 139 inspection of airfield and movement areas that will be opened for aircraft operations: a. Pavement Areas b. Safety Areas/Infields in Safe Condition c. Foreign Object Debris d. Pavement Marks and Signs Acceptable e. Perimeter Fence and Associated Gates f. Unmarked or New Obstruction (Lights Operational) g. Runway 9/27 Light System h. Runway 27 PAPI i. Runway 9 VAST j. Runway 4/22 Light System Operational (Including Threshold Lights) k. Runway 4/22 REILS & PAPI Systems I. Applicable Taxiway Edge Lights m. Rotating Beacon 6. Communicate with Huibregtse, Louman Associates, Inc (HLA), and Construction crews when Runway will be open and notify all personnel, equipment, and vehicles to NOT enter the RSA. 7. Reopen Runways 9/27 with ATCT (if ATCT is closed, announce over Unicom frequency) when all construction crews, vehicles, and equipment are clear of the Runway Safety Area (RSA). 8. Cancel applicable NOTAM's once Runway is open (if NOTAM is self -cancelled, no further action is required). 9. Coordinate with FAA Technical Operations Personnel if assistance is needed in electrical vault. 10. Complete FAR 139 self inspection checklist and file for annual FAA audit. The following responsibilities have been identified for the Engineer (Huibregtse, Louman Associates, Inc.): 1. Develop a Construction Safety and Phasing Plan (CSPP). The Contractor, if not in receipt of this document will need to contact the Engineer. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 5 2. Require, review, and approve the Safety Plan Compliance Document (SPCD), by the Contractor indicating how they will comply with the CSPP The SPCD will provide the project details which could not be determined before contract award. 3. Prepare and attend a preconstruction meeting with the construction Contractor, Engineer, Airport Staff and, if appropriate, tenants to review and discuss project safety before beginning construction activities. The appropriate FAA representatives will be invited to attend the meeting. 4. Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. 5. Hold weekly and, if necessary, daily safety meetings with all affected parties to coordinate activities. 6. Ensure construction personnel know of any applicable Airport procedures and any changes to those procedures that may affect their work. 7 Resolve safety and security deficiencies immediately and notify Airport Staff of any changes. 8 Notify appropriate parties when conditions exist warranting provisions of the CSP plan and report, and SPCD. 9. Promptly notify the FAA Airport District Office (ADO), of any proposed material changes to the CSP plan and report prior to implementation. Changes to the CSP plan and report require review and approval by the Airport operator and may require review by the FAA. 10. Advise the Airport and FAA of any schedule changes or delays as soon as they are known. Any schedule impacts requiring changes to FAA Technical Operations Personnel work will require one full week notice starting on a Monday to implement. 2.0 CONTRACTOR RESPONSIBILITIES The following responsibilities have been identified for the Contractor and Sub- contractors: 1. Submit a SPCD to the Airport operator describing how they will comply with the requirements of the CSP plan and report, and supply any details which could not be determined before contract award. The SPCD must include a certification statement by the Contractor indicating they understand the operational safety requirements of the CSPP and asserting they will not deviate from the approved CSP plan and report, and SPCD unless written approval is granted by the Airport operator. Any construction practice proposed by the Contractor which does not conform to the CSP plan and report, and SPCD, may impact the airport's operational safety, and will require a revision to the CSP plan and report, and SPCD, will require coordination with the Airport, Engineer, and FAA in advance. 2. Copies of the CSP plan and report, and SPCD will be available at all times on the project site. G\PROJECTS\2011\11049\100% Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 6 3. Ensure construction personnel are familiar with the safety procedures and regulations for the Airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity which may adversely affect the operational safety or security of the Airport. 4. Identify in the SPCD the Contractor's on-site employees responsible for monitoring compliance with the CSP plan and report, and SPCD during construction At least one of these employees must be on-site while active construction is occurring. 5. Conduct frequent inspections to ensure construction personnel comply with the CSP plan and report, and SPCD. Ensure there are no altered construction activities which could create potential safety or security 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 CSP plan and report, and SPCD. 7. Ensure 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 7460-1 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 plans previously filed by the Airport operator. The Contractor shall notify the Airport and Engineer immediately of any deviation. Maximum equipment height provided in the Airspace Submittal is 16 feet. If Contractor's equipment should exceed maximum height, they shall initiate coordination with Airport Management. Review will take a minimum of 30 days and there is no guarantee of approval. Maximum equipment heights, if exceeding 16 feet shall be provided by the Contractor at time of the preconstruction conference or below 9. Advise the Airport and Engineer of any schedule changes or delays as soon as they are known. Any schedule impacts requiring changes to FAA Technical Operations Personnel work will require one full week notice starting on a Monday to implement. 10. The Contractor will take responsibility for knowing the limits of work and understanding the restrictions imposed by the Airport for work within the AOA. 11. The Construction Superintendent will ensure all construction personnel have received training and have an appropriate identification badge to navigate on the airfield. The following responsibilities have been identified for the Contractor specific to the closure of Runway 9/27 and Runway 4/22: 1. At the times listed on the "Runway Closure Schedule," the Contractor will coordinate with Airport Staff and set up lighted X's at the locations designated in the CSP plans. 2. Following placement of the lighted X's, the Contractor will set up barricades within the RSA as shown on the CSP plans. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 7 3. When the Runway is closed, the Contractor will ensure all lights within the phase of work are covered or turned off The following responsibilities have been identified for the Contractor specific to the opening of Runway 9/27 and Runway 4/22 after closure: 1. Prior to opening a Runway, all soil disturbing activities within the RSA will be stabilized. All disturbed soil must be compacted to 90 percent minimum. If trenches are unable to be backfilled, they will be covered by steel plates. 2. The Contractor will ensure there are no surface deviations greater than 3 inches. 3. The Contractor will sweep all pavement to be reopened and dispose of any FOD. 4 The Contractor will relocate all barricades, equipment, stockpiles, and personnel outside of the RSA. 5. The Contractor will relocate the lighted X's outside of the instrument critical areas, and when notified, return them to their staging areas 3.0 COORDINATION Coordination of the various project elements, including security and safety updates will be addressed at the Contractor's weekly progress meeting Any security or safety item should not wait until the meeting to be addressed, however the outcome of the incident should be discussed and any additional follow-up needed be assigned to a responsible party. Weekly construction meetings shall include the Contractor and their subcontractors, Yakima Air Terminal staff, the Construction Inspector and Engineer, and any impacted tenant. The ATCT should also have the opportunity to attend any meeting. Any scope or schedule changes should be discussed during the weekly project meeting, and the Contractor should provide a two-week outlook to facilitate any FAA, ADO, or ATO coordination If any schedule changes should impact work to be performed by FAA Technical Operations Personnel, then one full week prior notice beginning on Monday will be required. 4.0 PHASING This project is expected to be phased into five primary work zones to reduce impacts to air operations and risks to security and safety. There are two additional phases, 6 and 7 which will have minimal to no impact on aircraft and airport operations. For greater detail, please reference Table 1.0 — Airport Operations Affected by Construction — Phase 1 through 5. All seven phases are depicted in the CSP plans. All Phases • At all times ARFF access will be maintained throughout the construction work zones. • At all times the service road north of Alpha Taxiway will remain accessible. • Construction staging and stockpile areas, and access and haul routes will be restricted to those areas shown on the CSP plans or with prior approval. • Navigational Aids (NAVAID) will not be impacted by construction. • Lighting and marking changes will be completed within the project phase as shown on the applicable construction plan. G \ PROJECTS \2011\11049\100% Submittal\100% Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 8 1 Construction of the improvements will require frequent closures of Runway 9/27. Runway 9/27 will be closed when work is occurring within the RSA. The below schedules have been coordinated with Airport Management, the Engineer, and various FAA Departments. Any changes to these schedules will require extensive coordination, and there is no guarantee the changes will be approved. The following schedule is for closure of Runway 9/27 Sunday — Friday Runway 9/27 Schedule During Construction Time ATCT NAVAID Seq. FAA Airport Contractor NOTAMs RVR 5:OOa - 5:35a . (35 Min) Tower Closed: ;(10i0.1p;-:5:S9a)' NAVAID Activation Turn.On RW 27 MALSR Turn On totalizer Turn On Glide Slope. • Uncover RW 9 VASI Uncover.RW 9 REIL FAR 139 Inspection ' Runway. Check • Contrictor.to. .relocate+liglited: i -X's outside . 'COCJGS.critical area at 5;OOa'm** Airport (Closure and - NAVAIDs), FAA (NAVAID5) Available , ,....:(Per CSP.P), ..., 5:35a - 5:45a (10 Min) Tower'Closed: (j0:01p.-5:S9a)- Contractor'to rentove'lighted' X's-from;RW.Y'9/27 (PeCSP:P}: 5:45a Runway 9/27 Open 6:OOa Horizon (Commercial Air Service) Departure 10:15a Horizon (Commercial Air Service) Arrival 11:OOa Horizon (Commercial Air Service) Departure 5.40p Horizon (Commercial Air Service) Arrival 6.20p Horizon (Commercial Air Service) Departure 6:50p ' Tower Open. ; 1(66:00a,':10;QOp), Runway 9/27 Closed 6:50p - 7:20p (30 Min) NAVAID DeActivation Turn Off RW.27 MALSR Turn Off Locelizer Turn Off Glide Slope Cover. RW19 VAST. Cover RW9 REIL Cover'TW Signs. ' • :Cover'RWSlgns r Turn Off RW`HIR[ Turn Off PAP1,. .; Set'Up X's .(Per CSP.P); . ..... .... ......: 7:20p- 10:30p (3 Hours) - Contractor Work in RSA .Airport: : . ' (Closure. : and FAA. (NAVAIDS) Prior - 10:30p NAVAID Activation... Uncover TW:.sighs, Uncover RW_ Signs''. Turn On RW.HIRL;'- : Turn Dn PAPI• ' . Stabilize:RSA Plate Trenches :;'NAVAIDs) Pill and. Compact . ' (Per. CSRP.). 10:30p 11:OOp (30 Min) Turn-on:kW'27 NIALSR Uricover•RW'9 VA51- : Uncover:RW 9::REIL PAR 139 Inspection . Runway. Check ` - - . Contractor to , remove lighted ICs:fromRWY 9/27 ..,.-.CSPP)`, .." 11:OOp TowerClosed ; Runway 9/27 Open 11:30p Horizon (Commercial Air Service) Arrival RON 12:OOa Runway 9/27 Closed 12:00a - 12:30a (30 Min) (10i01p:-5;59a)' NAVAID DeActivation :Turn Off.RW.27 MALSR' Cover RW9 VAST : Cover RW'9 REIL : Cover,'TW Signs Cover.RW Signs: ; • Turn OffRW HIRL.; .... TUrn.C+ff PAPP.... Set.Up.Xs :(Per CSPP)l, Airport (Closure _ 12:30a - 5:OOa (4.5 Hours) Contractor Work in RSA and: Prior to 5:OOa NAVAID Activation ''' Uncover TW Signs: "UncoverRWSigns., ' Turn.On:RW HIRL: TuriiOn:PAPI ; Stabilize'RS'A _ Plete:Trenches' .Fill and#Compact . :(Per.CSPP). ,:NAVAJOS)..I • PAA - •(NAVAIDs) G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 9 The following schedule is for closure of Runway 9/27 on Saturday. Runway 9/27 Schedule during Construction Time ATCT NAVAID Seq. FAA Airport Contractor NOTAMs RVR 5:OOa - 5:25a (35 Min) Tower Closed (10:01p- 5:59a) NAVAID Activation Turn On RW 27 MALSR Turn On Localizer Turn On Glide Slope Uncover RW 9 VAST Uncover RW 9 REIL FAR 139 Inspection Runway Checic Contractor to relocate lighted X's outside LOC/GS critical area at: 5:00am*' (Per Airport (Closure and NAVAIDs) FAA (NAVAIDs) Prior to S:OOa CSPP) 5:35a - 5:45a (10 Min) Tower Closed (10:01p - 5:59a) Contractor to remove lighted X's from RWY 9/27 (Per CSPP) 5:45a Runway 9/27 Open 6:OOa Tower Open (6:OOa - 10:00p) Horizon (Commercial Air Service) Departure 11:00a Horizon (Commercial Air Service) Departure S:40p Horizon (Commercial Air Service) Arrival RON Available 6:10p Runway 9/27 Closed 6.10p - 6:40p (30 Min) NAVAID DeActivation Turn Off RW 27 MALSR Turn Off Localizer Turn Off Glide Slope Cover RW 9 VAST Cover RW 9 REIL Cover TW Signs Cover. RW Signs : Turn Off RW HIRL Turn Off PAPI Set Up X's (Per CSPP) Airport (Closure and NAVAIDs) FAA (NAVAJOS) 6.40p - 5:OOa (10.5 Hours) Contractor Work in RSA Tower Closed (10:01p • 5:59a) Prior to 5:OOa NAVAID Activation ' priCoverTW.Signs Uncover RW Signs Turn On RW IilliL Turn On PAPI Stabilize RSA PlateTrenches Fill and Compact P Remove X's. (Per CSPP) The following schedule is for the closure of Runway 4/22. Runway 4/22 will be closed throughout Phase 4B and will otherwise be open. Runway 4/22 Schedule During Construction G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 10 1 i FAA Airport Contractor NOTAMs 5:OOa - 6:OOa (1 Hour) Navaid De -Activation Turn Off TW Signs Turn Off RW Signs Turn Off RW.MIRL Turn Off PAPI CoverRUV 4:RElL Cover RW.22 REIL Runway Check Set Up X's (Per CSPP) Airport , (Closure and .NAVAIDs) 6:OOa Runway 4/22 Closed 6:OOa to End of Phase Contractor Work in RSA Prior to S:OOa Stabilize RSA, Steel Plate,.Fill and Compact (Per CSPP) 5:OOa - 6:OOa (1 Hour) Navaid Activation ' Turn On TW Signs Turn On RW Signs Turn On RW MI_ Turri.Ori PAPI Uncover'RW 4 REIL Uncover RW 22 REIL. _ Runway. Check._ Remove X's: (Per CSPP) 6:OOa Runway 4/22 Open G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 10 1 i The Instrument Landing System (ILS), Glide Slope, Runway 27 MALSR, Runway 9 VASI, and Runway 9 REILs will be out of service during the following dates: • July 2-13, 2015, • July 17-27, 2015, and • August 14-31, 2015 These NAVAIDs will be noted out of service by the FAA. Airport operations will continue using existing approaches with Visual Flight Rules (VFR) and Runway Visual Range (RVR). Phase 1 — Alpha Taxiway, and Taxiway Connectors A4 & A5 Alpha Taxiway and Taxiway Connectors A4 & A5, and nearby tenant ramps will be closed to aircraft operations for the duration of this phase. This phase includes work within the RSA and Runway 9/27, and will be temporarily closed for this work. The Runway closure will follow the above schedules. Runway 4/22 will remain open throughout the duration of this phase. Taxiing aircraft will be required to use other routes which are shown in the CSP plans. Commercial air service operations will be required to back taxi if landing on Runway 27. Prior permission is required for all back taxiing operations to be coordinated by ATCT when ATCT is open. When ATCT is closed, prior permission will be granted by Airport Staff and aircraft will be escorted. Several hangars will be inaccessible during this phase and aircraft in these hangars will have the option of using one of the various unaffected ramps for temporary storage. Half of the Fixed Base Operator ramp will be unavailable for aircraft operations. The remaining half is capable of accommodating a wing span up to 79 feet. Wing walkers will escort aircraft around construction activity to access this ramp This operation is detailed in the CSP plans. Hazard markings and traffic control will be provided by the Contractor. Phase 2 — Alpha Taxiway, and Taxiway Connector A3 Alpha Taxiway and Taxiway Connector A3, and nearby tenant ramps will be closed to aircraft operations for the duration of this phase. This phase includes work within the RSA and Runway 9/27, and will be temporarily closed for this work. The Runway closure will follow the above schedules. Runway 4/22 will remain open throughout the duration of this phase. Taxiing aircraft will be required to use other routes which are shown in the CSP plans. Commercial air service operations will be required to back taxi if landing on Runway 27. Prior permission is required for all back taxiing operations to be coordinated by ATCT when ATCT is open. When ATCT is closed, prior permission will be granted by Airport Staff and aircraft will be escorted. Several hangars will be inaccessible during this phase and aircraft in these hangars will have the option of using one of the various unaffected ramps for temporary storage. Fedex is one of the businesses impacted by this phase. Airport Management has arranged for Fedex operations to continue on an adjacent ramp unaffected by this phase of work. Also, half of the Fixed Base Operator ramp will be unavailable for aircraft operations. The G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 11 remaining half is capable of accommodating a wing span up to 79 feet. Wing walkers will escort aircraft around construction activity to access this ramp. Hazard markings and traffic control will be provided by the Contractor. Phase 3 — Alpha Taxiway, and Taxiway Connector A2 Alpha Taxiway and Connector A2, and nearby ramps will be closed to aircraft operations for the duration of this phase. Half of the terminal apron ramp will be unavailable for operations. Construction will also occur within the RSA. During these times, Runway 9/27 will be closed Runway 4/22 will remain open for general aviation and freight operations. For work within and outside the RSA, taxiing operations will be required to use other routes which are shown in the CSP plans. Commercial air service operations will be required to back taxi if landing on Runway 27. Prior permission is required for all back taxiing operations to be coordinated by ATCT when ATCT is open. When ATCT is closed, prior permission will be granted by Airport Staff and aircraft will be escorted. Hazard markings and traffic control will be provided by the Contractor Phase 4A — Alpha and Bravo Taxiways Alpha and Bravo Taxiway, and a portion of the terminal apron ramp will be closed to aircraft operations for the duration of this phase. Taxi operations will be required to use other routes as shown in the CSP plans. During this phase Runway 4/22 will be open, however the supporting portion of Bravo Taxiway will be closed. Runway 9/27 will be open, but temporarily closed during the work on Bravo Taxiway that is within the RSA. Closures shall be carefully coordinated with all parties. Hazard markings and traffic control will be provided by the Contractor. Phase 4B — Alpha Taxiway and Runway 4/22 Runway 4/22 and a portion of Alpha Taxiway will be closed to aircraft operations for the duration of this phase. Taxi operations will be required to use other routes as shown in the CSP plans. During this phase, Runway 4/22 will be closed throughout the duration of work. Runway 9/27 will be open. Hazard markings and traffic control will be provided by the Contractor. Phase 5 — Alpha Taxiway, Taxiway Connector Al and Charlie Taxiway Alpha Taxiway, Connector Al and a portion of Charlie Taxiway will be closed to aircraft operations for the duration of this phase. This phase includes work within the runway safety area (RSA). Runway 9/27 will be temporarily closed to complete the work within the RSA. Runway 4/22 will remain open for general aviation and freight operations G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 12 1 For work within and outside the RSA, taxi operations will be required to use other routes as shown in the CSP plans. Commercial air service operations will be required to back taxi if landing on Runway 9 and requiring full length of Runway 9/27. Prior permission is required for all back taxiing operations to be coordinated by ATCT when ATCT is open. When ATCT is closed, prior permission will be granted by Airport Staff and aircraft will be escorted. Aircraft taxiing north on Charlie Taxiway will be required to back taxi on Runway 9/27 to reach Alpha Taxiway and north Bravo Taxiway. Back taxiing operations will be by prior permission only through ATCT or by Airport Staff escort. Hazard markings and traffic control will be provided by the Contractor. Table'3.0 - Airport Operations.Aff, ected. B.y Construction i...-1)600 1 through 5" operational: 'Requireriient' Normal •P,hase.i :: (1,520') Phase 2; (1,507.) -Phase 3 {1',941`)` ........ Phase 4A Phase 4B • Rh ase 5 (1,199') Runway 9/27 7,604' Length ADG C -III Refer to Runway Schedule Refer to Runway Schedule Refer to Runway Schedule Refer to Runway Schedule Open Refer to Runway Schedule Runway 4/22 3,835' Length ADG B -I (small) Open Open Open Open Closed Open Alpha Takiway TDG 5 Taxiway within Phase and AS and A4 Closed Taxiway within Phase and A3 Closed Taxiway within Phase and A2 Closed Taxiway within Phase Closed Taxiway within Phase Closed Taxiway within Phase and Al Closed Bravo Taxiway TDG 5 Open Open Open Taxiway within Phase Closed Open Open Charlie Taxiway TDG 3 Open Open Open Open Open Taxiway within Phase Closed Terminal Apron Open Open West Ramp Closed East Ramp Closed Open Open Connector A5 North of RSA TDG 5 Closed Open Open Open Open Open ' Connector AS South of RSA TDG 5 Closed Open Open Open Open Open Connector A4 North ' of RSA TDG 5 Closed Open Open Open Open Open Connector A4 South of RSA TDG 5 Closed Open Open Open Open Open Connector A3 North of RSA TOG 5 Open Closed Open Open Open Open Connector A3 South of RSA TOG 5 Open Closed Open Open Open Open Connector A2 North of RSA TDG 5 Open Open Closed Open Open Open 'Connector A2 South of RSA TDG 5 Open Open Closed Open Open Open Connector Al North of RSA_ TOG S Open Open Open Open Open Closed Connector Al South • of RSA TDG 5 Open Open Open Open Open Closed Service Road Open Open Open Open Open Open McCormick West Several Ramps and Alpha Taxiway Closed Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Math Hanger Several Ramps and Alpha Taxiway Closed Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Aircraft to depart on RWY 9 or Taxi using RWY 9/27 Aircraft to depart on RWY 9 or Taxi using RWY 9/27 McCormick Several Ramps and Alpha 'A of the ramp will be closed 'A of the ramp will be closed Aircraft to use RWY 9/27 Aircraft to use RWY 9 Aircraft to use RWY 9 or RWY 4/22 G:\PROJECTS\2011\11049\100% Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 13 5.0 AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION The areas affected by construction and phasing are shown in the CSP plans and this report. Construction will be carefully phased as noted in Section 4.0 and thoroughly coordinated to mitigate the effects of construction activities. 6.0 NAVIGATION AID (NAVAID) PROTECTION Navigational aids (NAVAIDS) are located throughout the airfield and cannot be disrupted except when specifically required for construction. The construction areas are extensive and the Contractor will be working near NAVAIDs throughout the project. The Contractor will be required to limit operations so material, equipment, and personnel do not enter NAVAID critical areas (ILS and Glide Slope) or disturb power to NAVAID facilities without prior coordination with Airport Staff and FAA Technical Operations Personnel. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 14 I I I I 1 I I I I I 1 I I I I I I I Taxiway T -Hanger Operations Several Ramps and Alpha Taxiway Aircraft to use RWY 27 or RWY 4/22 Aircraft to use RWY 9/27 Aircraft to use RWY 9/27 Aircraft to use RWY 9 Aircraft to use RWY 9 or RWY 4/22 McCormick Air Center Several Ramps and Alpha Taxiway Aircraft to use RWY 27 or RWY 4/22 Aircraft to use RWY 9/27 Aircraft to use RWY 9/27 Aircraft to use RWY 9 Aircraft to use RWY 9 or RWY 4/22 McCormick Several Ramps and Alpha Taxiway Aircraft to use RWY 27 or RWY 4/22 Aircraft to use RWY 9/27 Aircraft to use RWY 9/27 Aircraft to use RWY 9 Aircraft to use RWY 9 or RWY 4/22 Airport Maintenance Shop/SRE Storage Access to Airfield via Alpha Taxiway Open Use Service Road Open Open Open FEDEX Air Cargo Operations Several Ramps and Alpha Taxiway Open Closed Open Open Open Private Hangars Formerly Noland Decoto Several Ramps and Alpha Taxiway Open Aircraft to use RWY 27 or RWY 4/22 Aircraft to use RWY 9 Aircraft to use RWY 9 Aircraft to use RWY 9 Fire Station/ARFF ARFF Operations Access to Airfield Via Terminal Apron Maintain Access at All Times Maintain Access at All Times Maintain Access at All Times Maintain Access at All Times Maintain Access at All Times McCormick Air Center Maintenance Operations Access to Airfield via Bravo Taxiway Open Open Open Open w/Restrictions Open Advanced Life Systems Operations Access to Airfield via Bravo Taxiway Open Open Open Open w/Restrictions Open McCormick Aircraft Operations Access to Airfield via Bravo Taxiway Open Open Open Open w/Restrictions Open Pingrey Access to Airfield via Bravo Taxiway Open Open Open Open w/Restrictions Open Cub Crafters Operations Access to Airfield via Bravo Taxiway Open Open Open Open Aircraft to use RWY 4/22 or TWY B McAllister Museum Access to Airfield via Bravo Taxiway Open Open Open Open Aircraft to use RWY 4/22 or TWY B South Air Park Access to Airfield via Charlie Taxiway Open Open Open Open Aircraft to back taxi on RWY 9/27 or depart from RWY 9 5.0 AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION The areas affected by construction and phasing are shown in the CSP plans and this report. Construction will be carefully phased as noted in Section 4.0 and thoroughly coordinated to mitigate the effects of construction activities. 6.0 NAVIGATION AID (NAVAID) PROTECTION Navigational aids (NAVAIDS) are located throughout the airfield and cannot be disrupted except when specifically required for construction. The construction areas are extensive and the Contractor will be working near NAVAIDs throughout the project. The Contractor will be required to limit operations so material, equipment, and personnel do not enter NAVAID critical areas (ILS and Glide Slope) or disturb power to NAVAID facilities without prior coordination with Airport Staff and FAA Technical Operations Personnel. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 14 I I I I 1 I I I I I 1 I I I I I I I The ILS and Glide Slope critical areas are shown in the CSP plans. It is imperative no equipment or personnel is within either of these critical areas while activation is occurring. The Contractor will be required to relocate both lighted X's outside of the critical area while activation which occurs every time the Runway is to be opened per the Runway Schedule at 5:45 AM. All known power conduits providing service to the NAVAIDs are shown in the construction documents. If any NAVAID is impacted by the Contractor, the damage must be reported immediately to the Yakima Air Terminal staff who shall coordinate with the FAA Technical Operations Department to determine the amount of remedial work. The following NAVAIDs shall be protected in place. If the Contractor is unfamiliar with any of these locations, then it is their responsibility to gain understanding from either the Engineer or Airport Staff prior to commencing work. • Runway 9 Vertical Approach Slope Indicator (VASI) • Runway 27 Precision Approach Path Indicator (PAPI) • Runway 27 Medium Intensity Approach Lighting System with Runway Alignment Indicator (MALSR) • Runway 27 Approach Lighting • Runway 9 Runway End Identifier Lights (REILs) • Runway 9 and 27 High Intensity Runway Lights (HIRLs) • Glide Slope Antenna (GS) • Localizer Antenna • Runway 4 and 22 Precision Approach Path Indicators (PAPI) • Runway 4 and 22 Runway End Identifier Lights (REILs) • Runway 4 and 22 Medium Intensity Runway Lights (MIRLs) • Taxiway Lighting (Alpha and Bravo) • Airfield Signs 7.0 CONTRACTOR ACCESS Contractor access to the airfield will be provided by existing security gates located off West Washington Avenue, Spring Creek Road and South 16th Avenue. All gates that can be used for access into the airfield are shown in the CSP plans. The access off West Washington Avenue requires difficult turning movements which may not accommodate larger trucks and equipment. Other access points should be used as identified in the CSP plans to minimize operational impacts to the airfield. Contractor is responsible for any improvements and maintenance to haul routes as needed to efficiently perform construction activities. Following completion of construction, the Contractor is required to restore the haul routes to their original condition. Location of Stockpiled Construction Materials: Stockpiles and materials can be stored in a variety of areas inside and outside of the security fence. Once the Contractor's need is determined, a location to stage and store material will be selected. However, permanent stockpiles and staging areas will not be permitted within the Runway Object Free Area (OFA). Possible areas are delineated on the CSP plans. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 15 Vehicles and Pedestrian Operations: The Airport operations area (AOA) is defined by the perimeter fence surrounding the airfield. Access onto the AOA is through any number of gates along the fence. Contractor access onto the AOA is limited to the gates shown in the CSP plans. No person shall enter into the AOA, or any other restricted area except authorized personnel assigned to duty herein who have been properly badged, or personnel escorted by an appropriately badged escort. Contractor activities within the AOA are limited to the areas shown in the CSP plans. A visual boundary will be installed by the Contractor around all work areas. Boundary will consist of low profile barricades and weighted cones. The CSP plans show locations of the work area boundaries. Construction vehicles and personnel must not cross barricades at any time without an escort and permission from the Air Traffic Control Tower if entering into an active movement area. Contractor employee personal vehicles may not be parked or driven in the AOA. Employee parking areas are identified in the CSP plans Contractor vehicles and equipment are allowed inside of the project work area within the AOA with proper lighting and marking Approximate equipment staging and parking areas are shown in the CSP plans. All persons operating a motor vehicle within the AOA or areas with direct access to the AOA shall have a valid badge to operate ground vehicles on the airfield, issued by the Yakima Air Terminal. The only exception to this is a driver without a badge in separate vehicles, may be escorted by a driver with a badge The following requirements will be enforced on every Contractor and subcontractor operating equipment or vehicles 1. No person shall operate motorized vehicles or equipment of any kind on the Airport unless in possession of a valid operator's license as required by the State for the type of vehicle being operated. 2. No person shall operate a motor vehicle or other motorized equipment of any kind on the Airport in a reckless or negligent manner or without caution or in any manner that endangers or is likely to endanger persons or property. Maximum speed limit is 20 MPH. 3. No person shall fail to give pedestrians and aircraft the right-of-way over vehicular traffic. All ground vehicles shall pass to the rear of taxiing aircraft and use caution as jet blast may cause damage or bodily injury. 4. No person under the influence of alcohol or drugs shall operate a motor vehicle or equipment on the Airport. 5. The Contractor will not be allowed to operate motor vehicles outside of the designated work areas identified by barricades. 6. Operation of motor vehicles within the movement areas are limited to vehicles which have been pre -approved by the Airport Staff. The operators shall have received appropriate Ground Vehicle Movement Area Driver Training provided by the Yakima Air Terminal. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report doc 16 a. Vehicles operating in the movement areas must be equipped with a yellow rotating beacon that is turned on and operating and have proper markings. b. Vehicle operators are expected to familiarize themselves with Airport signs and markings prior to performing any construction activities within the AOA. 7. The Airport Manager shall have the authority to tow or otherwise move any motor vehicles parked by their owners or operators on the Airport in violation of the regulations of the Airport, at the owner's expense and without liability of resulting damage. 8. All vehicles operating on the Airport must have their head/tail lights turned on during darkness and low visibility conditions. 9. Each Contractor licensed vehicle must display a company logo on both sides of the vehicle and be of sufficient size to be recognizable to personnel in the Air Traffic Control Tower. Specialized construction equipment does not require signs. Each Contractor licensed vehicle must have a yellow/amber rotating beacon affixed to the uppermost part of the vehicle. Light must be visible from any direction, day and night. Specialized construction equipment does not require rotating beacon lights, but may require checkered flags. The Contractor will seek prior approval of the appropriate form of visibility before any construction activity. Contractor vehicle marking and lighting is the sole responsibility of the Contractor. The Airport will not provide markings or lights. 10. At all times Contractors shall be vigilant for taxiing aircraft, and cognizant of typical airfield pavement markings. Two-way Radio Communications: Contractors may utilize two-way radios on the project provided they do not interfere with existing Airport and FAA equipment frequencies. Any escorting Contractor is responsible for having sufficient training to adequately communicate with ATC Ground Control and Airport Staff. Ground control directs all aircraft and vehicle movement within the Airport movement area. Prior to entering any movement area, Ground Control must be contacted using the ground frequency. Prior to construction activities the Contractor will need to provide the contact name of the individual responsible for coordinating with Ground Control. TSA Requirements: Transportation Security Administration (TSA), through several Transportation Security Regulations (TSR), has the regulatory power to assess fines for breaches of Airport security. TSA will test the Contractor security means and methods for compliance with security codes and regulations throughout the course of the project. If the Contractor is found culpable for security breaches, fines assessed to the Airport will be collected from the Contractor. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 17 Security Badging Requirements: The Contractor will be required to obtain security badging in accordance with the following requirements: 1. Badge Responsibility: The Contractor is directly responsible to the Airport for authorizing his employees and the employees of the subcontractors access into the AOA. The Contractor shall account for all badges issued to his employees at the conclusion of the project and return them to the Airport. The Contractor shall ensure all badges issued to his subcontractors are returned to the Airport. Non compliance will result in the withholding of payment or retainage. 2. All Contractor employees working on the site and on a daily basis within the Airport security perimeter fence must be badged Only those employees making an occasional delivery, a one-time visit to the project, or working outside the perimeter fence may be escorted. The badging process is outlined in the following paragraphs: • Each Contractor employee designated to receive a badge to allow access must pass a criminal history check by submitting to fingerprinting by the Airport, complete an application form, attend an individual one-hour training session with the Airport, pass a driving exam, and stand for a photo. The criminal history check determines if the individual has a criminal record. Anyone convicted of a felony or other disqualifying crime will not be eligible for a badge. If the person does not have a criminal record, then they must submit for fingerprinting. At this time, the identity of the person must be verified by presenting two forms of identification, one of which must be a government form showing the person's photo. Proper identification is any of the following• valid driver's license, social security card, birth certificate, or passport. Anyone applying for a badge must also submit to a Security Threat Assessment. If it is believed an employee would not pass a background check, then they should not be included in the roster by the Contractor or subcontractor. The Yakima Air Terminal reserves the right to perform background checks on all employees at anytime during the project. If an employee fails the background check, they will be asked to leave, turn in their badge if appropriate, and will not be permitted to return to the project even if escorted. • Persons should report to the Airport Administration Office for fingerprinting at least 30 days before the badge is needed in order to receive verification in a timely manner. If the person has been denied unescorted access based on the fingerprinted criminal history check, they will be notified before the process continues. If the person has been granted access they will need to contact the Airport Administration Office for a training session appointment to proceed with the badging process. 3. No Contractor employee may use, or allow to be used, Airport -issued badge authorizing the access, presence, or movement of persons or vehicles within the perimeter fence in any other manner than for which it was issued by the Airport. 4. The cost for badging including criminal background check, finger printing, and issuance of badge is $50 00. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 18 5. Airport -issued badges will be displayed on outermost garment above the waist. Persons observed in the Security Identification Display Area without proper credentials or without escort will immediately be arrested and charged with criminal trespass as specified under state stature. 6. The Contractor is expected and required to challenge all individuals inside the Airport perimeter fence, not displaying Airport approved identification or who are acting suspicious. Challenging is a critical step in preventing unauthorized access and all Airport personnel are expected to challenge all persons who do not display Airport issued identification within the AOA. 8.0 WILDLIFE MANAGEMENT The Airport operator has a wildlife hazard management plan with specific operational and maintenance activities to limit wildlife hazards. Contractor personnel must be aware of and avoid construction activities which will create wildlife hazards such as: Trash: The Contractor will be responsible for ensuring all trash and debris, especially food wastes, are disposed of properly. Nothing can be left within the project site which would attract wildlife. Standing Water: Standing water will not be permissible as it can be a wildlife attractant for various animals. If water is to be used for any practice, the hose or tank shall be turned off between operations to prevent standing water. Tall Grass and Seeds: The Contractor shall provide access for airfield mowing operations at all times. Poorly Maintained Fencing and Gates: Detailed information about procedures for gates is located under Airport Security. If any animal should enter through one of the Contractor access gates, every attempt to capture the animal or herd it outside of the security fence will take priority. If the animal crosses the non -movement line, contact the Yakima Air Terminal or ATCT immediately. Disruption of Existing Wildlife Habitat: There is no known existing wildlife habitat that would be impacted. 9.0 FOREIGN OBJECT DEBRIS MANAGEMENT Foreign Object Debris (FOD), is any material, trash, debris, aggregate, supply material, etc. which could potentially cause damage to an aircraft. On construction sites; FOD is typically loose gravel, blowing sand, wire bristles from sweeper heads, food wrappers, and material packaging. The presence of FOD in the AOA poses a significant threat to the safety of air travel. FOD is not permitted within the AOA and the Contractor shall make every available effort to keep the site clean, not only at the end of the day but throughout the day. The following items are tasks the Contractor is expected to perform daily: G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 19 1. Housekeeping. Preventing FOD from occurring is the most effective form of FOD management. The Contractor must monitor construction activities and proactively develop a plan to prevent FOD from occurring. Typical FOD prevention measures include the use of covered trash containers, covered loads, zero tolerance for littering, and tying down items which may be easily windblown. 2 Ground Vehicle Tire Inspections. Prior to crossing active airfield pavement, the Contractor must perform a vehicle tire check for any loose rocks that may be in the tread. Tires covered in mud must be cleaned prior to crossing active pavement in order to prevent tracking of dirt into the AOA. 3 Pavement Sweeping. Prior to opening sections of pavement within a work area to aircraft traffic, the Contractor will be required to sweep the entire pavement surface (including shoulders). Metal bristled brooms are known to create FOD, and the Contractor will be required to clean all bristles from the pavement. Compressed air and vacuums can be used to clean pavement surfaces. 10.0 HAZARDOUS MATERIAL MANAGEMENT The use of hazardous materials shall be controlled and contained to the maximum extent possible. If use of hazardous materials is intended, the Contractor must notify the Construction Inspector and contact the Yakima Air Terminal prior to transport to the project site. The material shall be handled in accordance with the applicable Material Safety Data Sheets, and be disposed of legally offsite. In the case of a spill, contact the Construction Inspector and the Yakima Air Terminal immediately. 11.0 NOTIFICATION OF CONSTRUCTION ACTIVITIES Persons who have questions concerning policies, procedures, or requirements regarding the safety and operating procedures at the Yakima Air Terminal should contact the Airport. Persons who observe a security violation, suspicious act or any serious act that may endanger persons or property should immediately contact the Airport. List of Responsible Representatives/Points of Contact: This document provides a partial listing of individuals from the Yakima Air Terminal, ATCT, and consulting firm that have responsibility to complete this project. Prior to the first meeting the Contractor shall provide a similar list. The contact list will be reviewed at each meeting and any changes will be updated Notice to Airmen: The Yakima Air Terminal will issue NOTAMs to direct air traffic as much as possible from entering the project site. The Contractor must keep the Construction Inspector and the Airport current on the project schedule and any changes to facilitate correct NOTAMs to the pilot community. G1PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 20 Emergency Notification Procedures: In the case of an emergency on-site, the Contractor must first call 911 if medical assistance is needed. Then the Contractor must notify the Construction Inspector and the Airport. If someone is injured, they should be moved (if possible) outside of the security fence. All Contractor employees not directly affected by the emergency shall meet in one common area (to be determined) and await notification. No one is to leave the site. Coordination with ARFF Personnel: If there is an emergency and ARFF is available, then the Contractor can coordinate directly; however, the Airport shall be notified immediately of any emergency or coordination made by the Contractor Notification to the FAA: The Airport and Engineer will be responsible for notifying the FAA of any changes and providing updates. 12.0 INSPECTION REQUIREMENTS Daily Inspections: 1. FOD Inspection. The Contractor shall keep the project site and vehicles clean, employing a "clean as you go" approach throughout the project. 2. Airport Staff will conduct periodic inspections. This includes an inspection of all airfield paved areas and safety areas to ensure compliance with FAR Part 139. 3. Prior to opening work areas and pavement to aircraft operations, the Contractor must coordinate with Airport operations for inspection of work area. Pavements must be free of all dirt, sand, gravel, wire bristles and any other objects that could cause damage to aircraft. Additionally, all soil areas must be free of dirt clods, ruts, and surface irregularities that could damage an aircraft should it leave the pavement. 4. Inspections by the Construction Inspector and Airport Staff will be conducted daily to assure all traffic control devices are located properly and in working order. Final Inspections: An inspection is required prior to opening any phase to Airport operations. The Contractor, Airport Staff, Engineer, and Construction Inspector will coordinate a time when all parties can meet when the Contractor feels the work is complete to conduct each inspection. A final inspection of all work completed will be performed by the Engineer, Airport Staff, and Contractor at substantial completion. The Engineer and Construction Inspector, with Airport Staff shall develop a punchlist of any remaining items during the final inspection. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 21 13.0 UNDERGROUND UTILITIES The Contractor shall contact the One Call Utility Locate service prior to any work on the airfield. In addition, the Contractor shall contact the Engineer and Airport before beginning any excavation work. The Contractor must be careful when excavating within the airfield and include procedures in the SPCD for locating and protecting existing underground utilities. The Contractor will be responsible for toning all known electrical systems If an unmarked, unknown utility is discovered, the Contractor shall contact the Engineer, Construction Inspector, or any person of the Airport Staff before proceeding The project plans have identified potential underground utility conflicts. 14.0 PENALTIES The following penalties will be administered by the Airport and TSA. 1 Vehicle Operations. Penalties exist to punish those who violate Airport driving regulations. Prosecution can be a fine, revocation of badge, and impoundment of vehicle. 2. Individuals who violate Airport security rules may be subject to prosecution including a fine, revocation of badge, and impoundment of vehicle. In addition, TSA may fine or detain the individual and the Airport. If the Airport should be fined due to the Contractor's operations, then all fines will be paid by the Contractor Penalties for failing to meet any responsibility are outlined in the project specifications. Depending on the violation, the Contractor or any of their employees may be criminally charged, be subject to fines, lose their badge privilege, be removed from the project permanently or temporarily, or receive a warning. 15.0 SPECIAL CONDITIONS If special conditions are encountered which are not covered under the Contract Documents, a meeting between all entities shall take place with everyone agreeing to a solution. If the solution is a procedural change which modifies any provision in the Contract Documents, then the change will be added to the Contractor's SPCD Commercial Service Flight Delay: As the Airport, Engineer, airlines, tenants, Contractors, and FAA prepare for this project it was determined there may be flight delays relating to the airline's proposed flight schedule which may impact the proposed Runway closure schedule. During this unforeseen event, there must be close coordination between all parties to be certain the airlines are accommodated, while ensuring construction activities remain in compliance with the Construction Safety Phasing plans and stringent Federal Aviation Administration regulations. Contractor may rely on work schedules shown on plan sheet CSP11. Changes to schedules will be dealt in accordance with the contract provision. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 22 t 1 e In the event the airline anticipates a flight delay (either departure or arrival) the following coordination will occur. 1. Airline personnel will coordinate with Yakima Air Terminal staff on updated Estimated Time of Departure (ETD) or Estimated Time of Arrival (ETA). 2. Airport staff will share information with FAA Technical Operations Personnel to evaluate if NAVAIDs are to remain operational or out of service. 3. FAA Technical Operations Personnel will coordinate FAA's NOTAMs as it relates to the NAVAIDs. 4. Airport staff will share information with HLA to inform the Contractor of any impacts this will cause on the proposed construction schedule and availability of access to the Runway Safety Area. 5. Airport staff will update NOTAMs accordingly to ensure to reflect the conditions of the airfield and availability of Runway Safety Area or applicable Air Operations Area. 6. Any changes to the recent updated ETD/ETA will be communicated further so all parties are updated. 7. Airport staff will coordinate with the Air Traffic Control Tower of any changes to the proposed Runway closure schedule and any impacts with the delayed flights. NAVAID Activation Failure: As the Runway is closed and reopened, a variety of NAVAIDs are required to be placed "Out of Service" when the Runway is closed but are put back into operation as the Runway is reopened. In the event some or all NAVAIDs are not able to be restored to service there must be close coordination to ensure all parties involved are informed of the failed equipment. In the event the FAA witnesses a problem with any NAVAIDs being restored the following coordination will occur: 1. FAA Technical Operations Personnel will coordinate with Pacific Operations Control Center (POCC) in San Diego, CA and update them on an estimated time to return to service. 2. FAA Technical Operations Personnel or POCC will ensure NOTAMs remain current on any equipment not able to return to service. 3. FAA Technical Operations Personnel will coordinate with Airport staff on the effected equipment and an estimated return to service. 4. Airport staff will communicate with airline personnel to advise any effects the equipment might have on the arriving or departing flight. 5. Airline staff will then coordinate with their respective System Operations Control (SOC) or Dispatcher of any impacts the equipment will have on the flight. 6. Airport staff will keep close coordination with FAA Technical Operations Personnel when equipment is returned to service and advise the airline accordingly. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 23 7 In the event the NAVAID can't be returned to service within the requested timeframe, Airport staff will coordinate with the airline and FAA Technical Operations Personnel to determine if the system can remain out of service as the airline continues to operate. 16.0 RUNWAY AND TAXIWAY VISUAL AIDS Airport markings, lighting, signs and visual NAVAIDs must be clearly visible to pilots, and not misleading, confusing, or deceptive All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents, and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. Temporary Markings: Temporarily closed Taxiways: Place an X taxiway closure marking at the entrance to the closed taxiway from the Runway and place barricades outside the safety area of the Runway (unless it is closed). Due to the duration of the project and to avoid impacts to the Runway, it is preferable to construct temporary markings from any of the following materials: colored plastic, painted sheets of plywood, or similar materials, all properly secured to prevent movement by prop wash, jet blast, wing vortices, or other wind currents. Lighted X's will be used during Runway closures. The lighted X's must be placed and relocated as detailed in the CSP plans. Lighting and Visual NAVAIDs: Coordinate the lighting and electrical requirements with the electrical plans and specifications. The Contractor shall be careful to coordinate the disconnection of lighting to ensure active Runways and taxiways are properly lighted at all times. Temporarily closed Runways: A lighted X is placed at each end of the Runway directly on or as near as practicable to the Runway designation numbers Additionally the visual glide slope indicator (VGSI), Precision Approach Path Indicators (PAPI) and Runway End Identifier Lights (REIL) shall be covered by Airport Staff to avoid giving misleading indications to pilots. Temporarily closed Taxiways: The Contractor will cover or disconnect the taxiway edge lighting fixtures within the work phase to clearly note the Taxiway is closed. Signs: The Contractor shall protect existing signs throughout construction, and phase the sign replacement work to minimize the duration of time without a taxiway sign. Any time a sign does not serve its normal function, 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. 17.0 MARKING AND SIGNS FOR ACCESS ROUTES The Contractor shall provide signs marking the access route and entrance for his employees and any subcontractors Markings and signs shall be per the CSP plans, Manual on Uniform Traffic Control Devices (MUTCD) or an approved equal. G:\PROJECTS\2011\11049\100% Submittal\100% Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 24 18.0 HAZARD MARKING AND LIGHTING Hazard marking and lighting prevent pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. Hazard marking and lighting must also be used to specify open manholes, excavations, stockpiled material, waste areas, and areas subject to jet blast. Equipment: Barricades, including weighted traffic cones, preferably low -profile designed for aviation use are acceptable for hazard markings. The barricades shall be lighted with either a steady burning or flashing red light meeting FAA, WSDOT standards, and MUTCD. Additionally, barricades may be supplemented with alternating orange and white flags at least 20 by 20 inches. Low profile barricades are the only traffic control devices approved for unattended areas of pavement under construction. Barricades are not permitted in any active safety area, within a runway or taxiway object free area, or on aprons. Use orange traffic cones, flashing or steady burning red lights, 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 inches 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, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible and not exceeding 3 inches above the ground. 19.0 PROTECTION The following areas shall be protected from any Contractor to inadvertently enter: Runway Safety Area (RSA) Runway Object Free Area (ROFA) Taxiway Safety Area (TSA) Taxiway Object Free Area (TOFA) Obstacle Free Zone (OFA) Runway Approach/Departure Surfaces No construction may occur within the existing RSA or TSA while that portion of the Runway or taxiway is open for aircraft operations. The above areas are shown in the CSP plans. The Contractor will need to review all locations and contact the Airport and/or Engineer if there are any questions or conflicts. The AOA must also be protected from dust and soil erosion. Soils erosion must be controlled to maintain RSA standards. 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 aircraft rescue and firefighting equipment (ARFF), and the occasional passage of aircraft without causing structural damage to the aircraft. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 25 20.0 OTHER LIMITATIONS FOR CONSTRUCTION The following items have been recognized as additional constraints for the project: 1. Use of tall equipment (cranes, concrete pumps, etc.) is not permitted unless a 7460-1 determination letter is issued for such equipment. The 7460 process will need to be coordinated through Airport Staff and the Engineer as soon as the need is identified by the Contractor and prior to the Notice to Proceed. Review will take a minimum of 45 days. The maximum height of equipment approved is 16 feet. 2. The use of open flame welding or torches is prohibited unless fire safety precautions are provided and the Airport Staff have approved their use. 3. The use of electrical blasting caps is prohibited. 4. The use of flare pots are prohibited. Night Construction: Work at night will be required to complete the improvements. The Contractor shall coordinate all proposed night construction with the Yakima Air Terminal and provide a proposed construction schedule at the preconstruction meeting. Night construction to complete the work within the Runway Safety Area is required to meet the schedule. Refer to the Runway Schedule located in this document and in the CSP plans. 21.0 SAFETY PLAN COMPLIANCE DOCUMENT The SPCD should include a general statement by the construction Contractor they have read and will abide by this CSP plan and report. In addition, the SPCD must include all supplemental information which could not be included in the CSP report and plans prior to the preconstruction meeting. The Contractor statement should include the name of the Contractor, the title of the project CSP plan and report, the approval date of the CSP plan and report, and a reference to any supplemental information. The supplemental information in the SPCD should be written to match the format of the CSP plan and report indicating each subject by corresponding CSP plan and report 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. Example: "I, name of contractor , have read the Title of Project CSP plan and report, approved on date , and will abide by it as written and with the following additions as noted:" The SPCD should not duplicate information in the CSP plan and report and should contain at minimum the following per AC 150/5370-2F: G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 26 SAFETY PLAN COMPLIANCE DOCUMENT EXAMPLE 1. Coordination: Discuss details of proposed safety meetings with the Airport Staff, Construction Inspector, 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. 3. Areas and operations affected by the construction activity. These areas and operations should be identified in the CSP plan and report 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 integrity of Airport security fence (gate guards, daily log of construction personnel, and other). b. Listing of individuals requiring Airport badging and driver training. c. Radio communications Types of radios and backup capabilities. ii. The responsible individuals with their cell phone numbers of who will be monitoring radios and will be in contact with ATC Ground Control. iii. Whom to contact if the ATCT cannot reach the Contractor's designated person by radio. d. Details on how the Contractor will escort material delivery vehicles and other not badged Contractors and subcontractors. 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. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 27 8. Hazardous material (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 all 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 if applicable, 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 CSP report and should not require an entry in the SPCD. 13. Special conditions. Discuss proposed actions for each special condition identified in the CSP plan and report. 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. 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. Protection of Runway and taxiway safety areas, including 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 for separation of construction operations from aircraft operations, including details of barricades. 18. Other limitations on construction should be identified in the CSP plan and report, and should not require an entry in the SPCD. G:\PROJECTS\2011\11049\100% Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 28 APPENDIX Definition of Terms AC Advisory Circular ACRC Aircraft Reference Code ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program AOA Air Operations Area. Any area of the Airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated Runways, Taxiways, or aprons. All real property within the security perimeter site fencing. ARFF Aircraft Rescue and Fire Fighting ATCT Airport Traffic Control Tower ATO Air Traffic Organization Certified Airport An Airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe 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. 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 FOD Foreign Object Debris HAZMAT Hazardous Materials G:\PROJECTS\2011\11049\100 % Submittal\100% Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 30 ILS LOC MITL Movement Area Instrument Landing System Localizer Antenna Array Medium Intensity Taxiway Lights The Runways, Taxiways, and other areas of an Airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas. MSDS Material Safety Data Sheets MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with NAVAID that must remain clear and graded to avoid interference with the electronic signal Non -Movement Area The area inside the Airport security fence exclusive of the Movement Area. Notice to Airmen Any object/obstacle exceeding the obstruction standards. NOTAM Obstruction OFA OFZ 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 maneuvering purposes. Obstacle Free Zone. The airspace to 150 feet 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. OSHA Occupational Safety and Health PAPI Precision Approach Path Indicator REIL Runway End Identifier Light RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 31 SIDA Security Identification Display Area SPCD TSA Safety Plan Compliance Document. Details developed and submitted by the Contractor to the Airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. A defined surface alongside the Taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the Taxiway. TDG Taxiway Design Group Threshold The beginning of that portion of Runway. G:\PROJECTS\2011\11049\100 % Submittal\100 % Construction Safety and Phasing Report\2015-02-09 Alpha Taxiway Construction Safety Plan Report.doc 32 FAA Guide to Ground Vehicle Operations G:;PROJEC-S?201 1111049\Speclficaticns12015- '10-19 Alpha Taxiway Saeclficatians,Docx FAA Guide to Ground Vehicle Operations Federal Aviation Administration A Comprehensive Guide to Safe Driving on the Airport Surface ['AA firidc 1r, C;rolf+.,((l•cHcie • FAA (,?if e To ( ;round (1peratio43 Introduction Introduction row 4 4 4.41. 646. H 0.64 H 6.14.644.4. •..:THT!' "Hid ;6,6,64 i 461T 1H :14 4.64T ,44,64 Mi T ;44644, •... .1 .;;46, ! Ir‘ .4 4 HT; 40 .0444 4,1, -4 4;4 ki itiff '14 4 44 !ii•ii* i 4.i .4 •i 4, Ht. TT6 66., 4.4.6. '6!• Hr.. P (4'r• . Ti f "Hi 7.4"6.4 - 446 if f 44; 4 ff., P 1.14 4 6444, 4.4 .4,646t! !*. t I! 44'4,4 I 4. :i16411...14.6 Hi, 66 ff. 4 44. 4.4. ii41, .66. 66.6i 6044 H66. 4 0,4,04 .614 4H, '1,44 :6.,46, ;-(1.t;14.1-:g "44444)4, •44j r ; R.. 4,1,. P.44,i. 6.614 66446 enlci in,14.44 ;4ii. 44, tip T., 444rT 64.6T P.3 410 4414_ >44 .(66,61.FT .14i .04,444 , H T1.6. Hir-0176,..64. !OH i !',46,46 4,6T T .6 H. 4•: 46,64 if• .4666, 6.464, EH H.46, 44.6. r66:16;!:66.,H ,6.64 46:66, ..66 • 4;. 4.4,44.4iii i 4:1.4 of 144.H., (6.1 44444 441 Ar 144; A144. 14,4. 444 4 (. o f • 6,64 r.4,*: „46.4 .4-• It 6 ri !ItH .414.664,,,i Th .‘44: 6464, c4,42 4. 1'44 d;„4114 4.11,4; 4.4i1 4:44 t ;444„ 0144444o 4 444 f•,—Ary 4! .6 6,644! H64.16.6.' .41HI! 66.„ 6.1464.H t.6.4 4.1 H4.6.4i, 644. 64646 V.416 6,* 6.41.4.4 iH1. ..i1.,114!; ;;:.f .1,re p.rn,..11...•1C.— .1r(r. FIR r1' oin i MIN NMI 1111 1111 NM 1111 SIB INN INS 111111 111111 111111 1111 11111 1111 INNS EN 11•11 IAA Guide ro Gruttna" Vehicle Optiamm., I ntroduction l'ht• (7;nitie to Cy'rouptd Vehicle Operations ‘+.s, L Oic tin tri:1 iiH, tie1 II Lick , i.arT ehite.Thistuidcis rut inien,ied ui prosid,i «PoicrLihrrisivc Loveragiiut Ii it know suriaic isatciv. Rathcri loulISCN Irn 1 P L mosi sycH 3,iitir.i iHiI iIdir:4)11;1; oiroriitaiiori ;Ind .h,iiii.e for you ii rcist your ovcriill t.iimprehtinistori with 3iiu Towered Airpo Additional Information Self -Assessment FAA (;ultie to (;roloidl/chri.to (*)Yenitums Introduction if ics ItLu ilL utti. .;OH Inainiirtri .pt;fc ii '..iikh.11.1011,11 LIMN 111.rics...;p. iIrIiipi ,is hcinr,Jsv III arid Illiss rh i lilt:111On Pt, sHill (11:Ni inaill.HH (iChi.r .i114.fUti Itl.H1 ,H1H1111(.(1 I HLI:..r...d.inkhrii.; ( , r I ( lissiri ATIO, :iii ;HIT(H1 niCaiHrAr t)t tIt NiN51,11 .11(.1N .1V.HLIIIIL Or: II I, h ,is ii ii 11r,IHN. voo did; Lit(IiiIi.1&* ,irc 55 drai riCkc hull ;o 1, I1YPPiSi:11 U111:. 'and H11, hisLI JH i?t ;1r1(.1 phrslu.Hrk nit; I)( '5/) )J 1)!( HI L1 -11.111c,, Ail kvilo ;i;.rp[yrN 1.; ccsrun)ii)thrHp., p11 rj.H:Nt Hip is, US iPu 57,1.1;;LIC ,..H1111HeN mffmt.,t ttt •••:::11::=1:14., AIRPORT BA S ICS • !) •sk k • T 55 i t ) ,4i:; • n r ; ) ! k itk. 1:t!!:•.trt.trt, th. ;:: !!! „ii: dot! V it it , t tt: Ittt* ti: n:t!it ! h 5455 Runway Safety Area h, 1.5 A a; („i tht rt;i:tk. 555 5 155kr: 3'1 irtt !Hit .111.55 4ClId, ind ,;it r ttt Ht,A Art 5t,!, *. „45 rr4!.. ;I: di r.! •,4 r,0 :Sr 5'S '5 tt .ki „iit‘ t:rHt. \ ET, A hk ttr)'••:,..!!! ) rh51 t.rt!th Anti th tk:0331::!Cd t.t hit\ & ('Sk Nt 4)5 1:1454 4' 54 ,45S 'ccs&'1 k iihdd !Mt. .11+,i \4.1i ps!',;;ISIn Monk in.,. hi( it ttottiturti5 C)1(,\5: oft 1,15r.:51.1‘ r.)!!Ot...r, ki h hidj !).1' 3,I1 5n ottAt , itt S '5ilitA A it,:t1 14ott.it.r5),:41:1 At. itit 55it5tt t it tiott it TS )5: thil-lhihStrthr• !It:, ptrutimg :ttt titt :t ii111di1 .1nd 1Nrid1.1:,11.5n tn: nn inny5.41SS t *.k5 i 07 Ft? ..t: ,t)\ ,;! !he't t)t !thn Aprons! Ramps stla Art t5C 5‘113)-k: ,1!kk3,ti.5 2,jt ik, !•:.5t,i t),:ht),531, •,k(hri, (1 '° :A) ttti C' "'tit i:s ‘katt•in: 5).)! Aprott t11t131;h: 5;ith ik \tit, a :!:. •Ch. *( Lit) '4'5..4,- t•sc.))))))), !;!!.. OLP tr. '3: !ht!,titt! ffss:hL tlkhk, •F hrt n nd t•iitt •t !:1,13.1 11):),!!) Pht:Tt. LI: )14ft, ,3„))3•ers)) 5.‘ cl55(ic), thiAt. ('5 5'' if! !•.•t :5120)1 )1.t P) !!:k 41,‘ ,t TN( i i)iS Tli; , r:( ,1;( (1 •• Litt' s, *i'• *:"*"") rt• -,1 1,5 35:-;11115:•rt:15 kShitit trtlp.; Runwav Atari( u n gs a re WiLari (In h sI. t Th:111144 li<i ttat:c trtt '\U'" 'U''''s !:1 ( wort kAtqt,t: toAtAit 't (555 i• glIfe 1 •••• .. 3.3(33 3.5:3.33:E.1).: : • .3.: • )5) - SIN MI in In 1E11 NM 1111 MINI UN 11111 11111 En NEI 11111 11111 11111111 O il 1111 11111 11111 1411 Ell EMI 4101 III 11111 1M1 Taxiway Markings are I Atcas h, :HT; t, 1,, apronarup .and In( Illi. laxiXkj \s Ot)i, ,•tMii.11- 1.1 .¼ htil SiSkritly 11(lt 1>L11111.1CT,, 1.1\i‘VAVS iiSk* i (fri !CNC n Ar.uher (Ahlihhiat win. iit..‘,12,1athr.;.. iht.. I BEST PRACTICES FOR SAFE DRIVING On the Movement Areas + ori INnInv.ov,, ;hal rhc MOVI'Ml-N I MO .oriwId. A ;ii)l)ft 1,15(I 1110; (II FUJI \\.I%, ith ,i11011 (It .1nd l'`,M*111l.11 ill .11 i, At NV.P.,S 1u:rem airpon (Lagr.tin in your • if 111.(r1- rc(1111h-(1 thiii on orvs I.111 lan‘vav,, 1)L. ,tss,lrt fiji alrk.T,di and liONIT1,11 so rid .11"C..I\.. A I ( April (VI/IL:111k l(*liWTT(I 9' I( you lici.onic 11111(:1'1'.111I ii S UI hil.,111(111 till ZIW \ :11111 fVI 11(11). EXPLICIT RUNWAY CROSSING CLEARANCES: Never cross a holding position marking includThg hold lines for inactive or closed runways without explicit ATC instructions. instructions to cross a runway will be issued one at a time. An aircraft or vehicle must have crossed the previous runway before another runway crossing is issued, • knol1/4 rnarLin,. ,;:un'. and Ihl,hunr oothncd h., ;11:: nu; Around Aircraft 11:1y,,- 11111y.1.J viewhip dica.ii Is' impos,ihI( I 1)1111(5 III ,c; pc(Icstri;in,,, part dh. hhy,... Ilndur I he (I/Th :111. ro.!,11,, %Nav io Him, hit; II 1,11 I )(.. th;: von, \\ ''UI' I'i'\* it a abhut l ctighh(II ILL (((yiN is ruthhhr, (hc. tcd rhr...hhh.; !diktuld While Communicating with Air Traffic Avw,I ..111(1 WI NVik:i..0 iltitl rIc .111 sI ralf. arc II '1 i511‘, III1 irlIr II Ic III tL rI rinhc • Alv.,avy LI\C srand,u).1 avidtwil inlir.t.,;(,iv ;1:1(1 proper CO Flan LI tiLatiorp, procc...11.1R..; n I I.IL up I In III i.11:1- lo facliitatc Licar • Arrhi: down, taxi i rut"timts, 1'1rek.i.111v hist:rtii...(ion,. that arc ompicx. „An 50111. 5 111:1CroliI11111III (II III rt of- !hv IfIst-ructlon. • \Xlicti :In doubt. and .a,.1( I -or 11(.111 or I I.:irrilcatihn I't1M AT( 9 .4,333,4333,34333333333:33333.33333373333333333334433333333,3333 During Construction 4 I4.41 no...s..rr Irron dinlnd d33 .11311.,3"3.3 313333.3333:3. 3.0i1.,tF1333"3331.1 \3334i131 3.13:333"L; 31333", 1.'33 .1:3 ;3.(i 33331‘33331"3,3 for:(13 3.313333V3o.i\-3 *1.133' .3:133'3( rt1.3". boo* d ,33.id000to-31 3,r ,Tor.. -3' ;Uhl 31 311,03 3'33 3313:311iiik.A hcrcloo. r, I iLoit no. oo‘no. rrno kinon*;* io !*!*, corr onoiu r orpror.i.1.11 !tr....no in (nor':Loin! tt•ii*A*1*. Ilipt Spots nt it %Hen, led Linen, .1Cr !Vitra ittl**L tl*****4 111,•t*: t***, ptitC11,11.4i ***LS'S. r*.**> t.Olitt•itri* DI* rurp,v,r, ;,!4,drtlk t\iik•Lk *ZIk•iL*”.tt.r\\I at! nt. !On i4 FT' ,11.1d ,••• CV. ttp • Q.A1.1, III • il• ki4,ir.•3 Ci•( //nee,. 3 di in, Add iv...event deiefe,enov.k. !tt A TERMNA. SIGNS AND N1ARKIN(..1S* 1,,***J. 13i -i *,i`..i_to • ; 3.33 "3233r3* -3.4i.33 3333.i.3 '333331 3 33-33.** 3 ' iiifornirdi. in on! i* *rioi * .nrio pro n. L* .nroo pronnn 'itir „on. inion! r!orrro. 111.1nr doni...:Wno.! on !in. to!ionolT )L!!! 3130r3; 313•3',.3 3:tol i303.3.3.311.3I ‘333.3.* d1.3. At-WAAAT Lr\1\4'fliAlf\4.0, 333113 3 3 \IV Rtinwas Holding 'Position Miarking idineddi nen, ell led deed, ,ii. iniernere. ned iniddedded ell ,ILIH.f.* • F31" oii! V03.3 *".. ,3!.3!3 1,1 oi 3rc3i3. sign! oi*o... ono; rILLorinro.!- "..41.11 t**4ii.*: ;1\ 1 •*' Pi if*** '..** r, • or,nrr,,inon, .1 non f ri•d. at*,tpOrt i*i1,4**** t *t!li. F,Htt.nt 3r •*,! ;• Lk)." Rtinwas- 'folding Position Sign kete, ; „e....1 nee .leinin dwied d de dendinid If A,. r dednerde 1 he ee need:. do edoneni pos;Hr.,i, eeirli.lon• TA*, *'•;:*f*:\**,..fl*, i\As 3 I )or1 drkL tins sign tr. limy, a ATa:. I Ji )U1!.!, ) T111_11.11. L.IC,11.1r1 kirl I i L WA'Cr 11,1./.;11.11 ti)SLIISL you arcI 1 fl i il a 1 I 1W Ii Ii r It I (In ;IVA\ 0F;1\• an.; riiiii„m,1 flil'fl I*111 I II l extriime Laurion, Location Signs and Markings LllIiiIur 11(1wiik yellow icvicti: and/ niimlicin, Hies(' siptiii and iiiatta,c- painced niarklitv,s indn ati.• vinar lo(atIon 8/.11 /•,11/1/. /11 ..1( A )/ , Hf 111 111- RE. (S('r Figure' 2. I 9 Runway A Taxiway 'taxiway 1.)irectiiiii Signs and Markings 1.11(-,c and markings will] a aello‘sr iLit. sill I LII RIa ill! iilack char-at:airs lIlt Iii 1IL IlILLIIII' toward a taxiwav Icading kill Ii SJS II 11th l 01 111 crNect Ii 1 (2W "I /01).i.1 OS /7 // .itr Uri', 1 ,111(1 II,S Critical Area Holding Position Signs and Markings Nl;iv IlL 51'1*;1;I NIWI iS sThiven laveci andjitr as stirlace maJli I.I.tesci art utilized litshow III hiaundaii, Ili :in- riinveaN*N Cr11 ,ai arca. I lust sIiiirr (it liiarca ‘N ",(/ h \ A 1 •.. • .• •.• tiniiiii1,411111111111144,1111iiii.11:iir Figure 2.1 ,00.1,1,.: am.] 111 ,III 12 E -E "FfjTE— F T E Figure 2.2 i•vanyk., 01 n array,' with and ssLarnini, tin 1 aNnA..iii. I ioldow itill;;11 II 15 1/;', ill 1.1AVi:1111i,11; A 5Crii)5V )11.11/11iti.1!: ICAkillt.fr and Lixit•nd aiiiiss III lIlt '15155 IS An II Slid 1I illS II 51F 55 Iii '.1 II r reti ilaiisprotand NEI Wired ,Ilka5.i.:111. III VI./C`;C:IIs 111.1 111111 111,1 fold inidrucled UI Afr( I[.5 Boundary Sign I I us in dl III Ik ' I Ii 1)01.111,1in arca IIII pilot,. and velot.lc 11.1115V;IV. ;111(I 1/1IL rakirs must 1111(1 III I ILl 111 II TI1 LIcar Clic II ;ea': nirca SI)1?% A I*( Non -Movement Area Boundary Markings A y.,11.;.k. 5(1 Ii \V1;11 %.1.•11(1V. 11)11,, .U. U (11 \X•hCilIII'!' III III (in solid I 11 :11c :11)!1-0.10Vi.TI1 II Arca A-rc IrS III dew(' IL ros, ''III triL eri(r.ik_ men', Runway Safety Area Boundary Sign Yelim.. « Will h inarkinvs. old; when. CNUIrl?; 1111 111155,15 Issii.;11 is usyd on UNVCIV(I airplirls (Oleic lI)iII1111)1111 ;i pi%01 [II acport s LI1 III nlii‘V;1 5511 i,11 V, hal rhis PdSct:(I. 13 VY VW A NA AI jA 1±Z A'AZNA MA A tweigraphic l'asition Markings Pi.nt, -*Ann ging, Ann %Nilo,. gre ot, tiog *tn.* roingt tettkonit gni inn cgn. ;;On, Helicilpter I...ariding Area Marking fit ,ye ‘001,;1( (•...r..; ;;..inHIC; ‘,;;.;;..1 TERM Destination Signs 'nogg gnigtnniont tign: Hitt*, Ltingti, gon te.igti; !;11:41 ha\ ThCn ;;;A• ;;;:;f4 r...; -0,*; tiolnine.ed kixisval* A d On; Liinn„ni np ninon lin hold 1,t).11. ;Csrl i no inn inn nil', II.(1()Cated 1•11E*CSIi( !“.;!:.;•;';;;T ;;ttri cvilk ; .rr; 01 ( hcvrons Larg.;:to inv. Armin*, saienintii 'NEW, ni Tin• hi. 2.0 intn ApriinslIZanips 41:'Ptr:1 npii :tin.; inn c ‘f. Fr( non!' • nniriniiii in. el' 111 Lod. • .......iiriiiiii;;;;;;;;;;;;;;;;:ii.ii,=;:iiiiimiii;;;;;; „.;;;;;;;;;;qiin;;;;;;;i7,;;;;;;;;;;;;;,,,,,- Evampies (11 vehO 1 urfaec markings; roadways bounded by "ripper - markings are also 115Vii by aircraft. i; ▪ 11111 ▪ In 11•11 IMP 11111 NM En MN NM Ell 11111 NM 11111 11111 Int EMI MN ivitig.acat around them to it...ta*i*Ayis.c.10s; trip • . . gh td be an.t 1.1(;111 1NG I linIrt Llificrc ' ,ornhin,ttions 111.a• 'ii% 'on I :1%r* rat -T :IT( ,initinticti in Runway Edge and (...:ertterline Lights ItilP.:%\ %.1% ligH• f 1‘,‘ !•I k%%.,,A.cpz WhIlt* (1%) 1%1%. 1%1S% ,Jr• %PEW H.Inv1,11 is `it 1%) hif711 %.%111%1011 ,nrcrim( ,On.'rTnirc icLi,s 0 h'%ifri Ntihd rcd nn: 1,0(10 h..ck iroTn Taxiway Edge Lights or Reflectorm: II) ),II Ti.' till k.*(4%%, IA\ rt()LIN ihrk *Ni !PI 1.1,'Nti 1(.101 (11nditii)11`,. IC! Taxiway Centerline Lights or Reflectors :ire CN1 11%1 LH] it jrcrr1.1.% 1( how ,inci tiro. II III,) IT CInn drn nnTnrinn. l•11 .1 II') Runway Guard Lights tholi .1%Id Jun tnnd To !lei!) %del.11%1V %I III - laVe.111011( Runway Guard Light Elcvatcd Runway Guard Light Runway Status Lights (RWSI) pr-n‘id.„ ‘isual Nv.inunt; r() vclucic dr,",vcr', rind d)C not: ‚dl?)' cnicr RV ui foligIwili,4 L%,I1T1V‘T NIr%1,11s% I ;Iii%,‘",l't % 11111•T.',L'UI II or And .nrc:rati- L.nr,snir, (n- cnwrInn )'I%,1‘' !Nun mIcrwcTlur11,1'civiaA,Ill riinw;ir,„111(.1 TAcrpti. III rr PII(),dI aw,11111W, rAkcoif hn Apnr.innn:11:11 2; co tiln mourn SJirdior ill TV li L idoi 2()1. Runway Entrarnx Lights Takeoff Hold Lights NTT !ICU' LIGHT GUN SICNAIS iooh inoio n,o,roF FF.; oi.„( iin lologon ionioh „i ;or; Tic; ji , • if ovo...irg in, ric rinorio ; ;Fon in !hoc o. iron hno .1 ion mohair, 1! lilt rIMIlki! ',,Jtjf f.01. Light Gun Signals Steady Green -non r; Flashing Green ;. /eared tu DOES NOT APPLY TO VEHICLES! Alternating Red/Green ..i;.:**:;;,1! • ,tr;f1.41 Steady Red Flashing Red oi ;only GIME:GAM 1‘ Flashing white - - TOWERED AIRPORTS n Gee ondnet FL!, 11,ktfh, ; oogi•F .; onvi, .oroo,-; Finn ni,h; r 'or )1. • LC! .; tr•Mr; :1111; Poiri :ornori nicir rovi. hcri VrIlk MUM .1 Fano tor nor); rcr or ;Fri. !no:not lion, horn i; 414,1; Radio Cornmtithcations Procedures coot oihnin „Fini nig r3L !L. or •+i 5-4..;*••*;U A rr, i•:.! :or !On4.1 1.,*•! .:12f; tn. .r.• WI. •*,:*; T.. !„:„'•fl IIMII MI NIB MEI MIN MIMI Eli 11111 MIN IIIII 1111111 Mel 11101 MI all Mil — MIN FAA Guide to Ground Vehicle Operations Towered Airports FAA Guide to Ground Vehicle Operations Towered Airports 2(% 4- Ai. 1110N1 1.1C11111CN, th;i1,0vc irtiorni.won Lan on I UI ;iaNrI(11(10H411,V0111, CX,11111/iC' Driven Cincinnati ground, vehicle one at gate four would like to cross runway one eight right at taxiway alpha and proceed to the VOL Controllers Vehicle one, Cincinnati ground, proceed via alpha, hold short of runway one eight right. Driven Roger, vehicle one, proceeding via alpha, will hold short of runway one eight right. 4- At or thin mh L.i.mlrolicr is busy, '1; Is hes; To sHriph (.11i Thc wkvcr Nkt-11 our ik.leoIdik..1;ioll and ChL. Lon rroiler\ ;i. ml ilic Driven Cincinnati ground, vehicle one. time elapses... Controllers: Vehicle one, Cincinnati Driven Vehicle one at gate four would like to cross runway one eight right at taxiway alpha and proceed to the VOL 11,1C11, Id runw-,v H ws; .1) T:,.(pur, UI II I I, III U (I L I 1 rh rj Iiold `s.ho:C 1.11.1!\%,11 kiCt01t1 001111)Cr 1111,1 our miii Ilic"AviaLion .1.crrninology Skl..111111 011 2'; lits;nr rrarhu coutroi tcrnp, arid plir,rka..s iirhi.icrinmoils You :Houk! i‘iioNA- (Oho: thck ketore dr;vwv, ICimi Willi .1 huh. praLnic, radio LoilmumiLarions arc nor: ditficiiIr :'VL'F ahoo1 \slim Lo:TtroHcr iid, or ii You uncicrsiontd 10 ins;ruc;io:z. ask the controller to repeat the communication by transmitting".5.,11' Gil(N" • A LortiroiiclCICIl onc iN cxtrimidy UIIN, w.ou[d fUIIIUF cocaa and cxpiltin a iinsuilkleislaffliinr, Ball lii 1 111Mk.IV iniiirsifin. I lor:1 UrocUcli rrinliNins;; that 1-11(: ‘N licia)n-3., Lica:" drivc a jadc Advance Coordination W11:,•!, von irJi1.kI Ili : Tower lyctoic opvration. you ill remUlyr in: how Tri COIl under,[rnd vow sloppliT pwnl,.iji,I Iimiicliil po,mon, It 001 ,11.c 1101 silr( ‘sricrc vou .1.c goin12 .Ind would h'kc irurn 111, r.urr, ilill tor taxi tn:z.roi. Use extreme caution when you hear the phraseology «go ahead". Jr is only meant for you to proceed with your message and is not to be used for any other purpose. It NEVER means to proceed in moving about, or to drive on thc airfield. NON --POWERED AIRPORTS infirriird t;.1 .i ;Ifni 10","....,11' roirhori, ou nor ..011';'4sni.1" p.;,:nr;;;;,;Cirt notorit. it:tint-nth it r tinnitinty torrhoritio Ihritor tonnt. st prin.-no ri fir! t);.);.*Hlr.ifir MI a l',01.1 tOtt.irt'd ok)b., .1%,. ...Ind I I I 'os, .nitt nth iinu ioutithnnt, or nit?, t.rr orn 1,1 rtIM.v.1, (Ht;.;;: ,;;;•• ; '7:0;*tit „ \;;".", ;!, r•"..;; ry; f'.*;"; 4"I noon ft , itniiott, Iffr\,„n{i LiA:VS;j:, ti ..k!•!'t toono h noon!! hiniinho 4' it di!' non A r1( Cc. itt %Wit" ';* at. intint rontitrorri iiiinrrionni. TM; (.4.1Mprq.'d jatlir; . for,. ti rt.:not:Joh thihrth, ;Lit pot". Loth tiron iallti!"*.q.; taint:nth oh Pte Ay, o? ,th to. non hnon.itoti rhrporto that. in. trharnrilv toms tint': no ithtnotts" titICI Liosinsfso. tui ssor,ls..st .ns, ;sit tkiss, tot ..r,sliti*; Aro:hi-no rortor iirti 44r; 11?,i nor tin intinti turn t Arc:, a seiftuuttommettutt UMCOht or CIAF: Drivert older. one ode entering runway 28 at approach end and proceedlgM1 lettigdi to thterunwq. rIfiiSittertis :thin .tioirroth Linn. .t throtth C01,10V., LikLibrIg troth inionito inn trinithothi st, Frkiiithr i.hror .titcHoithi into tri• h in toori h‘rhrr, tint. ritoit inithhohni Noll hitt. tot hirhtii Tur,TT, To rith iririortrin ton h _rhino H tot. rnhtlin hittint. hino.hrinth ihrivithttur. don't nonntrit tot front in in inn -no kri dritrori In CF.. tntinntitiri pitihiro flt'i IC(.1".CHCCL. !Ci.",rtlInIt'r.dt,11 M.? kt:Cp A t'thit '11".",3iNt CX1lCCi T114 tii 1i :rrleltiticnr. I'iln[s;ulnot! ii c 1rii,i lrn cin the ( 6111 111011 Irat Ac.v,ti4 Ilrcluc.nc.� I( I A rrarric #ratio 1CcI I'I,Pilr'r..7. E s slr,I VI4trs; i.11i{t§[f! IISIrl1 ilio ndrTrcS (it rl`c' nss,vrnd, l.)cr„'rr„ lilt* cr.in[[Ill ru,4•cr ii cu l'\I(-llZvi trcgl.i:•n.ir.,t,al al', 0/1111rrr[nu..II ,cr .1111-1 011111.l [hr Ir pc,sir nn I In sori,lrc. \s ;l resnIi, ! c. AVIATION TERMINOLOGY '.'1;1[iU3tS. :he I:\i\'1r;0I CV,Cd I . Acknowledge I r[ r[.r i,ruc, that 4�f.u! tr.[v{ anticr,luilc.l thi :rres..1.[;c. Advise Inrcntiotas I•�-!, t!!c ,v>..rt viru irlart ffirmativr Confirm \1•P .[;I: nE.N;: rrill:ii. UI VII I .i'•Irt An crnpr Ir:r,• In•, li n!.lcic iii L. CII fllii}Ct of Cir•.'CI„> . t*, (*AP T ; ;To ; 411ii'•, hi ;CH 4::114 " 4:•T, ' 4,4; 4,33.44 line tip arpl \\ u( ;1.1'AIN't,. I Hold p: 71p. T 444; i 4414T.4.0. ;AIR,. ,4 4,.;44'; Negative Ni:, "CT-mos.:oh, HOF I 13.44. 1.101 PrOLeeta k*: ,orrnroo. plwvirp Rcad R.RL R... R.f.)ger Anon.: •oo.00 t.-oo ".01- o•.; :,roo.‘o* ooki. .*.t•oluo. 1,.` 4 -4.4.4: 4'4;4' 444.4. .44:44,!1'.43.4' Say atgain Stand BV 1;fluble; T'i 4144H 4. 44 or Vt.! rifs 1)ClaV tr! rH1 1 'T 4",; oor •—•oo 440 AVIATION PHONE - 11(.2S 41" hy;444141 414 4.!;,-; r; 1„:14,:v.„4" PIrtit N P.U1.1\N ',4443 %if!, A., RiA" HI 4.4444144144 44Ti, 21.14.441,1,,h4;;„ ,linhh,lbc ri; 4114. W11 . ••••...i.P•••• 44" 11111 MIN 111111 Ell MIN MINI 11111 FAA Guide to Ground Vehicle Operations Additional Information ADDMONAI, INFORMATION In ;111W!niti lit iiitlicinif,,,,,namoti '111t%1 [itis atiun. tEiitn ;ire. art uiEr 1(Ir at WIT, A VI'Ltli.IC WI !III" .11r111/1 Foreign Object Debris (ROD) I void, ir r iio 5th iii r1111 a jet crigtile Lan hrid parrs of du: I fl sccoTick. A rock Laugh!. In a pcupciL-1. .an damage Jle pri in nr,a wvII a ht:01111C a de:ILlly pro ii IVlakc i on airpi.rz ,afcr Hake iv putfing all r.ca,,11 In A I w.L.rcd itt tat tt r r.Ira wun': in.cL t; tin Ilp ittv raN irtd dchrts iou tinke 11 it he dit ii i ii rid hi 1111101! AIId tra T;11111till 1);.k.,, nit as ss l 1 rid Iiin‘s 2B 11111 MEI NMI 11111 FAA Guide to Ground Vehicle Operations Additional Information Reporting Accidents I i \•t)ia ark_ involved in an 11 r, ITIN1it it MI rill:(11W‘CIV It ii lilt Ii LuT.T.ed t: i111..11 aireraf; in \A.!! da;nagc L.th iri!,in.cicd and ri:pairc(i Aircraft Rescue anti Fire Fighting (A R FF) rut art it IIIIi1AVAN hnitiii- if roiru sec art crucrgvnev ‘cli]cl, %\.dh rs Ii t t tilt, ill] 111.1! it rtli.ncd onHt it ha) ,,tav ;dell 10r* ;Uri Vrk: I ettiirplho u ui:ttrlIV arid V(*11I1 iS All vehicles operating at a towered airport, including ARFF and police, are required to receive explicit runway crossing instructions From ATC. This applies to all runways encountered: active, inactive and closed, regardless of the type of emergency! 2Y FAA Guide to Ground Vehicle Operations FAA Guide to Ground Vehicle Operations Addidonal Information Additional Information Security r44rT ;1,* , 1' c‘i th ,t1 \ii .1 MaThiy.t lirt if ‘..(“1.'41*(. “.•M. t.tt ritor.t 1r, !in i'05i 01.110 'ss;,*\4,. •41(4r;',) it' 4)V.. 4t1:1 of. sc(- ,r.talye \on 44' th.n 1', it dnpint dcpArtnt.nnr, d'of.!11 1-1(.1p ft vpi; ,n ail .11; 41''d •'(" ..in-norT !II .1 tl.q.r4t r 11:is Lornpicr<* plan. i.41 ,nrport !! h kpk.Hin. vtni oiflti 44 r'lk *0' Cei RAI Wilf: M *frts11,-;/i.D fKATt.11 ft ORLY }4444444.4441414.441111440M NaglIttititet)r Flat! \Vinatiter Driving it 'oo 0:1 .41, :.'t,*tiCs;!* *.1' d'f**.\ . v.ho j‘kmil .1! ...Air '1 &L I Lirp,mig111 4h, nodl r.\ ‘4!..4 r.$ And kk ntn ,rh tie r !),, 4P. ti 0(41 „ io it .41 V, 1,H4, ‘.6`,.•Ar '.110V1 ..(1;n4n1( 111 • !..S*[,* cmt.iirion oknd nAn k 4' ''4<1 hnrc gift If' h.:I,: h i' '.1 14it'rri'it I() k 'Oil, :4) 0;1 t,•115)V,. r„ fr[(n.. tn. i ind ofit.n •.(.* :it1.1 • .1 IMP 11111 NB 11111 111111 NM INN MINI dill Mill EN 1111 Ell NIB NB 11111 NIB EN iLAA (1(iiie to Growid 1411i, le Ciperariolb Conclusion if '‘ 1(:1.(. Is soriwIllIng y(Iri ;ion I i.Irldcr:foilid. hchiri prok),,•(.1.1i1T, voil off•C ,If of. 1,11Vt'f.ttil ,firpi \vidl ('l' II 1114 A I T,ss CI: Wif-h cxrcricm.c, a ,.(.)rni.orrahic 14 loioNvic1.11:,c of rnovul.illout tif( oirport Ak‘av,, ttlf11.1111111J1 kff11.1.:f ( If t II11' t1.1 111t,i('',11 tli ;III For more inforrnalion: ()Ifice of Runway Safety Aeronautical Information Manual (ALM) 5111)//%11V\5.1,11 1411' 'I fl.lffltipflHht.tif \t:ilif Aeronautical Navigation Services (roup iAeriiN" Diagrams 55 5'. .) A' Airport Security - *ISA Part I 5-4 ww rsei.gov,ri..,:carchilaw,,irC*Ii:diUMJ' 51111t. Runway Saleiv -Vchtcic I./rivers wwwfaa goviairp1r1,,frum...0. Runway Safety - II ot Spots 5555.55..LI:1 govlairporisitiozw;iv s,irc;%/11(tHioKihoHmt,, t‘'sI 32 Federal Aviation Administration FAA Guide to Ground Vehicle Operations Self Assessment FM Guide to Ground Vehicle Oper4 Guide to Ground Vehicle Operations Self Assessment Self Assessment I. A twill -idler whit iVs, "(1i/ Ahad'' 2 I lic red and white sign lieu to the taxiway IN (allied a runsvav holding position sign. This sign indicates: .11)i ,16.„ wIth ,1.1!1•ir, p:31;1:.*;.*C1 pe.'1;41.31 11.111.1•:!ri'F:s VOlk f111.1',1 s. it 1 i0111 p*.:(pctn*,:d .yroo Not holt., !Ho: lo; risro two SOild VellOW 1111&s Kill) Iwo dashed V&111,W lines represent the marking for runway holding posiiion. All aircraft, vehicles and pedestrians approaching the I'LlIIINaV are requited to have a clear,ince front A•IC hcfore pro( ceding besoild the two solid yellow 11111CS, Runway markings are: I; \ fasiway markings are: RL 6. As you are nn Your syas to a emnstruction site on the airfield, you arc approaching a runway and have run received a specific instructinn to cross the runway. What will v1/1.1 tIII ;` olos Arid P:,11A d 4. On FM Guide to Ground Vehicle Opera Self Assessment FAA Guide to Ground Vehicle Ope Self Assessment You are driving in a vehicle designated OPS -1 awaiting clearance to cross runway 19, and you hear NEC clear UPS'iacross runway 19. \\Thai sill you do? Procecd aLross runvinik c you isn inkradi -(1["th Contract )1S-4 on Hie radio TO tiACI• AFC IH.C.Irt'd Lross 1 t). hillU ( to 1,ir t it Fitt:* k.i.hurhith. ;..1!1I1al. i,j', tii ( 1) iurd irrnund and rcirihrd Oitk.ratiiibchhusk. r!W. shiti hi 8. A Runway Incursion is defined as any occurrence at an aerodrome involving the incorrect presence of an aircraft, vehicle or person on the protected arca of a surface designated for the landing arid takeoff of aircraft. 9, hrue What does "Explicit Runway Crossing Clearance" mean?' 1. A ZUI 10 t•ras'N II11.11;.11)1C 11 instruction-, to crotch A MO, bk* ?JAI", IdIEALk laar Cat h runikihk. (.. it reiiiiiithtis -Position and !fold'. 1) h hukhinhot inn in, In hind. 10. (hi a runway you see this sign. What does it nteart? A. 'sou arc hpinrohirinnitt ;nuncio. Von an on ruirokan, Ii hi :di iittorrincininin ihgn. hhkirk. ara 2..!.Ht) l, I . Iii CrIkiit iiirnit\viiki I I . At night what color lights/reflectors mark tax iWayti? WhiN: 1-111R. d II:HI(NC 1/. When driving in ihe area immediately behind a large jet aircraft with its engines running, a driver should \kit kocuichntici About ilithight troin 1,R1,11[ bt.: atfCt *stamp or kiiav ankl do not prohcod too k.iirkiihni behind ail-hi:AL (tIA. (Flea (al !(.(a. ICI:1;1.(i( A a PCCIA Inirl((i1(/a I.) Nom kkf !tin* hiwk.ki. 13. Unless contrary insrructions have been received front air traffic control, a vehicle should always yield to an aircraft. N. Irina FM Guide to Ground Vehicle Operations FM Guide to Ground Vehicle ape Self Assessment Self Assessment •Ihis sign on a taxiway indicatc.'s: FBO 22.'33-) '6.41 Pi Hi Lilt 4.4.41.1:1,1 E.. Pr. PI,: 144.4444 :414•44.4 4.1p4 t;44.,11p.P.P. r4L !4. priw .444A...44.44,k On 411. [ht ) 6. r PP—PP, '2. I i. If, at a non -towered airport, you see an aircraft approaching the riinsvay io land 5IIcII vim arc wailing to cans. the NaITIC runwav, von should: \. op; rt! 41p "Opp 44.1i Pr, .4 P. PP :4 P.P.L.' Pit :14 r 11 PPP 'PP 4 ro— i'14114.4. 'P'pL ; `,410/...L Li Lt.' 11 t PPP :rp roltr A.; Ilet,“"( '0'6 ti.o.rw..•66. • pii—; r6*.i.s6 II, !Id^ PP 4P:risk r ;Put 4144i r,$) 4.L 444:441.z.1P4 0.4. 1.1,1 .1: 4.4P I (. Nam arc driving at a non towerecl airport. An aircraft that has announced its position on the l:NIC4,.)N1 frequenes 'dolvrisviiicr is flying: iPt.f:{k 441.4r 444 i444 .4411PPIVAPPT 141,41.4i InOi 1p.pi 4.444,4 P,144444444 44t 4414 1.1441,%.44 P441. t14411 Opp.. !'!.. I.—. It an itt t 1AI un roller directs vo. u, du something that V011 believe is unsafe: )01.: 444444, \4444. 4.:4 4,4 114,p4 ,,41.04.44 ..,(14• .1, ,..41.74 aNk ,jf!A olf,1(1.r. t.}1.. HT\ anid IS. The vellnw painted marking at the beginning of this runwas indicates: P. PP. :44 .P4 Pi Pp' 1P4r•L P.P. 144 4. p 4,4 P. 414 4P4 b• 44 p•P 144.4 1,1 PAP i *.;• ;4. •** FAA Guide to Ground Vehicle Operations Self Assessment Guide to Ground Vehicle Operations Self Assessment 19. This sign is located on a taxiway. What does it mean? <-B 1111.1.,t c i;r t4.) ILItit It I,RAW.11* ftroiVt) ‘NC.:.l 1)1 -vow i)u T1-1( .wirpilr:. It dILLLI ‘ni.ki volt ,,axikvoiv [Ili 11C•i'rft It 1 I ) Nioic (Ii th, .11)ov, 20. If radio contact. is lost. and the tower signals with a flashing red light, I should: o'itop. It Licar thc .s1F,11;11 Rcturri Inv 1)(11;11 :.hk—urpur!: 21. You are driving on a non -towered airport. An aircraft that has announced its position on the UN1COM frequency as "base leg" is flying. l'cipcnillt.;1;,o too Alc!,11And 1,3171 l'aralLei ii) IMPAA1 ;11. opi),..3s!tT 1.3I'lchng t.t) aboUt. tO TAM; tIF1.41 1,111t1. I :he al,o‘v '10 12. What does this sign indicate? m•vi ,i1 ;ill‘1 '1,l1 r1.1111,%,i‘ I) , At( ; I 11)» 1k1 r: • I [11 1)1 A 1 11I hIrc pnw.;•c•LIIIT 1)I.y1)111i 1:.11`; SIgn. Iii( i (11-,u 111,1,iro old I.) I1h A ,uld 23. What do the chevrons at the end of a runway indicate? *V.I LIpn...1.111cm hc uNcd Jor iJisuoH II I11.1:11.11er.[. 1, III 11) lIscd 1.111,11,1p •11,,• t11....11 I) Iw,nd What is thc procedure when you approach these painted markings from the solid line side? 'o.H1 (alluon. "<o tioto‘In!...; )011 f'..rOCfn ,..csfltTcy.i ft*, I). FM Guide to Ground Vehicle Of:teratioils FAA Guide to Ground Vehicle Operations Self Assessment Answer Key Whin ilitcs this surfaLc paintcd marking wean? '...*1 id •*. fl(...„i'i: -* .ir '1'1 i: i ... •1 0.,..ii:;. '.; i T., • .., -..,_ ....., d ; '...: ,i '. \ 1 ( oitn. , • , I h( ;; d•i !h. R S. U B 21. I) h. A ( B ( I 0. B B I H. A INN MO Ell/ NMI =I INN MINI IMO