Loading...
HomeMy WebLinkAboutR-2012-118 Airport Snow Removal Equipment Grant 3-53-0089-34 CITY OF YAKIMA RESOLUTION YAKIMA COUNTY RESOLUTION Resolution # R- 2012 -118 RESOLUTION 353 -2012 A JOINT RESOLUTION OF THE CITY OF YAKIMA AND YAKIMA COUNTY ratifying an Application for Federal Assistance and Standard DOT Title VI Assurances, and authorizing the execution and acceptance of a Grant Agreement for Federal Assistance and Certificate of Sponsors Attorney between the Federal Aviation Administration and the City of Yakima, Washington, and the County of Yakima, Washington. WHEREAS, the City of Yakima ( "City ") and Yakima County ( "County ") are co- owners of the Yakima Air Terminal, and, WHEREAS, the Yakima Air Terminal Board has submitted to the Federal Aviation Administration ('FAA ") an Application for Federal Assistance dated August 22, 2012, for a grant of federal funds for projects at the Yakima Air Terminal, which Application and Standard DOT Title VI Assurances, as approved by the FAA under project number 3- 53- 0089 -34 (the "Project "), is hereby incorporated herein and made a part hereof; and, WHEREAS, the FAA has approved the following projects: Approval of FAA Grant for Snow Removal Equipment Purchase WHEREAS, the United States of America, acting through the FAA has offered to City and County a grant to pay, as the United States share of the allowable costs incurred in accomplishing the Project, up to ninety (90 %) percent of all allowable project costs for the project; and, WHEREAS, The FAA has requested as a condition precedent to funding by the United States of America the allowable costs incurred in the Project, that: 11 It is understood and agreed the City of Yakima, Washington and the County of Yakima, Washington authorized the execution of the Application for Federal Assistance and the Standard DOT Title VI Assurances both dated August 22, 2012, on their behalf by Carl Remmel, Airport Manager, and that they jointly and severally adopt and ratify the representations and assurances contained therein, and; is understood that the word "Sponsor" as used in the project application and other assurances is deemed to include the City of Yakima, Washington and the County of Yakima, Washington. 2) The City and County authorize the City Manager and City Attorney for the City of Yakima and the Chair of the Board of County Commissioners and Prosecuting Attorney for Yakima County to accept and execute the Grant Offer and Certificate of Sponsor's Attorney upon receipt, Joint Resolution - City and County NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA AND COMMISSIONERS OF YAKIMA COUNTY: The Application for Federal Assistance and Standard DOT Title VI Assurances dated August 22, 2012, . executed by Carl Remmel, Airport Manager, are hereby ratified. A true copy of such Application and Standard DOT Title VI Assurances are attached hereto and incorporated herein, and, it is understood that the word "Sponsor" as used in the project application and other assurances is deemed to include the City of Yakima, Washington, and the County of Yakima, Washington; and, The City Manager and City Attorney of the City of Yakima are hereby authorized to accept the Grant Offer and to execute other such documents as may be upon receipt. ADOPTED BY THE CITY COUNCIL this ' day of { 2012. p, % ri4144 f , `' i, Z ! Micah Cawley, ayor, City of Yakima ?Q,1, f 4 r I 4 v."'' ' - 42 ' .,._.,. p LiP Attest: Son Claar Tee, City Cler % a'`* * i — The Chair and Prosecuting Attorney of the County of Yakima are hereby authorized to accept the Grant Offer and to execute other such documents as may be required upon receipt. DONE this 1 day of 2012. ottliff,,,,. I auir � ONRD OF /i ...-",,13 p,,1Ed -i'•, J. fid Elliott, Chairman `' EXCUSED r C/1 i • • i ' ' w. : ,� �OyA „. � Michael D. Leita, Commissioner a s2A0c) 1. d t ` ` <ti* //1 f Attest: Tiera L. Girard � /in . B. chey, Commissioner Clerk of the Board %"onstitut ; 'e Board of County Commissioners for Ya ma ounly, Washington ApK ved for . I/, ' . Deputy P os c uting Attorney Joint Resolution - City and County f_. , .. w :,.., YA ���f �A A. �.R �� N 1 „ , T ... o r L L 4 TE. R FM 1 E+ D M1 P "s, s} ,c Al ;1] `_'i89C...� • 1r �r,.. _ _ G ., ..- i 1`; i.:i09) 5. 1 2400 West � ti 3 t(tlf�3f' �tVr: • tic '.t. i. ?l, .! �a, � � �+) f' 86 Fax 1 RESOLUTION NO. YAT -R- 2012 -031 A RESOLUTION to Accept AlP 34 Grant App for Snow Removal Equipment (SRE) Purchase. WHEREAS, the Yakima Air Terminal Board of Directors ( "Board ") operates the Yakima Air Terminal ( "YAT ") under the authority granted by the Joint Operations Agreement signed by the City and County of Yakima, Washington on July 1, 1982, and, BE IT RESOLVED BY THE BOARD FOR THE YAKIMA AIR TERMINAL: A RESOLUTION, to Accept AIP 34 Grant Offer when made by FAA for SRE Purchase and to recommend the acceptance of the grant by the City and County of Yakima ADOPTED BY THE BOARD this 27th day of August, 2012. / //... L :' Flue, Chairman U.S Dew,:tment S�.attie Airports District Office OI I I E=t?spotU,ti. ^_.n 1601 find Ave SW, Suite 250 tederal Aviation Administration Renton, WA 58057 Northwest Mountain Region September 12, 2012 Mr. Carl Remmel Airport Manager 2406 West Washington Ave, Suite B Yakima, WA 98903 Dear Mr Ric el: ,L Grant offer for Yakima Air Terminal /McAllister Field Airport Yakima, Washington AlP Project Number: 3 -53- 0089 -034 Contract Number: DOT- FAl2NM -0079 DUNS Number: 01 -020 -3644 Enclosed is a copy of the subject grant offer in the amount of $437,072.00. Please note that the grant offer must be accepted by the sponsor on or before: September 19, 2012 Please have the appropriate official authorized to execute the Grant Offer sign and date the "Acceptance" with the appropriate official attesting to the execution and affixing the sponsor's corporate seal. The attorney for the sponsor then must execute and date the "Certificate of Sponsor's Attorney" with the date being no earlier than the date of acceptance of the Grant Agreement. This action will certify that the acceptance complies with all applicable local and state laws and constitutes a legal and binding obligation of the sponsor. After execution is completed, please fax (425) 227 -1650 or scan and e-mail a copy of the signed Grant Agreement to your FAA project manager not later than. September 19, 2012, and, also, return an executed copy to this office by mail. All applicable project- related requirements pertaining to environmental analysis and approval for this grant have been met in accordance with the guidelines contained in FAA Order 5050.4B, Airport Environmental Handbook If you have any questions in regard to acceptance of the grant offer, please contact your project manager or this office. Sincerely, a f tetr yt , t . , Carol Suomi Manager, Seattle Airports District Office 0 U.S. Department of Transportation Federal Aviation Administration Grant Agreement Part 1 — Offer Yakima Air Terminal /McAllister Field Airport Yakima, Washington Date of Offer: Wednesday, September 12, 2012 Project Number: 3 -53- 0089 -034 Contract Number: DOT- FAl2NM -0079 To: County and City of Yakima, Washington (herein called the "Sponsor ") From: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA ") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated August 22, 2012, for a grant of Federal funds for a project at or associated with the Yakima Air Terminal /McAllister Field Airport which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport (herein called the "Project ") consisting of the following: Acquire snow removal equipment, (including high speed broom and multi- function snow removal equipment with attachments) (Phase 2); all as more particularly described in the Project Application. FAA Form 5100 -37 PG 1 (10 -89) Page 1 of 11 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, 90.00 percentum of all allowable Project costs This Offer is made on and subject to the following terms and conditions: Part I - Conditions 1) The maximum obligation of the United States payable under this Offer shall be $437,072.00. For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 47108(b) of the Act, the following amounts are being specified for this purpose: $ 0.00 For planning $ 437,072.00 For airport development or noise program implementation Please note that this grant offer may be funded all or in part, with funds from the Small Airport Fund. 2) The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the provisions of the Act. 3) Payment of the United States' share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States' share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4) The Sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. FAA Form 5100 -37 PG 2 (10 -89) Page 2 of 11 5) The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. 6) This Offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this Offer has been accepted by the Sponsor on or before September 19, 2012, or such subsequent date as may be prescribed in writing by the FAA. 7) The Sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement the term "Federal funds" means funds however used or disbursed by the Sponsor that were originally paid pursuant to this or any other Federal grant agreement It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order, or judgment to the Secretary. It shall furnish upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8) The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 9) Trafficking in persons: a) Provisions applicable to a recipient that is a private entity. i) You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not — (1) Engage in severe forms of trafficking in persons during the period of time that the award is in effect; (2) Procure a commercial sex act during the period of time that the award is in effect; or (3) Use forced labor in the performance of the award or subawards under the award. ii) We as the Federal awarding agency may unilaterally terminate this award , without penalty, if you or a subreceipient that is a private entity — (1) Is determined to have violated a prohibition in paragraph a.1 of this award term; or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either — (a) Associated with performance under this award; or FAA Form 5100 -37 PG 3 (10 -89) Page 3 of 11 (b) Imputed to your or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29 b) Provision applicable to a recipient other than a private entity. i) We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity — (1) Is determined to have violated an applicable prohibition in paragraph al of this award term; or (2) Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either — (a) Associated with performance under this award; or (b) Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. c) Provisions applicable to any recipient. i) You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. ii) Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: (1) Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104 (g)), and (2) Is in addition to all other remedies for noncompliance that are available to us under this award. iii) You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d) Definitions. For purposes of this award term: i) "Employee" means either: (1) An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or (2) Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. ii) "Forced labor" means labor obtained by any of the following methods the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. FAA Form 5100 -37 PG 4 (10 -89) Page 4 of 11 iii) "Private entity ", (1) Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. (2) Includes: (a) A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). (b) A for - profit organization. iv) "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 10)Central Contractor Registration and Universal Identifier Requirements a) Requirement for Central Contractor Registration (CCR) i) Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the CCR until you submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. b) Requirement for Data Universal Numbering System (DUNS) Numbers i) If you are authorized to make subawards under this award, you: (1) Must notify potential subrecipients that no entity (see definition in paragraph c of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. (2) May not make a subaward to an entity unless the entity has provided its DUNS number to you. c) Definitions i) For purposes of this award term: (1) Central Contractor Registration (CCR means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the CCR Internet site (currently at http,llwww.ccr.gov) (2) Data Universal Numbering System (DUNS) number means the nine -digit number established and assigned by Dun and Bradstreet, Inc (D &B) to uniquely identify business entities. A DUNS number may be obtained from D &B by telephone (currently 866- 705 -5711) or the Internet (currently at http: //fedgov.dnb.com /webform). (3) Entity, as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C: (a) A Governmental organization, which is a State, local government, or Indian Tribe; (b) A foreign public entity; (c) A domestic or foreign nonprofit organization; (d) A domestic or foreign for - profit organization; and FAA Form 5100 -37 PG 5 (10 -89) Page 5 of 11 (e) A Federal agency, but only as a subrecipient under an award or subaward to a non - Federal entity. (4) Subaward: (a) This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. (b) The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec 210 of the attachment to OMB Circular A- 133, "Audits of States, Local Governments, and Non - Profit Organizations "). A subaward may be provided through any legal agreement, including an agreement that you consider a contract. (5) Subrecipient means an entity that: (a) Receives a subaward from you under this award; and (b) Is accountable to you for the use of the Federal funds provided by the subaward. (c) A subaward may be provided through any legal agreement, including an agreement that you consider a contract. FAA Form 5100 -37 PG 6 (10 -89) Page 6 of 11 Special Conditions 1) It is understood and agreed that the County of Yakima and the City of Yakima authorized the execution of the Application for Federal Assistance dated August 22, 2012 and Standard DOT Title VI Assurances dated August 22, 2012, on their behalf by Mr. Carl Remmel, Airport Manager, and that they jointly and severally adopted and ratified the representations and assurances contained therein; and that the word "Sponsor" as used in the project application and other assurances is deemed to include the County of Yakima and the City of Yakima 2) It is understood and agreed by and between the parties hereto that this Grant Offer is made and accepted based on estimates for acquiring snow removal equipment; and the parties hereby covenant and agree that within 60 days from the date of acceptance of this Grant Offer, the Sponsor shall advertise for bids for a high speed broom and multi - function snow removal equipment with attachments contained within the grant description. 3) It is mutually understood and agreed that if, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000.00 or five percent (5 %), whichever is greater, the maximum obligation of the United States can be unilaterally reduced by letter from the FAA advising of the budget change. Conversely, if there is an overrun in the total actual eligible and allowable development and land project costs, FAA may increase the maximum grant obligation of the United States to cover the amount of the overrun not to exceed the statutory percent limitation and will advise the Sponsor by letter of the increase. If the increase in project costs is attributable to planning items, the maximum United States obligation may not be increased. It is further understood and agreed that if, during the life of the project, the FAA determines that a change in the grant description is advantageous and in the best interests of the United States, the change in grant description will be unilaterally amended by letter from the FAA. Upon issuance of the aforementioned letter, either the grant obligation of the United States is adjusted to the amount specified or the grant description is amended to the description specified. 4) In accordance with Section 47108(b) of the Act, as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer a) may not be increased for a planning project; b) may be increased by not more than 15 percent for development projects; c) may be increased by not more than 15 percent for land projects. 5) Unless otherwise approved by the FAA, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this FAA Form 5100 -37 PG 7 (10 -89) Page 7 of 11 grant. The Sponsor will include in every contract a provision implementing this special condition. 6) The Sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked. The Sponsor further agrees to submit a Federal Financial Report (FAA Form SF -425) to the FAA Airports District Office within 15 working days following the end of each fiscal year quarter and to submit an informational copy of an Outlay Report and Request for Reimbursement (FAA Form SF -271) to the FAA Airports District Office for each letter of credit drawdown 7) The Sponsor shall provide for an annual audit in accordance with Office of Management and Budget Circular A -133. The Sponsor shall provide one copy of the completed A -133 Audit to the FAA Airports District Office and three copies of the audit to: Federal Audit Clearinghouse, Bureau of the Census, 1201 10th Street, Jeffersonville, IN 47132. 8) Letter of Credit/DELPHI elnvoicing. The Sponsor agrees to request cash drawdowns on the letter of credit only when actually needed for its disbursements and to timely reporting of such disbursements as required. It is understood that failure to adhere to this provision may cause the letter of credit to be revoked. The sponsor further agrees to transition from the letter of credit payment system to the Delphi elnvoicing payment system when required by the FAA. 9) Financial Reporting Requirements. The Sponsor agrees to submit a Federal Financial Report (FAA Form SF -425) for all open grants to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. The sponsor further agrees to submit an Outlay Report and Request for Reimbursement (FAA Form SF -271) or Request for Advance or Reimbursement (FAA Form SF -270 for non - construction projects) to the Airports District Office within 90 days following the end of each Federal fiscal year and with each Final Project Closeout Report. 10)Final Payment. The Sponsor understands and agrees that in accordance with 49 USC 47111 no reimbursement totaling more than 90% of the estimated Federal share for a project will be made until the Final Financial Closeout documentation has been received and reviewed by the FA. FAA Form 5100 -37 PG 8 (10 -89) Page 8 of 11 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION By / C .i() Q Caroolmi, Manager, Sea# Airports D istrict Office Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. I declare under penalty of perjury that the foregoing is true and correct. Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.0 Section 1001 (False Statements) and could subject you to fines, imprisonment or both. Executed this . C� day of 2012 County Yakima, Washington By S • on :or's Designated Official Representative Title ONairrnan 9 SPCC CERTIFICATE OF SPONSOR'S ATTORNEY /(/" , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Y P P P 9 9 Agreement under the laws of the State of Washington. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor._ Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. / Dated at /R/jA• (116- this � �li, d..y of 2012. �i /J Air ign - ture of Sponsor's Attorney FAA Form 5100 -37 PG 9 (10 -89) Page 9 of 11 • • The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application I declare under penalty of perjury that the foregoing is true and correct. Knowingly and willfully providing false information to the Federal government is a violation of 18 U S.0 Section 1001 (False Statements) and could subject you to fines, imprisonment or both. Executed this 1 4 \ day of �- fl ` i' ! _ ,2012. City of aki WashO n I Sponsor s Desig �-d •fficial Representative Title: CERTIFICATE OF SPONSOR'S ATTORNEY I, vi FF .uT7E2 , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Washington. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof Dated at t/pa -k, HA tJA this /13 f k day of 2012 /Signature of Sponsor's Attorney CITY CONTRAC r NO: a 0 7 ' 7 RESOLUTION NO: ,30 / 4 I e FAA Form 5100 -37 PG 10 (10 -89) Page 10 of 11 ti : A-133 - Single g n le Audit Certification Form A The Single Audit Act of 1984, implemented by OMB Circular A -I33 (Audits of States, Local Governments. and Non- Profit Organizations) establishes audit requirements for State and local governments that receive Federal aid. State or local g overnments (City, County, Airport Board) that expend $500,000 or more a year (calendar or fiscal) in total Federal financial assistance must conduct an audit and submit it to the Federal Audit Clearinghouse For more information on the Single Audit Act requirements please reference the following web site http r'r /harvester.census.gov /sac/ This notice is our request for a copy of your most recent audit, whether or not there are any significant findings. In accordance with your Airport Improvement Program (A1P) grant agreement, you must also provide the following certification to your local Airports District Office (ADO). Please fill out the information below by checking the appropriate line(s), sign, date. and return this form to the FAA local ADO identified at the bottom of the form. Airport Sponsor Information: YG1 k_c/ _ ,P 0/3 Spmusur Name Fiseal'Calendar Year Eliding Y 4 ?iq �' r Term I'm c / Airpon Name Rock,/ £ /'r o Comm os_s'0/1 er Spowa:'s lteprescmative Name �/ / ltemesentative's Title /� _50 — 5 / S' /5 / 6 A t7, 12 / C 0 CO. /� 'r_ leplr+ne Email Please check the appropriate line(s). ❑ We are subject to the A -133 Single Audit requirements (expended $500,000 or more in total Federal funds for the fiscal /calendar year noted above) and are taking the following action ❑ The A -133 single audit for this fiscal /calendar year has been submitted to the FAA- ❑ The A -133 single audit for this fiscal /calendar year is attached. 16 the A -I33 single audit report will be submitted to the FAA as soon as this audit is available. ❑ We are exempt from the Single Audit A -133 requirements for the fiscallcalendar noted above. Sponsor Certification: 1. ALA-46-0C- L -0 — 911S1n° SeFamunr Dale Return to FAA, Seattle Airports District Office 1601 Lind Avenue SW, Suite 250 Seattle. WA 98057 -3356 FAA Form 5100 -37 PG 11 (10 -89) Page 11 of 11 f 3 a' — ( 1‘, r `� w -4 a . c _ t$ /, BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: September 18, 2012 ITEM TITLE: Resolution accepting AIP 34 Grant offer to purcahse snow removal equipment (SRE). SUBMITTED BY: Kris Yalovich, Administrator -- Security, Leases, Projects CONTACT Kris Yalovich 575 -6149 PERSON /TELEPHONE: SUMMARY EXPLANATION: Accept AIP 34 Grant offer when made by FAA for SRE Purchase and to recommend the acceptance of the grant by the City and County of Yakima. Yakima Airport Resolution YAT- R- 2012 -031. Resolution X Ordinance Other (specify) Contract: Mail to: Contract Term: Amount: Expiration Date: Insurance Required? No Funding Phone: Source: APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: BOARD /COMMISSION RECOMMENDATION: ATTACHMENTS: Click to download ❑ joint city county resolution ❑ airport resolution ❑ grant offer ❑ grant application OMB Number 4040.0004 Explietlon Date: 08/8112012 ApplicatIon for Federal Assistance SF-424 - 18. Congressional Districts Of: WA -004 • a. Applicant WA-004 * b. Program/Project: WA -004 Attach an additional fist of Program /Project Congressional Districts if needed. 17. Proposed Project: AIP 3- 53-0089 -34 * a. Start Date: 09/01/12 * b. End Date: 12/31/2013 18: Estimated Funding (8): *a. Federal $437,072.00 "b. Applicant $48,564.00 *c. State "d. Local "e. Other •f. Program Income g. TOTAL $485 636.00. _ _ _. IsApplication Subject to Review By State:Under ,Executive Order 12372 Procesa7 a. This application was made available to the State under the .Executive Order 12372 Process for review on b. Program is subject to E.O. 12372 but has not been selected by the State for review. (� c. Program is not covered by E.O. 12372. *20: is the Applicant,DeIinquentOn Any Federal.Debt7 (If - Yes ": provide explanation.) [� Yes Lo No 21. BY signing this application, I.certify (1) to the statementscontained_in the list: of certifications" and (2) that the .statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances" and agree to comply with any resulting terms If I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. Code, Title 218, Section 1001). © "I AGREE '• The list of certifications and assurances, or an Internet site where you may obtain this list, is contained in the announcement or agency specific instructions._ Authorized Representative: Prefix: M - -- .. - "First Name: c Middle Name: L. *Last Name: Remmel Suffix: *Title: Airport Manager *Telephone Number: 509 - 575 -6149 ax Number. 509 -575 -6185 *Prat carl.rerimmel yakimaairti l.com.4 : "Signature of Authorized Representet ° A �� ' , ',Otte Signed: OMB Number 4040.0004 Expiration Date: 03/3112012 Application for Federal Assistance SF-424 *Applicant Federal Debt Delinquency Explanation The following field should contain an explanation lithe Applicant organization is delinquent on any Federal Debt. Maximum number of characters that can be entered is 4,000. Try and avoid extra spaces and carriage returns to maximize the availability of space. • } OMB Number. 4040-0004 Emeeilon Date: 03/91/2012 Application for Federal Assistance SF-424 . * 1. Type of Submission *2. Type of Application " If Revision, select appropriate letter(s): ❑ Preapplication 2 New 0 Application ❑ Continuation * Other (Specify) ❑ Changed/Corrected Application ❑ Revision * 3. Date Received: 4. Application Identifier: 6a. Federal Entity Identifier: ' 5b. Federal Award Identifier; State Use Only: 6. Date Received by State: 17. State Application Identifier. 8. APPLICANT INFORMATION: • a. Legal Name: Yakima Air Terminal * b. Empbyer/Taxpayer Identification Number (EINRIN): 'c. Organizational DUNS: 91- 1183898 17- 543 -4471 d. Address: * Streetl: 2400 W. Washington Ave Street 2: City: Yakima County: Yakima * State; Washington Province; country: United States 'Zip/ Postal Code: 98903 e. Organizational Unit: Department Name: Division Name: Federal Aviation Administration Airports Division - Northwest Mountain Region f. Name and contact Information of person to be contacted on ma ers involving. this application: ( � ( Prefix Mr. First Name: Carl Middle Name: L. * Last Name: Remmel Suffix: Title: Airport Manager Organizational Affiliation: * Number: 509 -575 -8149 Fax Number. 509- 575 -6185' ''Email: car).remmeit yakimaairterminaLcom - . OMB Number. 40400004 Expiration Date: 08181/2012 Application for Federal Assistance SF-424 9. Type of Applicant 1: Select Applicant Type: X. Other (specify) Type of Applicant 2: Select Applicant Type: - Select One - Type of Applicant 3: Select Applicant Type: - Select One - * Other (specify): Part 139 Certificated Airport * 10. Name of Federal Agency: Federal Aviation Administration, Seattle ADO 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program 12. Funding Opportunity Number. Title: 13. Competition Identification Number: Title: 14. Areas Affected by Project (Cities, Counties, States, etc.): City of Yakima / Yakima County • 15. Descriptive Title of Applicant's Project: 1. Snow Removal Equipment Purchase (One High Speed Carrier with Broom and One Multi- Function Tractor) Attach supporting documents as specified in agency instructions. .INSTRUCTIONS FOR THE SF424 Public reporting burden for this Olfaction of information is estimated to average 60 minute per response, Including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of Information, Incuding suggestions for reducing this burden, to the Office of Management end Budget, Paperwork Reduction Project (03480043), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND iTTO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. This is a standard form (including the continuation sheet) required for use as a cover sheet for submission of preapplications and applications and related information under discretionary programs. Some of the items are required and some are optional at the discretion of the applicant or the Federal agency (agency). Required items are identified with an asterisk on the form and are specified in the instructions below. In addition to the instructions provided below, applicants must consult agency instructions to determine specific requirements. Item Entry: • Item • Entry: 1. Type of Submission: (Required): Select one type of submission In 10. Name Of Federal Agency: (Required) Enter the name of the accordance with agency instructions. Federal agency from which assistance Is being requested with • Preappilcatlon this application. • Application • Changed/Corrected Application — If requested by the agency, check 11. Catalog Of Federal Domestic Assistance Number/Title: If this submission Is to change or correct a previously submitted Enter the Catalog of Federal Domestic Assistance number and application. Unless requested by the agency, applicants may not title of the program under which assistance is requested, as use this to submit changes after the dosing date. found In•the program announcement, if appficabie. 2. Type of Applicatlon: (Required) Select one type of application in 12. Funding Opportunity Numbermtle: Enter the accordance with agency instructions. Funding Opportunity Number and title of the opportunity under • New — An application that Is being submitted to an agency for the which assistance Is requested, as found In the program first lime. , announcement. • Continuation - An extension for an additional funding/budget period 13. Competition Iderification Number/Tide: Enter the fora project with a projected completion date. Thle can include Competition Identification Number and title of the competition renewals. under which assistance is requested, If applicable. • Revision - Any change in the Federal Government's financial obligation or contingent liability from an existing obligation. If a revision, enter the appropriate latter(s). More than one may be 14, Mss Affected By P selected. if "Other is selected, please specify in text box provided. Project: List the areas or entities using A. Increase Award B. Decrease Award the categories (e.g., cities, counties, states, etc.) specified in C. Increase Duration D. Decrease Duration agency Instructions. Use the continuation sheet to enter E. Other (specify) additional areas, If needed. 3. Date Received: Leave this field blank. This date will be assigned by the 15. Descriptivve Tittle of Applicant's Project: (Required) Enter a Federal agency, brief descriptive title of the project If appropriate, attach a map showing.projectlocation (e.g.,.construction or real 4. Applicant Identifier. Enter the entity identifier assigned by the Federal property projects). For preapplications, attach a summary agency, if any, or epplicarnt's control number, If appiical:4e. description of the project, Se Federal Entity Identifier. Enter the number assigned to your 16. Congressional Districts Of. (Required) 16a: Enter the organization by the Federal Agency, H any. eppitent s Congressional District, and 16b. Enter all District(s) Sb. Federal Award Identifier: For new applications leave blank Fora affected by the program or project Enter In the format: 2 continuation or revision to en existing award, enter the previously characters State Abbreviation —3 characters District Number, assigned Federal award Identifier number. If a changed/corrected e.g.,.CA-005 for Caffiomla district, CA-012 for California 12'" application, enter the Federal Identifier in accordance with agency disMc,.NC -103 for North Carolina's 103" district Instructions, • If all congressional districts in a state are affected, enter 8. Date Received by State: Leave this field blank. This date will be 'Br for the district number, e.g., MD -all for all assigned by the State, If applicable, congressional districts In Maryland. 7. State Application Identifier. Leave this field blank. This identifier will • If nationwide, i.e. all districts within all states are effected, be assigned by the State, if applicable. enter US -ell. 8. • If the program/project is outside the US, enter 00.000. Applicant Information: Enter the following In accordance with agency Instructions: a. Legal Name: (Required): Enter the legal name of applicant that will 17. Proposed Project Start and End Dates: (Required) Enter the undertake the assistance activity. Thiele' the name that the organization proposed start data and end date of the project has registered with the Central Contractor Registry. Information on registering with CCR may be obtained by visiting the Grents.gov webalte. b. Employer/Taxpayer Number (EINITIN): (Required): Enter the Employer or Taxpayer Identification Number (EIN or TIN) as assigned by 18. Estimated Funding:_ (Required) Enter the amount requested the Internal Revenue Se lice. If your organization is not In the US, enter orb be contributed during the firstfundtng/budget period by 44- 44444444. each contributor. Value of In- kind.contrlbutlone should be c. Organizational DUNS: (Required) Enter the organization's DUNS or • Included on appropriate lines, as applicable. If the action will DUNS +4 number received from Dun and Bradstreet Information on result In a dollar change to an existing award, indicate only the obtaining a DUNS number may be obtained by visiting the Grents.gov amount of the change. For decreases, enclose the amounts In webaite, parentheses. d. Address: Enter the complete address as follows: Street address (Line 1 requlred),•City'(Required), County, State (Required, If country Is US), 19. Is Application tubJect to Review by State Under Executive Province, Country (Required) „Zip /Postal Code (Required, if country Is Order 12372 Process? US). Applicants should contact the State anizational Unit: Enter the name of the primary organizational Single Point of Contact (SPOC) for Federal Executive Order a. Organizational P ry 12372 b determine whether the application is subject to the unit (and department ordivislon, Ifapplicable) that will undertake the assistance activity, N applicable. State Intergovernmental review process. Select the 1. Name and contact information of person to be contacted on appropriate box. if a' is selected, enter the dale the matte's involving this application: Enter the name (Fast and last name application was submitted to the State required), organizational affiliation (if affiliated with an organization other than the applicant organization), telephone number (Required), fax 20. Is the Applicant Delinquent on any Federal Debt? number, and email address (Required) of the person to contact on (Required) Select the appropriate box. This question applies to metiers related to this application. the applicant organization, not the person who signs as the authorized representative. Categories of debt Include delinquent audit disallowances, loans end taxes. — If yes, inckWe an explanation on the continuation sheet. 9. Type of Applicant (Required) 21. Authorized Representative: (Required) To be signed and Select up to three applicant type(s) in accordance with agency dated by the authorized representative of the applicant Instructions. organization. Enter the name (First and last name required) A. State Government M. Nonprofit with 501C3 IRS title (Required), telephone number (Required), fax number, B. County Government Status (Other thah Institution and email address (Required) of the person authorized to sign C. City or Township Government of Higher Education) for the applicant D. Special District Government N. Nonprofit without 501C3 IRS A copy of the governing body's authorization for you to sign E. Regional Organization Status (Other than Institution tns application as the official representative must be on file in F. U.S. Territory or Possession of Higher Education) the applicant's office. (Certain Federal agencles may require G. Independent School District O. Private Institution of Higher that this authorization be submitted as part of the application.) H. Publio(State Controlled Education Institution of Higher Education P. Individual I. Indian/Native American Tribal 0. For -Profit Organization Government (Federally (Other than Small Business) Recognized) R. Small Business J. Indian/Native American Tribal S. Hispanic-serving Institution Government (Other than T. Historically Bieck Cohages Federally Recognized) and Universities (HBCUs) K Indian/Native American U. Tribally Controlled Colleges Tribally Designated and Universities (TCCUs) Organization V. Alaska Native and Native L Public/Indian Housing Hawaiian Serving Institutions Authority W. Non - domestic (non -US) Entity X. Other (specify) j I DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO, 212O-0589 1'1 1904007 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Name of Gdveming Body Does this assistance request require State, Priority local, regional, or other priority rating? ❑ Yes ® No Item 2. Name of Agency or Board Does this assistance request require State, local (Attach Documentation) advisory, educational or health clearances? Dyes © No Item 3. (Attach Comments) Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? Dyes ® No Item 4. Name of Approving Agency Does this assistance request require State, local, regional, or other planning approval? Date f ❑Yes II No Item 5. Check One: mote ❑ l Is the proposed project covered by an approved Local comprehensive plan? )Yes ❑ No Location of planate Master Plan Item 8. Name of Federal Installation WIII the assistance requested serve a Federal Population benefiting from Project Federal installation? Dyes ® No Item 7. Name of Federal Installation Will the assistance requested be on Federal land Location of Federal Land or installation? Percent of Project [Yes © No Item 8. See Instructions for additional information to be Will the assistance requested have an impact provided. or effect on the environment? ❑Yes © No Item 9. Number of Will the assistance requested cause the displacement Individuals of individuals, families, businesses, or farms? Families Businesses Dyes © No Farms Item 10. See Instructions for additional information to be provided. Is there other related Federal assistance on this project previous, pending, or anticipated? DYes © No FM Form 6100-100 ( 673) SUPERSEDES FAA FORM 6100.100 (903) Papa 2 • INSTRUCTIONS PART II SECTION A Negative answers will not require an explanation unless the Federal agency requests more Information at a later date. Provide supplementary data for all "Yes' answers in the space provided in accordance with the following instructions. Item 1. — Provide the name of the governing body item 6. — Show the Federal population residing or working establishing the priority system and the priority rating on the federal installation who will benefit from this project, assigned to this project Item 7. — Show the percentage of the project work that will Item 2. — Provide the name of the agency or board which be conducted on federally owned or leased land. Give the issued the clearance and attach the documentation of name of the Federal installation and Its location, status or approval. Item 8. — Briefly describe the possible beneficial andfor Item 3. — Attach the clearinghouse comments for the harmful impact on the environment because of the application in accordance with the instructions contained proposed project. If an adverse environmental Impact is In Office of Management and Budget Circular No. A -95. If anticipated, explain what action will be taken to minimize comments were submitted previously with a the impact. Federal agencies will provide separate preapplication, do not submit them again but any instructions If additional data Is needed. additional comments received from the clearinghouse item 9. — State the number of individuals, families, should be submitted with this application. businesses, or farms this project will displace. Federal Item 4. — Furnish the name of the approving agency and agencies will provide separate instructions if additional the approval date. data Is needed. Item 5. — Show whether the approved comprehensive plan Item 10. — Show the Federal Domestic Assistance Catalog Is State, local or regional, or if none of these, explain the number, the program name, the type of assistance, the scope of the plan. Give the location where the approved status and amount of each project where there Is related plan is available for examination and state whether this previous, pending, or anticipated assistance. Use project is in conformance with the plan. additional sheets, if needed. Paperwork Reduction Act Statement The Ir rrpgtlon coll d on th] form allows sponsors of public use airports or public agencies to apply or one or more projects in a form prey ec oy the Se of Transportation. Title 4g United Stal Cod (1) 8.C. ), Socti4 47105, Iden11 the info lion ulred tote pi for lhls p apply The toll; odb d to meet thi re uirem nt are d toprov ae , cam ? i reh developed n ve ro it al al s o ors to provide tni te.needed o eve Novo or:f nd . �i he burden a ea se Ise m be ro d pl cau ns bane sponsor pro t No sl ur na to,proto t n Federe mer n s a encv, n u Sty o 1 No on &a on system sur nce i co dens* can sin tits a publ moor s , u A am�} oo manta ca j l! the accuracy o e. ro � l e su s s for te 1 ei e e rt ucing th�s burden cY ; s nti10 e or a ra vlagton m{ilistre P - �: nde to, torn a led o o f n am u V a iln ot o n,:�IC 91. lea ;Mi ,,, ntlucl o n of r os on unless it dlsprays.a cure y valor vw y aonr �a 1 14 ; • t•ri cooif on. •m concemit�g the accuracy o1hts• burden and seagas ns'1or reducing burtett our, berrecte� o AA at: AR 0 I ape • ance Ave SW, Washington, DC 28591, Attn: Informs Co Ciaarartbs Meer, AsA-20 DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION OMB NO. 2120-0688 PART I I — SECTION C The Sponsor hereby represents and certifies as follows: 1, Compatible Land Use. — The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport Airport Safety Overlay Zone included In: Yakima Urban Comprehensive Zoning Ordinance, Yakima County Zoning Ordinance, and City of Union Gap Zoning Ordinance 2. Defaults. — The Sponsor is not in default on any obligation to the United States or any agency of the United Slates Government relative to the development, operation, or maintenance of any airport, except as stated herewith: Not in Default 3. Possible Disabilities. — There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal Instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: None 4. Consistency with Local Plans. — The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport Airport Layout Plan 5. Consideration of Local Interest, — It has given fair consideration to the interest of communities in or near where the project may be located. y 6. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, It has undertaken reasonable consultations with affected parties using the airport at which project is proposed. Yes 7. Public Hearings. — In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. Not applicable 8. Air and Water Quality Standards. — In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable'and air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards'have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days atter the . project application has been received by the Secretary. Not applicable FM Font 61D0.100 (P-09) SUPERSEDES FM FORM 6100 -10D (0-78) Page 9a 9 DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION OMB MO. 2120-0589 PART II - SECTION C (coxnMueo) 9. Exclusive Rights. — There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: None 10. Land. — (a) The sponsor holds the following property interest In the following areas of land" which are to be developed or used as part of or in connection with the Airport subject to the following exceptions, encumbrances, and adverse Interests, all of which areas are Identified on the aforementioned property map designated as Exhibit 'A': See Exhibit 'A' property map dated November 17th, 2005 (Airport Board approval date) which Is on file with the FM's Seattle ADO In Renton, Washington. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but In any event prior to the start of any construction work under the Project, the following property interest in the following areas of land' on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit 'A': None (c) The Sponsor will acquire within a reasonable time, and If feasible prior to the completion of all construction work under the Project, the following property Interest in the following areas of land* which are to be developed or used as part of or In connection with the Airport as It will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit 'A': Not applicable 'State character of property interest in each area end list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc, The separate areas of land need only be identified here by the area numbers shown on the property map. FM Form 6100 -100 (9-03) SUPERSEDES FAA FORM 6100 - 109(4.76) Page 35 • DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO.2120-0560 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL. 1. Federal Domestic Assistance Catalog No.20 -106 2. Functional or Other Breakout SECTION B - CALCULATION OF FEDERAL GRANT Use only for revisions Tool Amount COST CLASSIFlCAllON Latest Approved Adjustment + or Required amount (-) 1. Administration expense $ $ $ 2,500.00 2. Preliminary expense 3. Land, structures, right -of -way 4. Architectural engineering basic fees 5. Other architectural engineering fees 6. Project Inspection fees 7 Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal 11. Construction and project Improvement 12. Equipment 13. Miscellaneous 483,136.00 14. Total (Lints 1 through 13) 485,636.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 161 485,636.00 17. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 485,636.00 20. Federal Share requested of Line 19 21. Add Rehabilitation Grants Requested (100 percent) 22. Total Federal grant requested (Lines 20 & 21) 437,072.00 23. Grantee share 48,564.00 24. Other shares 25. Total project (Lines 22, 23, & 24) $ $ $485,636.00 FAA Ran 5100400 (0-03) SUPERSEDES FM FORM 5100400 (679) Page 4 INSTRUCTIONS PART III SECTION A. GENERAL 1. Show the Federal Domestic Assistance Catalog Number However, show the total amounts for all programs In from which the assistance Is requested. When more than Section B of the basic application form. one program or Catalog Number is involved and the amount 2. Show the functional or other categorical breakouts, if cannot be distributed to the Federal grant program or catalog number on an over-all percentage basis, prepare a separate required by the Federal grantor agency Prepare a separate set of Part III forms for each program or Catalog Number, set of Part III forms for each category. SECTION S. CALCULATION OF FEDERAL GRANT When applying for a new grant, use the Total Amount Column only. When requesting revisions of previously awarded amounts, use all columns. Line 1 - Enter amounts needed for administration expenses Line 12 - Enter amounts for equipment both fixed and including such items as travel, legal fees, rental of vehicles movable exclusive of equipment used in construction. For and any other expense items expected to be incurred to example, include amounts for permanently attached lab - administer the grant Include the amount of interest expense oratory tables, built-In audio visual systems, movable desks, when authorized by program legislation and also show this chairs, and laboratory equipment amount under Section E Remarks. Line 13 - Enter amounts for items not specifically mentioned Une 2 - Enter amounts pertaining to the work of locating and above. designing, making surveys and maps, sinking test holes, and Une 14 - Enter the sum of Lines 1 -13. all other work required prior to actual construction. Une 3 - Enter amounts directly associated with the Line 16 - Enter the estimated amount of program income that acquisition of land, existing structures, and related right -of- will be earned during the grant period and applied to the way. program. Line 4 •Enter basic fees for architectural engineering Une 16 - Enter the difference between the amount on Line L 14 and the estimated income shown on Line 15. services. Line 6 -Enter amounts for other architectural engineering Une 17 - Enter the amounts for those items which are a part of the project but not subject to Federal participation (See services, such as surveys, tests, and borings. Section C, Line 28g, Column (1)). Line 6 - Enter fees for inspection and audit of construction Line 18 - Enter the estimated amount for contingencies. and related programs. Compute this amount as follows. Subtract from the net Line 7 - Enter amounts associated with the development of project amount shown on Line 16 the Ineligible project land where the primary purpose of the grant is land exclusions shown on Une 17 and the amount which is improvement Site work normally associated with major excluded from the contingency provisions shown In Section construction should be excluded from this category and C, Une 26g, Column (2). Multiply the computed amount by shown on line 11. the percentage factor allowed by the grantor agency in Line 8 - Enter the dollar amounts needed to provide accordance with the Federal program guidance. For those relocation advisory assistance, and the net amounts for grants which provide for a fixed dollar allowance In lieu of a replacement (last resort) housing. Do not include relocation percentage allowance, enter the dollar amount of this administration expenses on this Line; include them on Line 1. a llowance. Line 9 - Enter the estimated amount of relocation payments Line 19 - Show the total amount of Lines 16, 17, and 18. to be made to displaced persons, business concerns, and amount to which the matching share ratio pre - scribed non- profit organizations for moving expenses and in program legislation is applied.) replacement housing. Line 20 - Show the amount of Federal funds requested Une 10 - Enter the gross salaries and wages of employees exclusive of funds for rehabilitation purposes. of the grantee who will be directly engaged in performing Line 21- Enter the estimated amounts needed for demolition or removal of structures from developed land, rehabilitation expense if rehabilitation grants to Individuals This line should show also the cost of demolition or are made for which grantees are reimbursed 100 percent by removal of Improvements on developed land under a third the Federal grantor agency in accordance with program party contract. Reduce the costs on this line by the amount legislation. lithe grantee shares In part of this expense, of expected proceeds from the sale of salvage, if so show the total amount on Line 13 Instead of on Line 21 and instructed by the Federal grantor agency. Otherwise, show explain in Section E. the proceeds on Line 15. Line 22 - Show the total amount of the Federal grant re- Une 11 - Enter amounts for the actual construction of, quested. addition to, or restoration of a facility. Also, include In this Une 23 - Show the amount from Section D, Line 27h.. category the amounts of project improvements such as sewers, streets, landscaping, and lighting. Line 24 - Show the amount from Section D, Line 28c. Line 26 - Self-explanatory. DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO, 21204569 SECTION C - EXCLUSIONS Ineligible for Excluded from Participation Contingency Provision 26, Classlticatlon (1) (2) a. $ $ b. c . d. e. t g. Totals $ $ SECTION D - PROPOSED METHOD OF FINANCING NON - FEDERAL SHARE 27. Grantee Share $ a. Securities b. Mortgagee c. Appropriations (By Applicant) 46564.00 d. Bonds e. Tax Levies f, Non Cash g. Other (Explain) h. Total — Grantee Share 48,584.00 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 48,584.00 SECTION E - REMARKS Grantee's share will be financed through the Passenger Facility Charge program, PART IV - PROGRAM NARRATIVE (ArrAcu— SEE INsra cnoNs) FM Rim 6100.100 (0-03) SUPERSEDES FM FORM 6100 -100 (8.75) PAGE 6 • s INSTRUCTIONS PART III SECTION C. EXCLUSIONS Une 26 a-g - Identify and list those costs In Column (1) Section B. Show In Column (2) those project costs that are which are part of the project cost but are not subject to subject to Federal participation but are not eligible for Federal participation because of program legislation or Inclusion in the amount used to compute contingency Federal grantor agency instructions. The total amount on amounts as provided in the Federal grantor agency Line g should agree with the amount shown on Line 17 of instructions. SECTION D. PROPOSED METHOD OF FINANCING NON - FEDERAL SHARE Line 27 a-g - Show the source of the grantee's share. If state agency. If there Is a noncash contribution, explain what cash Is not Immediately available, specify the actions the contribution will consist of under Section E Re-marks. completed to date and those actions remaining to make cash Une 28b - Show the amount that will be contributed from available under Section E Remarks. Indicate also the period other sources. If there Is a noncash contribution, explain of time that will be required after execution of the grant what the contribution will consist of under Section E Re- agreement to obtain the funds. If there is a noncash marks. contribution, explain what this contribution will consist of. Line 27h -Show the total of Lines 27 a-g. This amount must Une 28c - Show the total of lines 28a and 28b. This amount must be the same as the amount shown in Section B, equal the amount shown in Section B, Line 23. Une 24. Une 28a - Show the amount that will be contributed by a Line 29 -Enter the totals of tine 27h and 28c. State or state agency, only if the applicant Is not a State or SECTION E. OTHER REMARKS Make any remarks pertinent to the project and provide any other Information required by these Instructions or the grantor agency. Attach additional sheets, If necessary. • PART IV PROGRAM NARRATIVE (Suggested Formet) DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATOR OMB NO. 21204555 PROJECT: Snow Removal Equipment Purchase AIRPORT: Yakima Air Terminal 1. Objective: The Snow Removal Equipment purchase will Improve aircraft safety by inoreasing the efficiency of the airport to remove snow from Runways, Taxiways, service roads, and ramps. 2. Benefits Anticipated: Enhanced safety and FAA compliance. • 3. Approach: (See approved Scope of Work in final Applitialfen) Procure Snow Removal Equipment detailed in bid documents produced under AIP 3- 5300813. 14. OeographIc Location: Yakima Air Terminal, Yakima, Washington 6. If Applicable, Provide Additional Information: 6: Sponsor's Representative: (incl. address a ter, no.) Carl L Rommel, Airport Manager Yakima Alr Terminal - McAllister Field 2400 W. Washington Ave Yakima, WA 98903 509- 575 -8149 • FM Form 6100 -100 (543) SUPERSEDES FM FORM 6100-100 (6-T3) PAGE 6 • INSTRUCTIONS PART IV PROGRAM NARRATIVE Prepare the program narrative statement in accordance with the following Instructions for all new grant programs. Requests for supplemental assistance should be responsive to Item 5b only. Requests for continuation or refunding or other changes of an approved project should be responsive to Item 5c only. 1. OBJECTIVES AND NEED FOR THIS ASSISTANCE. d. List each organization, cooperator, ooh flank or other key Pinpoint any relevant physical, economic, social, financial, Mfio work on the project along with a shoit des institutional, or other problems requiring a solutiodescription of the nature °ft re faafFat or ow>futbn. rrb Demonsbate the need for assistance and state the principal and 4. GEOGRAPHIC LOCATION. subordinate objectives of the project Supporting documentation Give a precise location of the project and area to be served by the or other testimonies from concerned interests other than the proposed project Maps or other graphic aids maybe attached. applicant may be used. Any relevant data based on planning 5. IF APPLICABLE, PROVIDE THE FOLLOWING studies should be included or footnoted. INFORMATION: 2. RESULTS OR BENEFITS EXPECTED. a. Desadte the relationship between this project and other work Identify results and benefits to be derived. For example, Include a planned, anticipated, or underway under the Federal Assistance description of who we occupy the facility and show how the facility listed under Part Ii, Section A, fawn WI be used. For land acquisition or development projects, explain b. Explain the reason fix all requests for supplemental assistance how the project MI benefit the public. and justify the need for additional funding. 3. APPROACH c. Discuss accomplishments to date and list in chronological order a. Caine a plan of ac pertaining to the scope and detail of how a schedule of accomplishments, progress, or milestones anticipated the proposed work will be accomplished for each grant program. with the new funding re-quest If there have been significant Cite factors which might accelerate or decelerate the work, and your changes in the project objectives, location, approach or time delays, reason for taking this approach as opposed to others. Describe any explain and justify. For other requests for changes or amendments, unusual features of the project such as design or technological explain the reason for he change(s). If the scope or objectives innovations, reductions in cost or t or exbaordhary social and have changed or an extension of time is necessary, explain the community involvements. circumstances and justify. tithe fatal budget has been exceeded or b. Provide each grant program monthly or quarterly quantitative if individual budget kerns have changed more than the prescribed Projections of the acoompilalxnents to be achieved, tf possible. in Attachment K, Oboe of Management and Budget Circular IMten accomplishments cannot be quantified, list the activities Circular No, A 102, explain and justify the change and Its effect on the ect chronological order to show the schedule of accomplishments and Proj their target dates. c. Identify the kinds of data to be collected and maintained, and discus he criteria to be used to evaluate the results and success of the protect Explain the methodology that well be used to determine tithe needs identified and discussed are being met and if the results and benefits Identified in Item 2 are be achieved. CIP/PREAPPLICATION DATA SHEET AIRPORT: EXAMPLE LOCAL PRIORITY: UPDATED: December, 1994 WORK ITEM: East Apron Reconstruction SKETCH: 1 \ � , 0 r# 41k 110k, East � rualon I 4 g 507 10017 aeon' JUSTIFICATION: The East Ramp supports all general aviation (GA), business and Part 135 operators. The existing asphalt is deteriorating. It is severely cracked and weathered and the PCI index of 40. The entire apron needs major reconstruction. SPONSOR SIGNATURE: DATE: COST ESTIMATE: Item (Excavation, Paving, etc.) ADMINISTRATION: $ 500 1 Construction $ 824;500 ` 4: - $ ENGINEERING: $ 100,000 2: $ 5: $ INSPECTION: $ 750000 3: $ - TOTAL: $1,000.000 ADO USE: PREAPP GRANT NPIAS WORK FM NO: NO: CODE: CODE: PRIOR: FED $ CIP/PREAPPLICATION DATA SHEET AIRPORT: Yakima Air Terminal LOCAL PRIORITY: UPDATED: WORK ITEM: Snow Removal Equipment Purchase SKETCH: SPONSOR •!r , SIGNATURE: \` -. ' DATE: 3a . COST ESTIMATE: $485,636 Item (Excavation, Paving, etc.) SRE Purchase ADMINISTRATION: $ $2,500 1: Purchase $ 483,136 4 $ of SRE ENGINEERING: $ 2: $ 5 $ INSPECTION: $ 3: $ TOTAL: $ 485,636 ADO USE: PREAPP GRANT NPIAS WORK FAA NO: NO: CODE: CODE: PRIOR: FED $ U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION DRUG -FREE WORKPLACE Yakima Air Terminal Board Yakima Air Terminal 3 -53 -0089 -34 (sponsor) (Almon) (Project Number) Snow Removal Equipment Purchase (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug -free workplace within Federal grant programs are described in Title 49, Code of Federal Regulations, Part 29. Sponsors are required to certify they will be, or will continue to'provide, a drug -free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug -Free Workplace Act of 1988. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does It relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. A statement has been (will be) published notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a ❑ controlled substance Is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition. 2. An ongoing drug -free awareness program has been (will be) established to Inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug -free workplace; El E c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be Imposed upon employees for drug abuse violations occurring in the workplace. 3. Each employee to be engaged in the performance of the work has been (will in D be) given a copy of the statement required within item 1 above. 4. Employees have been (will be) notified in the statement required by item 1 above that, as a condition employment under the grant, the employee will: a. Abide by the terms of the statement; and ® El El b. Notify the employer In writing of his or her conviction for a violation of a criminal drug statute occurring In the workplace no later than five calendar days after such conviction. 5. The FM will be notified in writing within ten calendar days after receiving notice under Item 4b above from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide ® 0 0 notice, including position title of the employee, to the FM. Notices shall Include the project number of each affected grant. Page 1 of 2 Yes No N/A 6. One of the following actions will be taken within 30 calendar days of receiving a notice under Item 4b above with respect to any employee who Is so convicted: a. Take appropriate personnel action against such an employee, up to and Including termination, consistent with the requirements of the ® ❑ El Rehabilitation Act of 1973, as amended; or b. Require such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. A good faith effort will be made to continue to maintain a drug -free workplace ��� t El 0 hrough Implementation of items 1 through 6 above. I have prepared documentation attached hereto with site(s) for performance of work (street address, city, county, state, zip code). There are no such workplaces that are not identified in the attachment. I have prepared additional documentation for any above items marked "no" and attached it hereto. I certify that, for the project identified herein, responses to the forgoing Items are accurate as marked and attachments are correct and complete. Yakima Air Terminal Board Sm j: son) (SSgnetureofSpon$o sDeaignated Official ► prssemabve) Cart L. Rommel _ (Typed Name of Sponsors Designatsd,O/tidat Raprsasnt five) Airport Manager (Typed Ti . o1 S ponaa's Designated Official Representative) a- 200.x' Page 2 of 2 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION SELECTION OF CONSULTANTS Yakima Air Terminal Board Yakima Air Terminal 3-53- 0089 -34 (Sponsor) (Airport) (Project Number) Procure Snow Removal Equipment for Priority 1 areas. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that It will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General standards for selection of consultant services within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. Sponsors may use other qualifications -based procedures provided they are equivalent to specific standards in 49 CFR 18 and FAA Advisory Circular 150/5100 -14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standard. Yes No N/A 1. Solicitations were (will be) made to ensure fair and open competition from ❑ ❑ a wide area of interest. 2. Consultants were (will be) selected using competitive procedures based on qualifications, experience, and disadvantaged enterprise requirements ® ❑ ❑ with the fees determined through negotiations. 3. A record of negotiations has been (will be) prepared reflecting considerations involved in the establishment of fees, which are not ❑ ❑ /�� C significantly above the sponsor's independent cost estimate. 4. If engineering or other services are to be performed by sponsor force ❑ ❑ account personnel, prior approval was (will be) obtained from the FAA. 5. The consultant services contracts clearly establish (will establish) the scope of work and delineate the division of responsibilities between all ❑ ❑ parties engaged in carrying out elements of the project. 6. Costs associated with work ineligible for AIP funding are (will be) clearly identified and separated from eligible items in solicitations, contracts, and El .E ❑ related project documents. 7. Mandatory contact provisions for grant- assisted contracts have been (will ❑ ❑ be) included in consultant services contracts. 8. The cost - plus - percentage -of -cost methods of contracting prohibited under 4 ❑ ❑ Federal standards were not (will not be) used. Page 1 of 2 9. If the services being procured cover more than the single grant project referenced in this certification, the scope of be) specifically 0 described In the advertisement, and future work will not be initiated beyond five years. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any Item marked "no" that is correct and complete. Yakima Air Terminal Board , Me' anSoi) - (Signature ofSprin signaled Official Representetive) Carl L. Rommel (l)f ped Name of Sponsors Designated Official Representative) Airport Manager (TyPed Me of Sponsort Designated Official Representative) (Date) .7 Page 2 of 2 Crllrc:cicarI(iI S r U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION CONSTRUCTION PROJECT FINAL ACCEPTANCE Yakima Alr Terminal Board Yakima Air Terminal 3-53-0089-34 (Sponsor) (A+ ) (Project Number) Procure Snow Removal Equipment for Priority 1 areas. (Work Description) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards forflnal acceptance and close out of federally funded construction projects are In Title 49, Code of Federal Regulations, Part 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although it is not comprehensive, nor does It relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. The personnel engaged in project administration, engineering supervision, construction inspection and testing were (will be) determined to be qualified ® ❑ ❑ as well as competent to perform the work. 2. Daily construction records were (will be) kept by the resident engineer/construction inspector as follows: a. Work In progress, b. Quality and quantity of materials delivered, c. Test locations and results, d. Instructions provided the contractor, ® ❑ ❑ 1 e. Weather conditions, f, Equipment use, g. Labor requirements, h. Safety problems, and I. Changes required. 3. Weekly payroll records and statements of compliance were (will be) submitted by the prime contractor and reviewed by the sponsor for Federal labor and ❑ ❑ ®. civil rights requirements (Advisory Circulars 150/5100 -6 and 150/5100 -15). 4. Complaints regarding the mandated Federal provisions set forth in the ❑ ❑ contract documents have been (will be) submitted to the FM. 5. All tests specified In the plans and specifications were (will be) performed and ® ❑ ❑ the test results documented as well as made available to the FAA, 6. For any test results outside of allowable tolerances, appropriate corrective ❑ ❑ actions were (will be) taken. Page 1 of 2 Yes No N/A 7. Payments to the contractor were (will be) made In compliance with contract provisions as follows: a. Payments are verified by the sponsor's internal audit of contract records kept by the resident engineer, and ® ❑ ❑ b. If appropriate, pay reduction factors required by the specifications are applied in computing final payments and a summary of pay reductions made available to the FM. 8. The project was (will be) accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except ® ❑ ❑ where approval is obtained from the FM. 9. A final project inspection was (will be) conducted with representatives of the sponsor and the contractor and project flies contain documentation of the final ® ❑ ❑ Inspection. 10. Work in the grant agreement was (will be) physically completed and corrective actions required as a result of the final inspection is completed to the ® ❑ ❑ . satisfaction of the sponsor. 11. If applicable, the as -built plans, an equipment inventory, and a revised airport ® ❑ D • layout plan have been (will be) submitted to the FM. 12. Applicable close out financial reports have been (will be) submitted to the ® ❑ ❑ FM. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked 'no that is correct and complete. Yakima Air Terminal Board (Signature of Sponsor's signaled Official Representative) Carl. L. Remmel _ (Typed Name of Sponsor's Designated O16dat Raorasentathe) Airport Manager (Typed Tate of Sponsor's Designated Official Representative) 3S...o ; _ — - a,(Dated —_ — Page 2 of 2 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION EQUIPMENT /CONSTRUCTION CONTRACTS Yakima Air Terminal Board Yakima Air Terminal 3 -53 -0089 -34 (Sponsor) (Airport) (Project Number) Procure Snow Removal Equipment for Priority 1 areas. (Work Desorption) F Title 49, United States Code (USC), section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements In carrying out a project under the Airport Improvement Program (AIP). General standards for equipment and construction contracts within Federal grant programs are described in Title 49, Code of Federal Regulations (CFR), Part 18.36. AlP standards are generally described in FM Advisory Circular (AC) 150 /5100 -6, Labor Requirements for the Airport Improvement Program, AC 150/5100 -15, Civil Rights Requirements for the Airport Improvement Program, and AC 150 /5100 -16, Airport Improvement Program Grant Assurance One — General Federal Requirements. Sponsors may use State and local procedures provided procurements conform to these Federal standards. Except for the certified Items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although It Is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. A code or standard of conduct is (will be) In effect governing the performance of the sponsor's officers, employees, or agents in soliciting ® 0 ❑ and awarding procurement contracts. 2. Qualified personnel are (will be) engaged to perform contract administration, engineering supervision, construction Inspection, and ® ❑ ❑ testing. 3. The procurement was (will be) publicly advertised using the competitive ® ❑ ❑ sealed bid method of procurement. 4. The bid solicitation dearly and accurately describes (will describe): a. The current Federal wage rate determination for all construction projects, and ►�� ❑ ❑ b. All other requirements of the equipment and /or services to be provided. 5. Concurrence was (will be) obtained from FAA prior to contract award under any of the following circumstances: a. Only one qualified person/firm submits a responsive bid, b. The contract is to be awarded to other than the lowest responsible ® ❑ ❑ bidder, • c. Life cycle costing is a factor in selecting the lowest responsive bidder, or d. Proposed contract prices are more than 10 percent over the sponsor's cost estimate. fl 9 Yes No N/A e . 6. All contracts exceeding $100,000 require (will require) the following provisions: a. A bid guarantee of 5 percent, a performance bond of 100 percent, and a payment bond of 100 percent; b. Conditions specifying administrative, contractual, and legal remedies, ® ❑ ❑ including contract termination, for those instances in which contractors violate or breach contact terms; and c. Compliance with applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), and Executive Order 11738. 7. All construction contracts contain (will contain) provisions for: a. Compliance with the Copeland "Anti -Kick Back" Act, and b. Preference given in the employment of labor (except in executive, ® ❑ ❑ administrative, and supervisory positions) to honorably discharged Vietnam era veterans and disabled veterans. 8. All construction contracts exceeding $2,000 contain (will contain) the following provisions: a. Compliance with the Davis -Bacon Act based on the current Federal � ❑ ❑ wage rate determination; and b. Compliance with the Contract Work Hours and Safety Standards Act (40 USC 327 -330), Sections 103 and 107. 9. All construction contracts exceeding $10,000 contain (will contain) appropriate clauses from 41 CFR Part 60 for compliance with Executive ® ❑ ❑ Orders 11246 and 11375 on Equal Employment Opportunity. 10. All contracts and subcontracts contain (will contain) clauses required from Title VI of the Civil Rights Act and 49 CFR 23 and 49 CFR 26 for ❑ ❑ Disadvantaged Business Enterprises. 11. Appropriate checks have been (will be) made to assure that contracts or subcontracts are not awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any U.S. ❑ Department of Transportation (DOT) element and appearing on the DOT Unified List. I certify, for the project identified herein, responses to the forgoing Items are accurate as marked and have prepared documentation attached hereto for any kern marked "no" that is correct and complete. Yakima Air Terminal Board (Name of sor) OIN (Signature orSponsors. �: ignared Official Representative) Cad L. Remmel (Typed Name of Sponsors Designated Official Rep►eseftarive) Airport Manager (Typed Title of Sp onsor's Designated Official Representative) (Date'- M f a■ •.— — — U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SPONSOR CERTIFICATION PROJECT PLANS AND SPECIFICATIONS Yakima Air Terminal Board Yakima Air Terminal 3- 53-0089 -34 (Sponsor) (as (Project Number) _�- - Procure Snow Removal Equipment for Priority 1 areas. (Work Desurpuon) Title 49, United States Code, section 47105(d), authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). AIP standards are generally described in FAA Advisory Circular (AC) 150/5100-6, Labor Requirements for the Airport Improvement Program, AC 150/5100 -15, Civil Rights Requirements for the Airport Improvement Program, and AC 150/5100-16, Airport Improvement Program Grant Assurance One—General Federal Requirements. A list of current advisory circulars with specific standards for design or construction of airports as well as procurement/installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Except for the certified items below marked not applicable (N /A), the list includes major requirements for this aspect of project implementation, although It is not comprehensive, nor does it relieve the sponsor from fully complying with all applicable statutory and administrative standards. Yes No N/A 1. The plans and specifications were (will be) prepared in accordance with applicable Federal standards and requirements, so no deviation or ig modification to standards set forth In the advisory circulars, or State standard, Is necessary other than those previously approved by the FAA. 2. Specifications for the procurement of equipment are not (will not be) proprietary or written so as to restrict competition. At least two ❑ ❑ manufacturers can meet the specification. 3. The development included (to be Included) in the plans is depicted on the ❑ ❑ airport layout plan approved by the FAA. 4. Development that is Ineligible for AIP funding has been (will be) omitted ® ❑ ❑ from the plans and specifications. 5. The process control and acceptance tests required for the project by standards contained In Advisory Circular 150/5370 -10 are (will be) ❑ 0 included in the project specifications. 6. If a value engineering clause is incorporated Into the contract, ❑ ❑ concurrence was (will be) obtained from the FAA. 7. The plans and specifications incorporate (will incorporate) applicable requirements and recommendations set forth In the Federally approved ® 0 0 environmental finding. Page 1of2 Yes No N/A 8. For construction activities within or near aircraft operational areas, the requirements contained in Advisory Circular 160/6370 -2 have been (will El El be) discussed with the FM as well as Incorporated Into the specifications, • and a safety /phasing plan has FM's concurrence, if required. 9. The project was (will be) physically completed without Federal participation In costs due to errors and omissions In the plans and 0 0 specifications that were foreseeable at the time of project design. I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have prepared documentation attached hereto for any item marked "no" that is correct and complete. Yakima Air Terminal Board - — (Name sot) er (Signature of Spilt ' slgneted Of io'af Representative) Carl L. Rommel (Typed Name of Sponsor's Desfgnsted O5r I Riepusssntatf Airport Manager (Typed 77tls ofS$ponaor'a Designated Weed Represe Page 2 of 2 ;SW. �RA ro ., . FAA ai Airports Grant Assurances Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor" means a private owner of a public-use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. Airport Sponsor Assurances (4/2012) ARP Pape 1 of 17 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.' c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act — 5 U.S.C. 1501, et sea. e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seq.' 2 f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). g. Archeological and Historic Preservation Act of 1974 -16 U.S.C. 469 through 469c. h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et i. Clean Air Act, P.L. 90 -148, as amended. j. Coastal Zone Management Act, P.L. 93 -205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.' 1. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et sea. p. American Indian Religious Freedom Act, P.L. 95 -341, as amended. q. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.' r. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373. s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.' t. Copeland Anti kickback Act -18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et sea.' v. Wild and Scenic Rivers Act, P.L. 90 -542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, sea. x. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Airport Sponsor Assurances (4/2012) ARP Page 2 of 17 1 Executive Order 11246 - Equal Employment Opportunity' Executive Order 11990 - Protection of Wetlands Executive Order 11998 — Flood Plain Management Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. • c. 14 CFR Part 150 - Airport noise compatibility planning. d. 29 CFR Part 1- Procedures for predetermination of wage rates.' e. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States. f. 29 CFR Part 5 - Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non - construction contracts subject to the Contract Work Hours and Safety Standards Act).' g. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' h. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments. i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21- Nondiscrimination in federally- assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. 1. 49 CFR Part 24 - Uniform relocation assistance and real property acquisition for Federal and federally assisted programs.' m. 49 CFR Part 26 — Participation By Disadvantaged Business Enterprises in Department of Transportation Programs. n. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefiting from Federal financial assistance.' o. 49 CFR Part 29 — Government wide debarment and suspension (nonprocurement) and government wide requirements for drug -free workplace (grants). p. 49 CFR Part 30 - Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. ARport Sponsor Assurances (4/2012) ARP Page 3 of 17 q. 49 C:PR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction.' Office of Management and Budget Circulars a. A -87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. b. A -133 - Audits of States, Local Governments, and Non -Profit Organizations 1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A -87 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. Airport Sponsor Assurances (412012) ARP Page 4 of 17 b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained, 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non - compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non - compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public - use airport in accordance with these assurances for the duration of these assurances, f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient lights and authority to insure Airport Sponsor Assurances (412012) ARP Page 5 of 17 that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112 -95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Mr and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, Airport Sponsor Assurances (4/2012) ARP Page 6 0117 it assures or certifies that it has implemented an effective airport pavement maintenance - management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a- 276a -5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam Airport Sponsor Assurances (4/2012) ARP Page 71;417 1 era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shAll subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of Airport Sponsor Assurances (4/2012) ARP Page 8 of 17 this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non - aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- t) Operating the airport's aeronautical facilities whenever required; 2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. Almon Sponsor Assurances (412012) ARP Pape 9 of 17 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- I) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport e. Each air carrier using such airport (whether as a tenant, non tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non tenants and signatory carriers and non signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perform. g. In the event the sponsor itself exercises any of the tights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. Airport Sponsor Assurances (412012) ARP Page 10 of 17 h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self - sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the Airport Sponsor Assurances (412012) ARP Page 11 of 17 1 airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1) If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112 - 95. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports Airport Sponsor Assurances (412012) ARP Pape 12 of 17 available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that — a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather - reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such AUp01t Sponsor Assurances (4/2012) ARP Page 13 of 17 1 • 's purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and (4) all proposed and { existing access points used to taxi aircraft across the airport's property boundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or Airport SponsorAssurances (4/2012) ARP Page 14 of 17 (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transfers ed to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue Airport Sponsor Assurances (412012) ARP Page 15 of 17 ' I from interim uses of such land contributes to the financial self - sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub- contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications -based requirement prescribed for or by the sponsor of the airport 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for Al? projects, dated (the latest approved version as of this grant offer) and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to Airport Sponsor Assurances (412012) ARP Page 16 of 17 have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT - assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non discrimination in the award and administration of DOT- assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26, and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801). 38. Hangar Construction. If the g airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. Airport Sponsor Assurances (412012) ARP Page 17 of 17 TITLE VI PRE -AWARD SPONSOR CHECKLIST Airport/Sponsor: Yakima Air Terminal AIP #: 3-53-0089-34 Project Description(s): Procure Snow Removal Equipment for Priority 1 areas. 1) Please describe any of the following IF they apply to your project: Title VI issues raised at public hearing(s) and the conclusions made; EIS data concerning the race, color, or national origin of the affected community; steps taken or proposed to guard against unnecessary impact on persons on the basis of race, color or national origin. X None 2) Please list any airport related Title VI lawsuits or complaints filed in the preceding year against the sponsor. Include a summary of the findings. X None fit "None ", continue with questions 3 and 41. 3) Please list any current applications for federal funding (other than FAA) of airport related projects which exceed the amount for this grant. X None 4) Please Ilst any airport related Title VI compliance review(s) received by the sponsor in the preceding two years. Include who conducted the review and any findings of noncompliance. X None To be completed by the Civil Rights Staff Review completed and approved: Signature Date: This checklist is only required for projects that involve one of the following: Environmental Assessment or Impact Statement (EIS); airport or runway relocation; major runway extension; relocation of any structure of person; or impact to access or preservation of any burial ceremonial or other sacred or historical structures or lands of any Indigenous or ethnic population. Return to: FAA, Civil Rights, Northwest Mountain Region; 1601 Lind Ave. SW; Renton, WA 98057 -3356. FAX: (425) 227 -1009 Phone (425) 227 -2009 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 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. Comaliance with Regulations. The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. the contractor shall not participate either directly of indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth In Appendix B of the Regulations. 3. Solicitations for Subcontracts. Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or lease of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and Its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA 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 supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. { { CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the Sponsor pursuant to the provisions of Assurances 5(a) and 5(b). 1. The (grantee, licensee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land ") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination In the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. REQUIRED STATEMENTS AIRPORT IMPROVEMENT PROGRAM PROJECTS AIRPORT: Yakima Air Terminal LOCATION: 2400 West Washington Avenue, Yakima, Washington 98903 AIP PROJECT NO.: 3-53-0089-34 STATEMENTS APPLICABLE TO THIS PROJECT X a. INTEREST OF NEIGHBORING COMMUNITIES: In formulating this project, consideration has been given to the interest of communities that are near (Exact name of airport)Yakima Air Terminal. X b. THE DEVELOPMENT PROPOSED IN THIS PROJECT will not require the use of publicly owned land from a public perk, recreation area, wildlife and fowl refuge, or a historical site under Federal, State, or Local jurisdiction. X c. FBO COORDINATION: The airport development proposed In this project has been coordinated with the Fixed Base Operator(s) utilizing (Exact name of airport) Yakima Air Teri igal, and they have been informed regarding the scope and nature of this project. X d. THE PROPOSED PROJECT IS CONSISTENT with existing approved plans for the area surrounding the airport. The above statements have been duly considered and are applicable to this project. (Provide comment for any statement not checked). BY:. Carl L. Rommel DATE: a - TITLE: Airport Manager . . SPONSORING AGENCY: Yakima County /City of Yakima NOTE; Where opposition is stated to an airport development project, whether expressly or by proposed revision, the following specific lirfonnatlan concerning the opposition to the project must be famished • a. Identification of the Federal, state, or local governmental agency, or the person or persons opposing the project; b. The nature and basis of opposition; c. Sponsor's plan to accommodate or otherwise satisfy the opposition; d. Whether an opportunity for a hearing was afforded, and If a hearing was held, an analysis of the facts developed at the hearing as they relate to the social, economic, and environmental aspects of the proposed project and Its consistency with the goals and objectives of such urban planning as has been carried out by the community. a If the opponents proposed any alternatives, what these alternatives were and the reason for nonacceptance; f. Sponsor's plans, if any, to minimize arty adverse effects of the project g. Benefits to be gained by the proposed development; and h. Any other pertinent Information which would be of assistance in determining whether to proceed with the project CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, 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 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 "Dlsdosure of Lobby Activities ", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be Included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipents shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered Into. Submission of this certification is a prerequisite for making or entering into this transaction Imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signed Ws ate Sponsor's Authorized Representative Title Airport Manager '/ FAA l'4 Airports 11 V 0 Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 1/25/2012 View the most current versions of these ACs ancterty associated changes at: fillb://Www.tei:gOV/LiirdorttiretoUtteifed■40ev circulers . .„ NUMBER TITLE 70/7480-1K Obstruction Meriting and Lighting 150/5000-13A Announcement of Avallability—RTCA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airports Surface Movement Sensors 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-8B Airport Master Plans Change 1 150/5070-7 The Airport System Planning Process 15W5100-13B Development of State Standards for Non Primary Airports . . 150/5200-28D Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30C Airport Winter Safety and Operations 150/520043B Hazardous Wildlife Attractants On or Near Airports 150/5210-5D Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications ' 150/5210-13C Airport Water Rescue Plans and Equipment • 150/5210-14B • Aircraft Rescue Fire Fighting Equipment, Tools, and Clothing • • --___. _ 150/5210-15A ; Airport Rescue 8, Firefighting Station Building Design 150/5210-18A ; .' Systems for Interactive Training of Airport. Personnel , . FM AdvlsOry Clic:Wars Stir Lite In Updated - Pepe 1 of 5 AIP Funded and PFC Approved Projects ARP i NUMBER TITLE v, , yM ,x.° 150/5210 -19A Driver's Enhanced Vision System (DEVS) 150/5220 -10E Guide Specification for Aircraft Rescue and Firefighting Vehicles 150/5220-16D Automated Weather Observing Systems for Non - Federal Applications 150/5220 -17B Aircraft Rescue and Firefighting (ARFF) Training Facilities 150/5220 -18A Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 160/5220 -20 Airport Snow and Ice Control Equipment Change 1 150/5220 -21B Guide Specification for Lifts Used to Board Airline Passengers With Mobility Impairments 150/5220 -22A Engineered Materials Arresting System (EMAS) for Aircraft Overruns 150/5220-23 Frangible Connections 150/5220 -24 Foreign Object Debris Detection Equipment 150/5300 -7B FAA Policy on Facility Relocations Occasioned by Airport Improvements or Changes 150/5300 -13 Airport Design Changes 1 -18 150/5300 -14B Design of Aircraft Deicing Facilities 150 /5300 -16A General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey 150 /5300 -17C General Guidance and Specifications for Aeronautical Survey Airport Imagery Acquisition and Submission to the National Geodetic Survey 150/5300 -18B General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320 -5C Surface Drainage Design Change 1 150/5320 -6E Airport Pavement Design and Evaluation 150/5320 -12C Measurement, Construction, and Maintenance of Skid Resistant Airport Change 8 Pavement Surfaces 150/5320 -15A Management of Airport Industrial Waste FM Advisory Circulars Required for Use In Updated 1/25/2012 Page 2 of 5 AIP Funded and PFC Approved Projects ARP - , - NUMBER TITLE tt 150/5325-46 Runway Length Requirements for Airport Design 150/5335-58 Standardized Method of Reporting Airport Pavement Strength PCN 150/5340-1K Standards for Airport Markings 150/5340-5C Segmented Circle Airport Marker System 150/5340-18F Standards for Airport Sign Systems 150/5340-30F Design end Installation Details for Airport Visual Aids 150/5345-3G Specification for L821 Panels for the Control of Airport Lighting 150/5345-56 Circuit Selector Switch 150/5345-7E Specification for L824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10G Specification for Constant Current Regulators Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacon 150/5345-13B Specification for 1841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Ughting Circuits 150/5345-26D Specification for 1823 Plug and Receptacle, Cable Connectors 150/5345-27D Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D FM Specification 1853, Runway and Taxiway Retroreflective Markers 150/5345-42F Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories 150/5345-43F Specification for Obstruction Lighting Equipment 150/5345-44J Specification for Taxiway and Runway Signs 150/5345-45C Low-Impact Resistant (LIR) Structures 150/5345-46D Specification for Runway and Taxiway Light Fixtures 150/5345-4TC Specifications for Series to Series Isolation Transformers for Airport Lighting System 150/5345-49C Specification L854, Radio Control Equipment FM Advisory Circulars Required for Use In Updated 1125/2012 Page 3 of 5 AIP Funded and PFC Approved Projects ARP NUMBER ' TITLE 150/5345-SOB Specification for Portable Runway and Taxiway Lights 150/5345 -51 B Specification for Discharge -Type Flasher Equipment 150 /5345 -52A Generic Visual Glideslope Indicators (GVGI) 150/5345.53C Airport Lighting Equipment Certification Program 150/5345 -54B Specification for L -1884, Power and Control Unit for Land and Hold Short 150/5345 -55A Specification for L893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345 -568 Specification for L -890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360 -9 Planning and Design of Airport Terminal Facilities at Non -Hub Locations 150/5360 -12E Airport Signing and Graphics 160 /5360 -13 Planning and Design Guidance for Airport Terminal Facilities Change 1 150/5360 -14 Access to Airports By Individuals With Disabilities 150/5370-2F Operational Safety on Airports During Construction 150/5370 -10F Standards for Specifying Construction of Airports 150/5370 -11B Use of Nondestructive Testing Devices in the Evaluation of Airport Pavement 150/5380 -68 Guidelines and Procedures for Maintenance of Airport Pavements 150/5390 -2B Heliport Design 150/5395 -1 Seaplane Bases FAA Advisory Circulars Required for Use In Updated 1/25/2012 Page 4 of 5 AIP Funded and PFC Approved Projects ARP THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY DATED: 1/25/2012 NUMBER TITLE 150/5100 -140 Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5100 -15A Civil Rights Requirements for the Airport Improvement Program 150 /5100 -17 Land Acquisition and Relocation Assistance for Airport Improvement Program Changes 1- 6 Assisted Projects 150/5200 -37 Introduction to Safety Management Systems (SMS) for Airport Operators 150/5300 -15A Use of Value Engineering for Engineering Design of Airports Grant Projects 150 /5320 -17 Airfield Pavement Surface Evaluation and Rating (PASER) Manuals 150 /5370 -6D Construction Progress and Inspection Report — Airport Grant Program Changes 1 - 4 150/5370 -12A Quality Control of Construction for Airport Grant Projects 150/5370 -13A Offpeak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5380 -7A Airport Pavement Management Program THE FOLLOWING ADDITIONAL APPLY TO PFC PROJECTS ONLY DATED: 1/25/2012 NUMBER . TITLE 150 /5000 -12 Announcement of Availability — Passenger Facility Charge (PFC) Application (FAA Form 5500 -1) FAA Advisory Circulars Required for Use in Updated 1125(2012 Page 5 of 5 A1P Funded and PFC Approved Projects ARP I STANDARD DOT TITLE VI ASSURANCES Yakima Air Terminal (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations ") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the Sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Section 21.23(a) and 21.23(b)) will be conducted or operated In compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest In real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, In any future deeds, leases, permits, licenses, and similar agreements entered Into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal financial assistance Is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the Sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Sponsor retains ownership or possession of the property. 7. It will provide for such methods of administration for the program as are found by the Secretary of transportation of the official to whom he delegates specific authority to give reasonable guarantees that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in Interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the act, the Regulations, and this assurance. Page 1 2 STANDARD - DOT TITLE_VIASSURANCES (ConHnuedl 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose ot obtaining Federal financial assistance for this Project and is binding on Its contractors, the Sponsor, subcontractors, transferees, successors In Interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. ; DATED (,- Yakima Air Terminal (Sponsor) - - •. igriature of thorized Official) Page 2 of 2 I BID SUMMARY BIDDER #1 BIDDER #2 BIDDER #3 BIDDER #4 ti, Owner CITY OF YAKIMA - YAKIMA AIR TERMINAL Team Eagle, Inc. M -B Companies, Inc. Project: SNOWSWEEPER WITH CARRIER VEHICLE - EQUIPMENT ONLY ! P 0. Box 154 1200 Park Street HLA Project No. 11055 A.I.P NO. 3-53-0089-34 (FY 14) Pacific, WA 98047 Chilton, WI 53014 • Date: APRIL 3, 2014 1 Item ENGINEERS ESTIMATE No Item Description Unit Quantity — — — — I Unit Price Amount Unit Price r Amount Unit Price Amount Unit Price Amount Unit Price Amount BID SCHEDULE A Ell Snowsweeper with Gamer Vehicle ® 1 $425,000.00 $425,000.00 $465,827.00 _ $465,827.00 _ $499,965.00 $499,965,00 _ — $0.00 $0.00 BID SCHEDULE A SUBTOTAL $425,000.00 $465,827.00 $499,965.00 $0.00 I $0.00 STATE SALES TAX 8.2% $34,850.00 $38,197.81 $40,997 13 $0.00 $0.00 BID SCHEDULE A TOTAL $459,850.00 $504,024.81 $540,962.13 $0.00 $0.00 ' BID SCHEDULE B . - - - - - ._ j — �- 1 Set of Brush Wafers (Additional) 1 $35,000.00 $35,000.00 $5,235.00 $5,235 00 $2,931.00 $2,931.00 $0.00 _ $0 00 BID SCHEDULE B SUBTOTAL $35,000.00 $5,235.00 $2,931.00 $0.00 $0.00 STATE SALES TAX 8.2% I $2,870.00 $429.27 $240.34 $0.00 $0.00 I BID SCHEDULE B TOTAL $37,870.00 $5,664.27 $3,171.34 $0.00 $0.00 II. I I BID SCHEDULE A AND SCHEDULE B TOTAL $497,720.00 N $509,689.08 _ I $544,133.47 $0.00 $0.00 ENGINEERS REPORT AWARD MADE BY CITY MANAGER CITY OF YAKIMA - YAKIMA AIR TERMINAL Competitive bids were opened on April 3, 2014. All bids have been reviewed by this office. SNOWSWEEPER WITH CARRIER VEHICLE - EQUIPMENT ONLY I recommend the contract be awarded to: Team Eagle, Inc. A.I P NO 3 - - 0089 - (FY 14) HLA PROJECT NO. 11055 .lam _..L.4...-__ kA___11a__ j j a Project En. eer I 4 Date ger. i. :A,. * it (3 //e , timbayrq W. amA:u,v:r he I ' err a,a Evg_ee,ing • Iacd stn,h'uls •Planning Date: • .... Bidder #5 , Bidder #6 Bidder #7 Bidder #8 Bidder #9 Bidder #10 *Bid results can be found at: www.hlacivil.com *Highlighted amounts have been corrected. CITY CONTRAC i NO: RESOLUTION NO: 1 CITY OF YAKIMA YAKIMA AIR TERMINAL I f SNOWSWEEPER WITH CARRIER VEHICLE - i EQUIPMENT ONLY 1 1 I A.I.P. NO. 3 -53- 0089 -33 (FY 14) HLA PROJECT NO. 11055 +SHIA I 1 Huibregtse, LaumanAssociates, Inc. Civil Engineering . Land Surveying. Planning "ORIGINAL - CITY OF YAKIMA" FEBRUARY 20114 1!I ,. • I ADDENDUM NO. :3 To the Contract Provisions for CITY OF YAKIMA, WASHIINGTON Yakima Air Terminal, Snowsweeper with Carrier Vehicle — Equipment Only HLA Project No. 11055E BID OPENING: **APRIL 3, 2014 2:00 P.M. 1 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 — BID OPENING DATE AND TIME Sealed proposals for the Yakima Air Terminal Snowsweeper with Carrier Vehicle — Equipment Only will be received by the City of Yakima at 129 North Second Street, Yakima Washington until 2:00 p.m. local time on April 3, 2014. Bids shall be addressed to the City Clerk at 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. c qq � ((,, emu,( e f 3 ! s�l L t StephaniJJ. Ray, PE; Date Huibregtse, Louman Associates, Inc. 2803 River Road ' Yakima, WA 98902 Phone: (509) 966 -7000 1 1 ' G:\ PROJECTS \2011 \11055\Addendum\2014 -03 -14 Snowsweeper with Carrier Vehicle 3.doc ADDENDUM NO. 3 ' ADDENDUM NO.2 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON ' Yakima Air Terminal, Snowsweeper with Carrier Vehicle — Equipment Only HLA Project No. 11055E BID OPENING: MARCH 27, 2014 2:00 P.M. • 1 V To the attention of all bidders for the above J ro ect: p. P The following additions, revisions, and /or modifications are made to the Contract Documents, Plans, and Specifications for this project: SECTION 9 — SPECIFICATIONS FOR CONSTRUCTION SECTION 3 — HIGH SPEED BROOM WITH CARRIER VEHICLE PART 1 — GENERAL, 1.8 DELIVERY ' Replace Item 1.8.C.5, Page 9 -9 with the following: 5. Internet Access. Provide Internet access to parts manuals or provide the parts ' manuals in electronic form specific to the vehicle and appurtenances being provided. ' Replace Item 1.8.C.7, Page 9 -9 with the following: 7. Operator Video Training. Provide a video or power point for operator training of all features of the unit. II PART 2 — EQUIPMENT — CARRIER VEHICLE ' Replace Item 2.5.D.1, Page 9 -13 with the following ii ' 1. Automatic /Remote Hitch. The brush assembly shall be designed for quick attachment to and removal from its carrier vehicle or trailer. Once attached, it shall be capable of sustaining all loads, including side loads. The assembly shall ' not transmit bounce or oscillatory motion to the carrier vehicle and shall permit normal operational turning without binding or damage. Replace Item 2.6.A.1, Page 9 -13 with the following: ' 1. Carrier Vehicle Drive Engine: Carrier vehicle drive engine shall be rated for a minimum of 470 horsepower, have a minimum displacement of 11 liters, have a minimum of (6) six cylinders, and meet current EPA highway transmission standards. 1 ii • ' G:\ PROJECTS\ 2011 \11055Wddendum \2014- 03- 25Snowsweeper with Carrier Vehicle2.doc ADDENDUM NO. 2 I I Replace Item 2.6.A.3, 9 -13 with the following: 3. Carrier vehicle drive engine to be enclosed in a tilting cover or hinged and lifting I cover, or approved equal that provides the same access to the top of the engine as a tilting or hinged and lifting cover. Replace Item 2.7.B.1, Page 9 -14 with the following: I 1. The tanks shall either be steel and the core shall be constructed copper ucted of coppe and brass, or the radiator shall be constructed entirely from aluminum. If copper and I brass construction is used, the radiator must be protected from corrosion by using a coating certified for that purpose. I Replace Item 2.8.D, Page 9 -15 with the following: D. Transmission Cooler. A transmission cooler with approval from the transmission I manufacturer shall be provided. Replace Item 2.8.F, Page 9 -15 with the following: I F. Engine manufacturer shall provide an application approval that states the cooling system is suitable for use in the vehicle as configured and installed. The certification of performance and application approval shall be submitted with the 1 bid. Replace Item 2.17.E, Page 9 -18 with the following: I E. Disconnect. Provide a quick disconnect coupler to allow instruction of shop air into air system upstream of the air dryer for filling on board system with air, if I equipped with air brakes. I Replace Item 2.19, 2.19.A, and 2.19.B, Page 9 -19 frith the following: I Suspension System. Vehicles shall be equip with a current production model suspension system having a minimum rated capacity equal to GVW of the carrier I vehicle. System capacity may be determined by taking measurements from ground level with the vehicle loaded to its rated GVW and the attached equipment in its storage position. Front and rear axles shall have auxiliary suspension springs if required to keep I vehicle stabilized. Manufacturer's capacity ratings may not be raised to conform to the requirements of these specifications. The suspension system shall exhibit no permanent deformation after the load is removed. I I A. Springs. The unit shall have alloy steel springs of the semi - elliptical type or parabolic leaf type, front and rear. The spring hangers, pins and supports shall be heavy duty to give long life. ," I I . B. Shocks. Front suspension to have heal 1 ✓y -duty shocks if unit is equipped with semi - elliptical springs. I I Replace Item 2.20.A, Page 9 -19 with the following: I A. Wheels shall be one piece; multi -piece wheels will not be acceptable. I G:\ PROJECTS \2011\ 11055\Addendum\2014 -03 -25 Snowsweeper with Carrier Vehicle 2 ADDENDUM NO. 2 1 Replace the first paragraph of Item 2.27.A.3, Page 9 -27 with the following: 3. Technical Publications. The manufacturer shall furnish two sets of the following ' publications, in either electronic or hard copy format: PART 3 — EQUIPMENT — SWEEPER I Replace the second paragraph, Page 9 -28 with the 'following: The sweeper shall measure 46 inches in diameter and be 20 feet in length. The width is important to ensure clearance inside the snow removal equipment building. Replace the last two sentences of Item 3.7, Page 9 with the following: Each nozzle shall be capable of being completely turned off or deflected. Nozzles and broom shall be designed for independent uses. it r Replace Item 3.7.B, Page 9 -31 with the following: B. The airblast system may be removable; from the carrier vehicle or permanently attached if the air ducts can be retracted to within the outside width of the tires. This ADDENDUM is to be considered as much a part of the ciDntract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on he proposal form prior to bid opening. it IATA 3 /25/1 1 / Stephanig J. Ray, PE Date Huibregtse, Louman Ass ciates, Inc. 2803 River Road Yakima, WA 98902 Phone: (509) 966 -7000 1 1 r I G:\ PROJECTS\ 2011\ 11055\ Addendum\ 2014 -03 -25 Snowsweeper with Carrier Vehicle 2.doc ADDENDUM NO. 2 ' ADDENDUM NO. 'I To the Contract Provisions for CITY OF YAKIMA, WASHINGTON 1 Yakima Air Terminal, Snowsweeper with Carrier Vehicle — Equipment Only HLA Project No. 11055E BID OPENING: * *MARCH 27, 2014 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 — BID OPENING DATE AND TIME ' Sealed proposals for the Yakima Air Terminal Snowsweeper with Carrier Vehicle — Equipment Only will be received by the City of Yakima at 129 North Second Street, Yakima Washington until 2:00 p.m. local time on March 27, 2014. Bids shall be addressed to the City Clerk at 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. 1 � 12a1 1 1 1 Stephanid' J. Ray, PE Date Huibregtse, Louman As iates, Inc. ' 2803 River Road Yakima, WA 98902 Phone: (509) 966 -7000 • t ' G:\ PROJECTS \2011 \11055\Addendum\2014 -03 -14 Snowsweeper with Carrier Vehicle 1.doc ADDENDUM NO. 1 CITY OF YAKIMA YAKIMA AIR TERMINAL CONTRACT DOCUMENTS FOR SNOWSWEEPER WITH CARRIER VEHICLE - I EQUIPMENT ONLY I p 4fr 1 .=?- G .p 45034 �', GIS'T 21 2r �y I 1 A.I.P. NO. 3-53-0089-33 (FY 14) HLA PROJECT NO. 11055 OWNER: ENGINEER: Yakima Air Terminal Huibregtse, Louman Associates, Inc. (HLA) 2406 West Washington Avenue, Suite B 2803 River Road Yakima, WA 98903 Yakima, WA 98902 I FEBRUARY 2014 r I I I CITY OF YAKIMA I YAKIMA AIR TERMINAL YAKIMA COUNTY, WASHINGTON I FOR I SNOWSWEEPER WITH CARRIER VEHICLE - EQUIPMENT ONLY A.I.P. NO. 3- 53- 0089 -33 I HLA Project No. 11055 TABLE OF CONTENTS I PAGE NO. SECTION 1 - INVITATION TO BID 1 -0 INVITATION TO BID 1 -1 SECTION 2 - INFORMATION TO BIDDERS 2 -0 I INFORMATION TO BIDDERS 2 -1 SECTION 3 - BID PACKAGE 3 -0 I BIDDER'S CHECKLIST 3 -1 BIDDER'S DECLARATION 3-2 UNIT PRICE BID PROPOSAL 3 -4 PROPOSAL 3 -5 BID BOND 3 -6 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION 3 -7 LETTER OF INTENT 3 -8 I BIDDER'S LIST 3 -9 SURETY 3 -10 NON- COLLUSION AFFIDAVIT 3 -11 BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE 3 -12 I CITY OF YAKIMA - E VERIFY 3 -13 BUY AMERICA CERTIFICATE 3 -14 BUY AMERICA WAIVER REQUEST 3 -15 I DEBARMENT AND SUSPENSION (NON - PROCUREMENT) 3 -15 VETERAN'S PREFERENCE 3 -15 TERMINATION OF CONTRACT 3 -15 I SECTION 4 - CONTRACT AND RELATED MATERIALS 4 -0 CONTRACT 4 -1 PERFORMANCE BOND 4 -6 'll PAYMENT BOND 4 -8 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5 -0 PREVAILING WAGE RATES DLI (YAKIMA COUNTY) EFFECTIVE 3 -20 -2014 I. BENEFIT CODE KEY EFFECTIVE 03 -05 -14 THRU 8 -30 -14 DEPT. OF LABOR & INDUSTRIES SUPPLEMENTAL. TO WAGE RATES 3 -5 -2014 PREVAILING`WAGE RATES (FEDERAL) EFFECTIVE 02 -07 -2014 I SECTION 6 - FAA GENERAL CONDITIONS . 6 -0 FAA GENERAL CONDITIONS 6 -1 SECTION 10 - DEFINITION OF TERMS 6 -2 I SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 6 -6 SECTION 30 - AWARD AND EXECUTION OF CONTRACT 6 -9 SECTION 40 - SCOPE OF WORK 6 -11 I G:\PROJECTS12011\ 11055\ 2014 -02 -06 Snowsweeper Carver Vehicle Spec.docx I SECTION 50 - CONTROL OF WORK 6 -14 I SECTION 60 - CONTROL OF MATERIALS 6 -21 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 6 -24 SECTION 80 - PROSECUTION AND PROGRESS 6 -31 I 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 I SECTION 120 - NUCLEAR GAGES 6 -55 SECTION 7 - OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS 7 -0 I 7.1 - DEFINITIONS 7 -1 7.2 - CONTRACTOR QUALIFICATION 7 -2 7.3 - PRELIMINARY MATTERS 7 -2 7.4 - CONTRACT DOCUMENTS: INTENT AND REUSE 7 -3 I 7.5 - BONDS AND INSURANCE 7 -4 7.6 - CONTRACTOR'S RESPONSIBILITIES 7 -6 7.7 - WORK BY OTHERS 7 -10 I 7.8 - OWNER'S RESPONSIBILITIES 7 -11 7.9 - ENGINEER'S STATUS DURING CONSTRUCTION 7 -11 7.10 - CHANGES IN THE WORK 7 -13 7.11 - CHANGE OF CONTRACT PRICE 7 -13 I 7.12 - CHANGE OF THE CONTRACT TIME 7 -16 7.13 - WARRANTY AND GUARANTEE, TESTS AND INSPECTIONS, CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 7 -17 1 7.14 - PAYMENTS TO CONTRACTOR AND COMPLETION 7 -19 7.15 - SUSPENSION OF WORK AND TERMINATION 7 -23 7.16 - ARBITRATION 7 -24 7.17 - MISCELLANEOUS 7 -25 I SECTION 8 - FEDERAL CONTRACT CLAUSES 8 -0 ACCESS TO RECORDS AND REPORTS 8 -1 I BREACH OF CONTRACT TERMS 8 -1 BUY AMERICAN PREFERENCE 8 -1 CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS 8 1 BUY AMERICA REQUIREMENTS 8 -3 I CIVIL RIGHTS - GENERAL 8 -6 CIVIL RIGHTS - TITLE VI ASSURANCES 8 -6 CLEAN AIR AND WATER POLLUTION CONTROL 8 -9 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 8 -9 COPELAND "ANTI- KICKBACK" ACT 8 -10 DEBARMENT AND SUSPENSION (NON - PROCUREMENT) 8 -10 DISADVANTAGED BUSINESS ENTERPRISE 8 -11 111, ENERGY CONSERVATION REQUIREMENTS 8 -11 EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS 8 -11 . FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 8 -12 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 8 -16 1 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 8 -16 TERMINATION OF CONTRACT 8 -17 TRADE RESTRICTION CLAUSE 8 -17 I VETERAN'S PREFERENCE 8 -18 SECTION 9 - TECHNICAL SPECIFICATIONS 9 -0 SECTION 1 - SUBMITTALS, SHOP DRAWINGS AND SAMPLES 9 -1 I SECTION 2 - REFERENCE STANDARDS 9 -5 SECTION 3 - HIGH SPEED BROOM WITH CARRIER VEHICLE 9 -7 I' I G :IPROJECTS201111105512014 -02 -06 Snowsweeper Carrier Vehicle Spec.docx r i r t SECTION 1 - INVITATION TO BID 1 I INVITATION TO BID Sealed proposals for the Snowsweeper with Carrier Vehicle — Equipment Only will be received by the City ' Clerk at Yakima City Hall, at 129 North Second Street, Yakima, Washington, 98901 until 2:00 p.m. local time on March 20, 2014, at which time the bids will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. Bids shall be addressed to the City Clerk at Yakima City Hall. The work includes the following approximate major items: Snowsweeper with Carrier Vehicle shall consist of a four -wheel drive, rated for a minimum 50,000 pounds gross vehicle weight (GVW) with rear - mounted diesel drive engine and high- mounted forward cab. The vehicle shall be equipped with a 20 -foot broom powered by an auxiliary diesel engine. The contract time for all schedules of work will be limited to (290) working days with liquidated damages of $300.00 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, Yakima, Washington Huibregtse, Louman Associates, Inc., (HLA), Yakima, Washington 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 $50.00 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 I 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. 111 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. 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 Clear Tee City Clerk Publish: February 20, 2014 February 27, 2014 I G:\PROJECTS1 2011\ 11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 1 -1 I I 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. 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. I I G:\PROJECTS\2011 \1105512014-02 -08 Snowsweeper Cartier Vehicle Spec.Dc 1 -2 I I 1 I I 1 i i I SECTION 2 - INFORMATION TO BIDDERS I r I I r i I G:\PROJECTS\2011 \11055\2014-02 -06 Snowsweeper Carrier Vehicle Spec.Docx 2 -0 11111 • .1 SECTION 2 - INFORMATION TO BIDDERS 1 1 1 G \PROJECTS12011\ 11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec Does 2 -0 YAKIMA AIR TERMINAL SNOWSWEEPER WITH CARRIER VEHICLE - EQUIPMENT ONLY A.I.P. PROJECT NO. 3 -53- 0089 -33 INFORMATION FOR 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. 1. Bid Forms must be completed in ink or by typewriter. The bid unit price of each item on the form must be stated in words and numerals. 2. Bids by corporations must be executed (signed) in the corporate name by the president or vice - president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 3. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature, and the official address of the partnership must be shown below the signature. 4. All names must be typed or printed below the signature. 5. The bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which shall be filled in on the bid form). 6. The address and telephone number for communications regarding the bid must be shown in the space provided. B. Each bidder shall submit with his bid a completed "Bidders List Information" which identified all firms that bid on prime contractors or bid or quote subcontracts on DOT - assisted projects, including DBE and non -DBE firms. C. Each Bidder shall submit with his bid two copies of complete documentation and illustrative descriptions, to include certifications, brochures, catalogue cut sheets and technical data to demonstrate the equipment will meet the requirements of the technical specifications. The documentation to be submitted with the bid shall be for current production components and equipment and shall be dated no more than five years prior to the bid opening. 1. The documentation and illustrative descriptions to be submitted with the bid are identified in the technical specifications. 2. Brochures, catalogue cut sheets and technical data submitted with the bid shall not be considered as notices of exception to the technical specifications. The Bidder shall provide a detailed description of the item(s) which fail to comply with the technical specifications or FAA Advisory Circular 150/5220 -20. Failure to submit this information shall be grounds to consider the bid non - responsive. D. Test results indicating that the snowsweeper with carrier vehicle meets the performance requirements specified shall be submitted with the bid. Testing shall be conducted as described in FAA Advisory Circular 150/5220 -20, Airport Snow and Ice Control Equipment, dated 6/30/92 and in accordance with the procedures and requirements of the technical specifications. Equipment tests shall be conducted on standard production models and not on specially constructed 41 1 G \ PROJECTS \2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec docx 2 -1 prototypes. The performance information shall be from testing conducted no more than five years prior to the bid opening. E. Each Bidder shall submit with his bid a proposed policy for parts and service availability. Please see Sales and Support and the RSPL agreement that can be found in the Supporting document section. F. Documentation submitted previously will not be considered or reviewed as part of the current bid evaluation. G. 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. H. No bid will be accepted unless signed by the bidder or his authorized agent. ' I. 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. ' J. 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. K. 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. COPIES OF BIDDING DOCUMENTS ' A. Complete sets of the Contract Documents may be obtained from the ENGINEER upon payment of the plan copy fee as designated in the Advertisement. ' B. Complete sets of Contract Documents shall be used in preparing bids; neither OWNER nor • ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. It is the Bidder's responsibility to assure that he ' possesses complete sets of the Contract Documents. C. OWNER and ENGINEER in making copies of the Contract Documents available on the above ' terms do so only for the purpose of obtaining bids on the Work and do not confer a license or grant for any other use. 3. 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. Only Contractors registered in accordance with the Contractor's Registration Act, RCW 18.27 and qualified to do business in the State of Washington, may bid on this project. The CONTRACTOR shall include his license number in the Bid Proposal. G \PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec docx 2-2 1 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE A. It is the responsibility of each Bidder, before submitting a bid, to (a) examine the Contract Documents and other related data identified in the Contract Documents thoroughly, (b) familiarize himself with and consider Federal, State and Local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work; and (c) study and carefully correlate Bidder's observations with Contract Documents, (d) to promptly notify ENGINEER of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. B. The submission of a bid will constitute an incontrovertible representation by the Bidder that Bidder has complied with every requirement without exception that the bid is and performing the Special Services required by the Contract Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities and discrepancies that Bidder has discovered in the Contract Documents and the written resolutions thereof by ENGINEER is acceptable to Bidder, and that the Contract Documents are sufficient in scope and detail and that the time allocated for the preparation of the bid was adequate to indicate and convey understanding of all terms and conditions for furnishing Goods and Special Services. 5. 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 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 business 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. Any objection not perfected within the time limitations shall be deemed to constitute a waiver of any rights to raise such objection or appeal after. 6. TELEGRAPHIC MODIFICATION Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, providing such telegraphic communication is received by the OWNER prior to the closing time, and provided further, the OWNER is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. Telegraphic modifications shall be addressed to Mr. Robert Peterson, Airport Manager, Yakima Air Terminal, at (509) 575 -6149. 7. BID SECURITY Please see the Bid Bond that is provided at the beginning of response. A. Each bid must be accompanied by Bid Security made payable to OWNER, in an amount of 5 ' percent of the Bidder's maximum bid price and in the form of a certified or bank check or a Bid Bond made payable to Yakima Air Terminal (on form attached, if a form is prescribed) issued by a Surety. B. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Contract Document Agreement and furnished the required Contract Security and met the other conditions of the Award, whereupon it will be returned. If the Successful Bidder fails to execute and deliver the Contract Document Agreement and furnish the required Contract Security within 30 days after the Notice of Award, OWNERs may annul the Notice of Award and the Bid Security of that Bidder will be forfeited to the Yakima Air Terminal. C. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of the 15 day after the G \ PROJECTS\ 2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec docx 2 -3 "effective date of the Contract Agreement" (which term is defined in the Contract General Conditions) and the required Contract Security is furnished or the 91 day after the bid opening. Bid Security of other Bidders that are not competitive will be returned within seven days of the bid t opening. 8. CONTRACT TIME ' The number of days within which, or the date by which, all provisions of the Contract Documents is complete and accepted. The submission of a bid is a representation by the Bidder that Bidder will complete all requirements specified in the Contract Documents. 9. 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. 10. 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. 11. SUBSTITUTE MATERIAL AND EQUIPMENT ' The Contract Agreement, if awarded, will be on the basis of materials and equipment described or specified in the Specifications. • 12. SALES TAX Bidders shall include in their proposals Washington state local sales tax of 8.2 percent on all work ' items. 13. MODIFICATION AND WITHDRAWAL OF BIDS Any bid received may not be withdrawn after the time set in the notice inviting bids. 14. OPENING OF BIDS ' Bids will be opened publicly, and read aloud. A tabulation of the amounts of the bids and bid items will be available from the ENGINEER after the opening of bids. 15. AWARD OF CONTRACTS, 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. ' B. Discrepancies between the multiplication of units and unit prices will be resolved in favor of unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. ' C. The contract will be awarded to the responsible bidder submitting the lowest total for all bid items and bid schedules selected by the OWNER, complying with the plans, specifications, and conditions of the Contract Documents. The bidder to whom the award is made will be notified at G \PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.docx 2-4 1 1 the earliest practicable date. The OWNER reserves the right to reject any and all bids and to waive any informalities in bids received whenever such rejections or waivers are in the interest of the OWNER. 1. If bid alternates are identified in the bid form, it is the OWNER's intent to accept alternatives in the order in which they are listed in the bid form; however, OWNER may choose to accept them in any order or combination. The Bidder is forewarned that budget limitations may require deletion of items, alternatives, or portion of a Schedule or an entire Schedule. D. 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. E. 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. F. An award may not be made unless sufficient funding is available. G. If individual or multiple contracts are to be awarded, OWNER will give the Successful Bidder(s) a Notice of Award within 90 days after the date of the bid opening. 1. No award can be made until the FAA has reviewed and approved the OWNER's recommendation of award. 2. The Notice of Award will become effective once the OWNER has received and executed the FAA Grant offer required to finance the Project, and the FAA has approved the execution of the Grant offer acceptance. 3. Receipt and execution of the FAA Grant may take place later than 90 days following the bid opening. Should this occur it will not invalidate the award of the contract which may have been previously executed. 4. OWNER may issue a Notice of Award with additional conditions identified as appropriate. Conditions shall be clearly stated on the Notice of Award. Conditions may include the deletion of item(s) of a Schedule or an entire Schedule. 5. If the OWNER deems it is in its best interest, it may, on refusal or failure of the Successful Bidder to execute the contract, award it to the second lowest responsive Bidder. If the second lower responsive Bidder fails or refuses to execute the contract, the OWNER may likewise award it to the next lowest responsive Bidder. H. On the failure or refusal of the second or next lowest responsive Bidders to execute a contract, their Bid Security shall be likewise forfeited. I. The OWNER may determine it is in its best interest to cancel the award process and rebid the project and retain any forfeited Bid Security. J. The OWNER's administrative costs may be used as a factor in the evaluation of bids and determination of award. G \ PROJECTS \ 2011 \1105512014 -02 -06 Snowsweeper Canner Vehicle Spec dote 2 -5 16. 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. 17. 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 statement entitled "Bidders Statement on Previous Contracts Subject to EEO Clause ", as contained in . the bid proposal. In addition: Please see Bidders Statement that has been included in the Supporting documentation section of Team Eagle Inc's response. 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. ' 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. G. \ PROJECTS \2011 \11055\2014 -02 -06 Snowsweeper Corner Vehicle Spec docx 2 -6 1 Team Eagle Inc. is an Equal Opportunity Employer. 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: 1 "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 Team Eagle Inc. currently has 11 employees that are located in the Pacific WA and Tilton NH. 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). 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 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. Please see the Bid Bond that is included in our response. 18. SUBCONTRACTORS No subcontractors are being utilized for this project. The bidders are required to list the name and address of its electrical subcontractor and of 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; G \PROJECTS\2011 \1105512014 -02 -06 Snowsweeper Carrier Vehicle Spec docx 2 -7 1 1 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. 19. INSURANCE REQUIREMENTS Insurance Certificates will be provided upon award. ' 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 I 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: ' • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers; • City of Yakima, its employees, agents, elected and appointed officials; • Huibregtse, Louman Associates, Inc. (HLA) ' The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the CONTRACTOR, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the CONTRACTOR are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the CONTRACTOR describes limits lower than those maintained by the CONTRACTOR. ' 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 an 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. G:\PROJECTS\ 2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec docx 2 -8 1 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. 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 sub - contractors. , 20. BID SCHEDULE Yakima Air Terminal, A.I.P. 3 -53- 0089 -33, Snowsweeper with Carrier Vehicle Procurement ' The Contractor's Bid Proposal shall include his bid to complete all work identified in the Contract Documents. The Bid Schedule of Items and Prices includes: Schedule A Snowsweeper with Carrier Vehicle Schedule B Wafers 21. SPECIAL LEGAL REQUIREMENTS One Bid Schedule is included in the bid titled as follows: ' 1. A "Responsive" Bidder shall submit the required bid security, all of the documents and information identified: Instructions to Bidders and the documentation and illustrative descriptions identified in the technical specifications to be submitted with the bid. Failure to supply all required documents shall result in the bid being deemed nonresponsive. 2. It is the OWNER's desire and intent to award all schedules for which adequate funding is available to the "Successful Bidder." The CONTRACTOR is forewarned that Budget Limitations may prevent the award of one or more of the Schedules and /or require the deletion of items or portions of the work scope of a given Schedule. 3. The "Successful Bidder" for the purpose of subsequent negotiations, if necessary, will be the responsive Bidder who submits the total of the low bid for the work to be awarded; which is expected to be all schedules based on availability of funding. 4. The OWNER reserves the right to delete all or a portion of the individual Schedule(s) for budget, schedule or other circumstances and select those Schedules or portions thereof which the OWNER, at his sole discretion determines to be to the benefit of the project. 5. The Bidder /Offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared 41 1 G \PROJECTS\2011\11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec doce 2 -9 1 I ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder /Offeror /Contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation /proposal. 6. The OWNER requires documentation of certification or documentation for Good Faith Effort, in I accordance with the requirements and procedures of 49 CFR 26, of DBE's proposed for participation in the project at the time of bid submittal. Pre - certification is therefore a requirement of firms wishing to participate as DBEs in this FAA - assisted contract. Team Eagle Inc. will not be participating as a DBE. I 7. Nothing in this restriction is to be construed to prohibit or discourage the CONTRACTOR from increasing the number or amount of DBE subcontractors participating on the project. 1 8. Do not count work performed by DBE firms on ineligible (no FAA funding participation) contract items toward DBE participation on FAA eligible portions of the project. Project work items and /or schedules that are not eligible for AIP participation (FAA grant funding participation) are not subject to DBE requirements and /or goals. Amounts expended for DBE subcontracts on project I work items and /or schedules that are not eligible for ,AIP participation will not count toward DBE participation. DBE subcontract amounts will count toward DBE participation only if performed on project work items and /or schedules that are identified as eligible under the AIP grant. I 9. Contractors and subcontractors agree 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; I 10. Contractors and subcontractors agree 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 b Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 11. That a condition for the award of this contract, the CONTRACTOR or subcontractor will notify the I 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; I 12. Contractors and subcontractors agree to include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 22. WAGE RATES N/A I This project includes Federal funds and is subject to the provisions of the Washington State Public Works Law and the 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 I 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. I 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. 1 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 G .\PROJECTS\2011 \1105512014 -02 -06 Snowsweeper Garner Vehicle Spec docx 2-10 I 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. BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS (JANUARY 1991) Refer to Federal Clauses — Section 8 "By submission or bid, contractor certifies compliance with Federal Clause Requirements." 24. TRADE RESTRICTION CLAUSE Refer to Federal Clauses — Section 8 "By submission or bid, contractor certifies compliance with Federal Clause Requirements." 25. COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS ' The Yakima Air Terminal, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d -4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 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. 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. G \PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.docx 2-11 1 I 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. ' 26. CIVIL RIGHTS — TITLE IV ASSURANCES Refer to Federal Clauses — Section 8 ' "By submission or bid, contractor certifies compliance with Federal Clause Requirements." 27. BID PROTESTS I 1. Role of the Sponsor (OWNER). Under Title 49 CFR, Part 18.36, the OWNER will develop protest procedures to handle and resolve disputes relating to their procurements and shall, in all instances, disclose information regarding the protest to FAA. The OWNER is responsible for all procurement actions to be accomplished in accordance with its established procedures including ' the handling of complaints and protests. 2. Role of FAA. FAA's role is limited to a review of the protest for violations of Federal law or regulations and violations of the OWNER's protest procedures if the Bidder subsequently appeals for FAA. A protestor must exhaust all administrative remedies with the OWNER before pursuing an appeal with FAA. 3. Defects in Bid Solicitation. A. If a prospective Bidder formally protests the procurement on the grounds that the bid solicitation is defective, it is the responsibility of the Bidder to notify the OWNER in writing, to be received at least three (3) business days before the date and time upon which bids are scheduled to be opened, about what aspects of the solicitation the Bidder is protesting. The bid opening may be delayed, if necessary, until the protest is satisfied (including rejection) or to allow time for the OWNER to issue an addendum, as appropriate. B. If a protest of this nature is made after bid opening, the OWNER may reject the protest without action. ' 4. Improper Evaluation of Bids. Protests pertaining to an improperly disqualified Bidder or the OWNER's failure to disqualify the apparent low Bidder for a defective bid shall be submitted to the OWNER in writing within seven (7) calendar days of the date of transmittal of the notice of disqualification, setting forth in such response the express reason or reasons that the award decision is in error. Thereafter, staying performance of any procurement until after addressing the contentions raised by the objecting bidder, the OWNER shall review its decision and determine whether to affirm its prior award, modify the award, or choose to re -bid, setting forth its reason or reasons therefor. After completion of the review process, the political subdivision may proceed as it deems to be in the public interest. G \ PROJECTS\ 2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.docx 2-12 1 SECTION 3 - BID PACKAGE 1 1 1 G \PRCJECT52011 \11055\2014 -02 -06 Snowsweeper Corner Vehicle Spec Does 3 -0 1 1 1 1 1 1 I 1 • • 1 SECTION 3 - BID PACKAGE 1 1 I 1 1 1 • i I ' G :PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carver Vehicle Spec.Dorx 3-0 I le BIDDERS CHECKLIST This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. Bidders' submittals shall include, but are not limited to, the following: Checked II 1. Proposal (BID) Fully Executed J 2. Bidder's Bond or other Security (5 %) Nt I 3. Power of Attorney for Surety's Agent J to execute Bidder's Bond I 4. Acknowledgment of Addenda (on Proposal) 11 5. Disadvantaged Business Enterprise Utilization J Not participating as a DBE 6. Letter of Intent (DBE Utilization) _ / Not participating as a DBE I 7. Surety J ' 8. List of Subcontractors J No subcontractors 9. Non - Collusion Affidavit V I 10. Evidence of Competency and Evidence of Financial Responsibility, as per Section 20 -02 of the General Provisions 11. E- Verify J 12. Buy American Certificate 11 I I I I I I I IP G. \ PROJECTS \2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docc 3 -1 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 equipment, 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. Bidder accepts all the terms and conditions of the Instructions to Bidders. This Bid will remain open for 90 days after the day of Bid Opening. BIDDER will sign the Agreement and Submit other documents required by the Contract Documents within 15 days after the date of OWNER's Notice of Award. 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. ' 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 based on the combined total of all bid items and bid schedules selected by the contracted agency. The selection of bid schedules and bid items shall be at the sole discretion of the contracting agency and in the best interest of the Yakima Air Terminal. The contract will be awarded on the basis of the total of all bid schedules and bid items accepted by the Contracting Agency. 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: Yes, Team Eagle Inc. can meet the 290 days ARO. A firm delivery date will be provided upon award. The Bidder agrees to begin work within ten (10) calendar days after the date of the Owner's written notice to proceed and be able to deliver to the point of delivery designated by the OWNER, commissioned and ready for OWNER's acceptance on or before 290 calendar days after the effective date of the Contract. If not, the Bidder proposes to deliver no later than the following date n/a . If an earlier date can be achieved, identify the proposed date n/a 1 G \ PROJECTS \ 2011 \11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docc 3 -2 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 by forfeiture of the bid bond and at an amount of $300.00 per day. UNIT PRICES: The undersigned, having carefully examined the Project Specifications, Schedules, and other documents; 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 Snowsweeper with Carrier Vehicle Procurement, complete in place, and in full working order, for the following lump sum and /or unit prices: 1 I b t r I G 1PROJECTS1201111105512014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 3-3 I UNIT PRICE BID PROPOSAL CITY OF YAKIMA YAKIMA AIR TERMINAL 4 Snowsweeper with Carrier Vehicle A.I.P. NO. 3 -53- 0089 -33 HLA PROJECT NO. 11055 I (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 ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT I NO. DOLLARS -CTS DOLLARS -CTS BID SCHEDULE A 1 Snowsweeper with Carrier Vehicle LS 1 X 465,827.00 = I 465,827.00 SUBTOTAL BID SCHEDULE A 465,827.00 ✓ WASHINGTON STATE SALES TAX 8.2% 38,197.81 BID SCHEDULE A TOTAL 504,024.81 / I ITEM ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT I NO. DOLLARS -CTS DOLLARS -CTS BID SCHEDULE B I 1 Set of Brush Wafers (Additional) LS 1 X I 5,235.00, = 5.235.00 SUBTOTAL BID SCHEDULE B 5235.00 WASHINGTON STATE SALES TAX 8.2% 429.27 d BID SCHEDULE B TOTAL 5.664.27 r //� �--) I Acktneilzacy fl2,�.e 1 'ej c • -i" � 6�o IL:-) ; .1 A �� .,�c� ` I A i 5/17/ y C,e-IC 1 0,74, ,}.5 ty I 41 3 3 )-S iy I ..� 1 t k I PI i .,...a I 4 1 7 G \PROJECTS\2�1 4Q 0(1.141Wer'ows ee rCarrhiJceo 3-4 1 CITY OF YAKIMA PROPOSAL ' YAKIMA AIR TERMINAL Snowsweeper with Carrier Vehicle AIP Project No. 3 -53- 0089 -33 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 El IN THE AMOUNT OF approximately twenty five thousand CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($25,o°° a PAYABLE TO THE STATE TREASURER PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID SIGNATURE 0 ORIZED OFFICIALS PRINTED NAME AND TITLE ' Trevor Winn Chief Financial Officer SUBMITTED ON (DATE): March 18, 2014 MAILING ADDRESS: 828 Valentine Ave, PO Box 154, Pacific WA 98047 TELEPHONE: 877 - 835 -7171 r STATE OF WASHINGTON CONTRACTOR'S LICENSE NUMBER: 603053169- UBI FEDERAL ID NO. 46- 0524681 ' FAX NO.: 253- 891 -1632 1 r I G \PROJECTS12 01 111 1 0 5 5\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 3-5 BID BOND KNOW ALL MEN BY THESE PRESENTS, that hereinafter called the PRINCIPAL, and , a corporation duly organized under the laws of the State of , having its principal place of business at , in the State of , and authorized to do business in the State of Washington, as SURETY, are held and firmly bound unto the YAKIMA AIR TERMINAL, an agency of the City of Yakima hereinafter called the OBLIGEE, in the penal sum of dollars ($ ), for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS BOND ARE SUCH that, whereas the PRINCIPAL herein is herewith submitting his or its bid proposal for Yakima Air Terminal, Snowsweeper with Courier Vehicle, said bid proposal, by reference thereto, being hereby made a part hereof. NOW, THEREFORE, if the said bid proposal submitted by the said PRINCIPAL be accepted, and the contract be awarded to said PRINCIPAL, and if the said PRINCIPAL shall execute the proposed contract and shall furnish such performance and payment bonds as required by the bidding and Contract Documents within the time fixed by said documents, then this obligation shall be void; if the PRINCIPAL shall fail to execute the proposed contract and furnish said bond, the SURETY hereby agrees to pay to the OBLIGEE the penal sum as liquidated damages. Signed and sealed this day of , 2014. Principal ' 01.\/ By Surety By Attorney -in -Fact (A certified copy of the agents power -of- attorney must be attached hereto.) S Pl ease see on i- �t (Catch i n res P orur. r I G.\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 3 -6 TEAM EAGLE INC. Page 1 of 1 1 4,,,,, f ,90, MU 01 WASKPONCEki 1 Department of Labor & Industries III Certificate of Workers' Compensation Coverage I April 4, 2014 WA UBI No. 603 053 169 L &I Account ID ' 202,441 -00 i Legal Business Name TEAM EAGLE INC. i I Doing Business As TEAM EAGLE INC i Workers' Comp Premium Status: Account is current. I j Estimated Workers Reported Quarter 4 of Year 2013 "4 to 6 (See Description Below) Workers" I Account Representative T1 / BREANN OLSEN (360)902 -4802 - 1 lb i ; Licensed Contractor? - Email: OLSA235 @Ini.wa.gov No I What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 I hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. I 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 I no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). I I I P 1 https://secure. lni.wa.gov/verify/Detail s/liabilityCertificate.aspx?UBI=603053169&SAW=F a... 4/4/2014 TEAM EAGLE INC. I Page 1 of 1 I 0 Washington State Department of Labor & Industries I TEAM EAGLE INC. ' Owner or tradesperson 828 VALENTINE AVE SE STE D STEPHEN MCKEOWN PACIFIC, WA 98047 -2152 Doing business as TEAM EAGLE INC WA UBI No. Governing persons ' 603 053 169 STEPHEN LYLE MCKEOWN TREVOR ANDREW WINN; I I Workers' comp I 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 is current.. 202,441 -00 I Doing business as TEAM EAGLE INC Estimated workers reported Quarter 4 of Year 2013 "4 to 6 Workers" L &1 account representative T1 I BREANN OLSEN (360)902 -4802 - Email: OLSA235 @Ini.wa.gov Workplace safety and health No inspections during the previous 6 year period. I O Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. G; Access Washington' L' z:,xp ref. @Pflmmt 1Vi{^ :ca t§ 1 https: // secure ? — 3 1AW =False 4/4/2014 S.lxu.wa.gov /venfy/Detail.aspx .UBI -60305 169& � System for Award Page 1 of 1 � TEAM EAGLE INC, 828 VALENTINE AVE DUNS: 961782559 �GsCm�u,xn pmzpC, WA, sv04,-215z. ! Status: Active umnrms��s Entity Overview Entity Informatio . ! Name: TEAM EAGLE INC. i Business Type: Business or Organization ! | mC Name: Samantha Ba"m^ou, ! � Registration Status: Active . / Activation Date: 07/29/2013 . Expiration Date: 07/29/2014 -------- Active Exclusion Records? No • ' ! • | . | 1 �� —~ | ' / �� L_____-_--_--'_'__---'-__--- --'--------�--------- - --------------------� SAM /System for Award Management to IBM v1.1624.20140326 �� � � mv��m/v,an m�/,ap�ao/o�s�"�m=nm° system. � ~ USA,,mm system constitutes consent to monitoring at all times osaaam_.e^ https://www.sam.gov/portal/public/SAM/?portal:componentId=8db50911-8037-43be-879 4/4/2014 _ ��' Home Page , Page 1 of 1 f I Washington State Office of A� 3 & WOMEN'S Business Enterprises BASIC SEARCH DIRECTIONS I Step 1: Select or Enter Search Terms Step 2: Press the "Search" Button Near Bottom of Screen I Search by Business Name or Description of Work Business Name ! I 0 Starts With °Contains Description of Work Keyword IF 1 ()Starts With lOContain I Search by NAICS Code _ NAICS Code website Ira ICS Code NAICS Code Description I (S earch By Owner Owner Name Search By UBI I I U81 Number 603053169 \ O.X tiQ i Search By location 1 City 1 State ftseiect an Option]] Zip Code I !County [Select an Option] vi III Search By Certification Type Certification Type [Select an Option] -7=7:T1 I Search (Clear Search Form Search Results . I INo Data matches the search criteria I I I I 1 I I P 1 . http: / /wsdot.wa.gov /Partners /OMWBE/DBEDirectory/ 4/4/2014 f BID BOND KNOW ALL MEN BY THESE PRESENTS, that Team Eagle Ltd. , hereinafter called the PRINCIPAL, and Fidelity and Deposit Company of Maryland • , a corporation duly organized under the laws of the State of Maryland , having its principal place of I business at Baltimore , in the State of Maryland and authorized to do business in the State of Washington, as SURETY, are held and firmly bound unto the YAKIMA AIR TERMINAL, an agency of the City of Yakima hereinafter called the OBLIGEE, in the penal sum of Five Percent of Bid Amount dollars ($5% of Bid Amount ), for the I payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS BOND ARE SUCH that, whereas the PRINCIPAL herein is herewith I submitting his or its bid proposal for Yakima Air Terminal, Snowsweeper with Courier Vehicle, said bid proposal, by reference thereto, being hereby.made a part hereof. I NOW, THEREFORE, if the said bid proposal submitted by the said PRINCIPAL be accepted, and the contract be awarded to said PRINCIPAL, and if the said PRINCIPAL shall execute the proposed contract and shall furnish such performance and payment bonds as required by the bidding and Contract Documents within the time fixed by said documents, then this obligation shall be void; if the PRINCIPAL I shall fail to execute the proposed contract and furnish said bond, the SURETY hereby agrees to pay to the OBLIGEE the penal sum as liquidated damages. Signed and sealed this 17th day of March , 2014. Team Eagle d. Principal b By Tn or Winn, Chief Financial Officer Fidelity and Deposit Company of Maryland • I • . Surety . • ' By Attorney n -Fact Lucy A. Hantz .• 1 I (A certified copy of the agent's power -of- attorney must be attached hereto.) I I I P . G:IPROJECTS12p1111105512014 -02-05 Snowaweepar Carrier Vehicle Spee.Cocx 3-6 I ZURICH AMERICAN INSURANCEE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY I AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by JAMES M. CARROLL, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel J. SAPIRO, Daniel J. KWIECINSKI, Wendy S. MILLER, Kathleen A. CRARY, Tracy K. I MATTHEWS, Cathy HUTSON, Lisa M. SLAKES and Lucy A. HANTZSCH, all of Milwaukee, Wisconsin, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected I officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper I persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 29th day of January, A.D. 2013. I - ATTEST: • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY b FIDELITY AND DEPOSIT COMPANY OF MARYLAND ti G w 'P 1111•10 46 . usu s : r „_ in: a:m: ' SEAL l' ..M.,7 - uw a :x ;o: . ,r i t, j i' ! 4A'C42-- ( 1 `Y BY A ssistant Secretary Vice President Eric D. Barnes James M. Carroll • I State of Maryland City of Baltimore On this 29th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, JAMES M. I CARROLL, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. 111 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. C , ti , .` f ; / II l \11,∎N` , Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 I POA -F 184 -6514C ....,•, EXTRACT FROM BY -LAWS OF THE COMPANIES 4 "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such I attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN I CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. I This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of I May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. •' IN� I'IMONY WHERE F, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this / — day /✓ / , 20 ' of S/. w a DtIO,p, dG;N f r,,,_/ (PC:S:141416t a la • i3 ON r i -y =t • 03 n" .4? 1U 5 tQQ9 * 0e � ,fir I 1 1 . 71.6L . , , 1 ir +;/ Geoffrey Delisio, Vice President I Il I I 4/4/2014 vw.w.insurance.wa.g ov/consumertool Nt/C ompany/C ompanyProfi I e.aspOWAOIC =442 A Search > FIDELITY & DEPOSIT COMPANY OF MARYLAND FIDELITY & DEPOSIT COMPANY OF MARYLAND ‘11 I General I Contac:t I l_icerisina I I Complaints I Orders I National Info I Ratings .Back to Search . .. . General information Contact information I Name: FIDELITY & DEPOSIT COMPANY OF Registered address 600 Red Brook Blvd Mailing address MARYLAND 1400 AMERICAN LN,TWR 1, Corporate family group: ZURICH INS Owings Mills„ MD 21211 19TH F qp.f SCHAUMBURG, IL 60196-1056 1 w ,s tt,.? Organization type: PROPERTY Telephone Telephone 410-539-0800 WAOIC: 442 410-539-0800 I NAIC: 39306 Status: ACTIVE I Admitted date: 07/27/1895 Ownership type: STOCK I '''.‘ PPkt!?...toP. Types of coverage authorized to sell ID Insurance types . .. . Casualty :• Marine .... I Ocean Marine • ;Property • 1Surety I Vehicle , c-V t ..top. I Agents '. and agencies that represent this company (Appointments) I View agents View agencies - t?05_ t9 Company complaint history I View complaints I . I Disciplinary orders 2008-2014 1 110 Year Order Number .. . . 2013 13-0223 .„. ....... Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including i enforcement orders, administrative orders, and general orders. I. http://www.i nsurance.wa.g ov/consumertooll+i t/C ompany/CompanyProfi I e.aspOWAOIC=442 1/2 4/4/2014 www .insurance.wa.gov/consumertooIF t/ Company /CompanyProfile.aspX?WAOIC =442 t ack to top ................. . 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. p back to top Ratings by financial organizations 9 Y 9 The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Ratings ............................... Group Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings ' tac to cop 1 1 t http://www.insurance.wa.g ov /consumertool ldt/CompanylCompanyProfi I e. aspX?WAOI C =442 212 ' I 4/3/2014 Listing of Certified Companies: Surety Bonds: Programs and Systems: Bureau of the Fiscal Service UNDERWRITING LIMITATION b/: $1,262,813,000. 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, VI, WA, WV, WI, WY. INCORPORATED IN: Indiana. FEDERATED MUTUAL INSURANCE COMPANY (NAIC #13935) BUSINESS ADDRESS: 121 EAST PARK SQUARE, OWATONNA, MN 55060. PHONE: (507) 455- ' 5200. UNDERWRITING LIMITATION b/: $236,544,000. 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, r, � .••••■TED IN: •.•, _ . ' Fidelity and Deposit Company of Maryland (NAIC #39 9 6 BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH LOOR, SCHAUMBURG, IL 6019: - 1056. PHONE: (847) 605 -6000. UNDERWRITING LIMITATION b/: $16,058,000. 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, VI, WA, WV, W WY. INCORPORATED IN: Marylan.. ' 9 1 AND GUARANTY INSU • : o • ANY (NAIC ° • 386) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. = e►E: (651) 311 911. UNDERWRITING LIMITATION b/: $1,926,000. 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: Iowa. Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) ' BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310 -7911. UNDERWRITING LIMITATION b/: $9,921,000. 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: Wisconsin. Fidelity National Property and Casualty Insurance Company (NAIC #16578) BUSINESS ADDRESS: P. 0. Box 45126, Jacksonville, FL 32232 - 5126. PHONE: (800) 849 - ' 11111 6140. UNDERWRITING LIMITATION b/: $10,461,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CO, CT, 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. ' Financial Casualty & Surety, Inc. (NIAIC #35009) BUSINESS ADDRESS: 3131 Eastside, Suite 600, Houston, TX 77098. PHONE: (800) 392- 1604. UNDERWRITING LIMITATION b/: $1,200,000. SURETY LICENSES c,f /: AZ, CA, CT, DE, ' FL, ID, IN, IA, KS, LA, MD, MI, MN, MS, MT, NV, NJ, NY, NC, ND, OH, PA, SC, TN, TX, UT, VT, WA, WV. INCORPORATED IN: Texas. Financial Pacific Insurance Company (NAIC #31453) ' BUSINESS ADDRESS: P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399- 5700. UNDERWRITING LIMITATION b/: $8,438,000. SURETY LICENSES c,f /: AK, AZ, AR, CA, CO, ID, KS, MO, MT, NE, NV, NM, ND, OK, OR, SD, UT, WA, WI. INCORPORATED IN: California. ' Fireman's Fund Insurance Company (NAIC #21873) BUSINESS ADDRESS: 777 San Mann Drive, Novato, CA 94998. PHONE: (415) 899 -2000. UNDERWRITING LIMITATION b/: $244,098,000. 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, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: California. ' First Founders Assurance Company (NAIC #12150) BUSINESS ADDRESS: 6 Mill Ridge Lane, Chester, NJ 07930 - 2486. PHONE: (908) 879 -0990. UNDERWRITING LIMITATION b/: $341,000. SURETY LICENSES c,f /: NJ. INCORPORATED IN: New Jersey. ' First Insurance Company of Hawaii, Ltd. (NAIC #41742) BUSINESS ADDRESS: P.O. Box 2866, Honolulu, HI 96803. PHONE: (808) 527 -7777. UNDERWRITING LIMITATION b/: $28,690,000. SURETY LICENSES c,f /: GU, HI. INCORPORATED IN: Hawaii. First Liberty Insurance Corporation (The) (NAIC #33588) BUSINESS ADDRESS: 2815 Forbs Avenue, Suite 200, Hoffman Estates, IL 60192. PHONE: I (617) 357 -9500. UNDERWRITING LIMITATION b/: $2,091,000. 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, http: //www.fms.treas.g ov/c570 /c570_a- z.html 9/25 City of Yakima YAKIMA AIR TERMINAL SNOWSWEEPER WITH CARRIER VEHICLE ' A.I.P. PROJECT NO. 3- 53- 0089 -33 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): Team Eagle Inc. Is not participating as a DBE. The Bidder is committed to a minimum of 4.3% DBE utilization on this project. Ni The Bidder (if unable to meet the goal of 4_3% DBE) is committed to a minimum of 0 % DBE utilization on this project and has submitted documentation showing good faith effort. ' Contractor: gle Inc. By: t Chief Financial Officer ignature Title Address: 828 Valentine Ave, PO Box 154, Pacific, WA Phone Number: 877 - 835 -7171 _ Zip Code: 98047 G:WROJECTSQ2011 \11055%2014 -02-00 Snowsweeper Carrier Vehicle Spec Docx 3 -7 1 LETTER OF INTENT J Name of Bidder's Firm: Team Eagle Inc. Bidder's Address: 828 Valentine Ave, PO Box 154 City: Pacific State: WA Zip: 98047 ' Telephone (Including Area Code): ( R77) 835 -7171 Name of DBE Firm: N/A Address: City: State: Zip: ' Telephone (Including Area Code): ( Description of work to be performed by DBE Firm: ' Team Eagle Inc. is not participating as a DBE. Bidder intends to utilize the above -named disadvantaged firm for the work described above. The estimated amount of work is valued at $ N/A 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.) ' 1 G \ PROJECTS \ 2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 3 -8 Team Eagle Inc. is not participating as a DBE. N/A 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 Certified Age GRS* Performs DBE of (Y or N) Firm 1 - - NI& • 1 - r - - 1 - - ' Mote: 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, as defined in the recipient's DBE plan. r w *GR -- r- /Arinual Gross Receipts - •Ente i 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 IPROJECTS1201111105512014 -02 -06 Snowsweeper Garner Vehicle Spec.Docx 3 -9 I SURETY: If the Bidder is awarded a construction contract on this proposal, the surety who provides the "Performance Bond" and ''Payment Bond" will be Fidelity and Deposit Company of Maryland , whose address is 600 Red Brook Blvd, Owings Mills, MD 21117 BIDDER: The Name of the bidder submitting this proposal is Team Eagle Inc. doing business at 828 Valentine Avenue, PO Box 154, Pacific, WA 98047 , 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: Steve McKeown CEO /President Trevor Winn Chief Financial Officer/Treasurer /Secretary (If Sole Proprietor or Partnership) 1 In witness hereto the undersigned has set his (its) hand this day of , 2014. Signature of Bidder Title Bidder (if corporation) I In witness whereof the undersigned corporation has caused this instrument to be executed by it's duly authorized officers this 17th day of March , 2014. Team Eagle Inc. Name of Corporation By ! . - . I�L'! ?• < _ reside BY 1 Secreta 1 G \ PROJECTS\ 2011\ 11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 3 -10 1 NON - COLLUSION AFFIDAVIT f',--, v. !r J d .0.--q y 7 l w ». ss. NON COLLUSION AFFIDAVIT COUNTY OF 4;,-,:;%-44, I 11�I1 5 0 .47„ , .., - ,+j - ..a.... .e.5n_,,, /0 0 r , being first duly sworn, I 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 I manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. I (Contractor's Signature) I I Signed and sworn to (or affirmed) bef on _ °261 ,.. ;x °b ID h.),0 . 0 .)- 7.1 .. /3 e e.1-A" :...- w ...1. No y ublic _ . " / 7 1 jr i < _ t Ippointment Expires = _, v I I I I I G: \PROJECTS\2011 \1105512014 -02 -06 Snowsweeper Camer Vehicle Spec Docx 3 -1 1 NON - COLLUSION AFFIDAVIT ' STATE OF WASHINGTON ss. NON - COLLUSION AFFIDAVIT COUNTY OF ) ' Trevor Winn, on behalf of Team Eagle Inc. , 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. (Contractor's Signature) jr � \V Signed and sworn\ to (or affirme• before me on _ , 2014, by ' Notary Public My Appointment Expires OJl 1p I I I I I G \PROJECTS20N\ 11055\ 2014 -02 -06 Snowsweeper Career Vehicle Spec.Docx 3 -11 1 CITY OF YAKIMA YAKIMA AIR TERMINAL SNOWSWEEPER WITH CARRIER VEHICLE PROCUREMENT A.I.P. PROJECT NO. 3 -53- 0089 -33 1 BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE The Bidder (Proposer) has ❑ has not participated in a previous contract subject to the 1 nondiscrimination clause prescribed by Section 202 of Executive Order No. 11246 dated September 24, 1965. The Bidder (Proposer) has ❑ has note/ submitted compliance reports in connection with any such I contract as required by applicable 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. Trevor Winn, jalkuincial Officer 1 Name & Titl- .f Saner (PI _-se Type) AN. Signature March 18, 2014 Date 1 1 i 1 1 1 1 1 G \PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Doce 3-12 1 J I I D ',C A lgi/' \II E ` +> Co mpliance with Immigration and Naturalization Act 1 `_y I 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 I the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. I 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 I 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. I E- VERIFY COMPLIANCE DECLARATION I 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 ID 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 I 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. I 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 I suspension of this contract. Firm Name: Team Eagle In _ I Dated this 1 day o M rch , 20 14 4. I Signature: V\ _ Printed Name: Trevor Winn _ I Address: 828 Valentine Ave, PO Box 154, Pacific, WA 98047 Phone #: 877 -835 -7171 Email Address: trevorw@team-eagle.ca I Homeland Security's Web Address is: http: / /www.dhs.gov /e- verify 1" Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2 " Street, Yakima, WA 98901, faxed to 509 -576 -6394 or scanned and emailed to sownby @ci.yakima.wa.us I Buy America Certification (Title 49 U.S.C. Section 50101) t PROJECT NAME: Snowsweeper with Carrier Vehicle- equipment only AIRPORT NAME: Yakima Air Terminal I AIP NUMBER: 3 -53- 0089 -33 This solicitation and any resulting contract are subject to the Buy America requirements of 49 U.S.C. Section 50101. I The bidder certifies it and all associated subcontractors will comply with the Buy American preferences established under Title 49 U.S.C. Section 50101 as follows: U.S.C. Section 50101 - Buying goods produced in the United States (a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to carry out section t 106(k), 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title for a project only if steel and manufactured goods used in the project are produced in the United States. (b) Waiver. - The Secretary may waive subsection (a) of this section if the Secretary finds that - 1 (1) Applying subsection (a) would be inconsistent with the public interest; (2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are not of a satisfactory quality; I (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title - A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost I of all components of the facility or equipment; and B. Final assembly of the facility or equipment has occurred in the United States; or (4) Including domestic material will increase the cost of the overall project by more than 25 percent. (c) Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating the cost of il components. Please note that approval of waivers listed under (b) (1) & (2) above, can only be approved by the FAA Office of I Airports in Washington DC and approval is rare. Waivers listed under (b) (3) & (4) may be approved by FAA Regional or District Offices. A listing of Equipment and Products that have been approved and on the national waiver list may be located at: http: / /www.faa.gov/ airports /aip/ procurement /federal_ contract_ provisions /media /buy_american_ waiver.xls I As a matter of bid responsiveness, the bidder or offeror must complete and submit this certification with their bid proposal. The bidder must sign and date the certification. The bidder /offeror must indicate how they propose to comply with the Buy America provision by selecting one of the following certification statements. I _... 1i he bidder hereby certifies that it will comply with Title 49 U.S.0 Section 50101(a) by only installing steel and manufactured products produced in the United States of America. The bidder further agrees that if chosen as the apparent low bid, it will submit I documentation to the owner that demonstrate all steel and manufactured products are 100% manufactured in the United States. 12( The bidder hereby certifies that it cannot fully comply with the Buy America preferences of Title 49 U.S.0 Section 50101(a); the bidder therefore requests a waiver per Title 49 U.S.0 Section I 50101(b). The bidder further agrees that upon notification from the Owner, the bidder identified with the apparent low bid agrees to prepare and submit a waiver request and component calculation information to the owner within calendar days of the date of the notice of I apparent low bid. Team Eagle I March 18, 2014 Bidder' ' Name - Date I Signature II I 6 \PROJECTSQ011 \11055\ 2014-02 -06 Snowsweeper Garner Vehicle Spec.Docx 3 -14 I I III Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) I For Equipment and Vehicles (ARFF and SRE) Procured under the Airport Improvement Program I Type of Waiver Request: The bidder may request a waiver subject to the provisions of Section 50101 (b)(1), Section 50101 (b)(2), Section 50101(b)(3) or Section 50101(b)(4). The Owner's approval with of the bidders request is I contingent upon Federal Aviation Administration (FAA) approval with the waiver request. The bidder must select one of the following applicable waiver provisions: ❑ Section 50101(b)(1): Bidder hereby requests a waiver to Buy America preferences based upon Section I 50101(b)(1). Applying subsection 50101 (a) Preference, would be inconsistent with the public interest. (See approval level below). ❑ Section 50101(b)(2): Bidder hereby requests a waiver to Buy America preferences based upon Section 1 50101(b)(2). The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are not of a satisfactory quality. (See approval level below). d Section 50101(b)(3): Bidder hereby requests a waiver to Buy America preferences based upon Section I 50101(b)(3). The bidder further certifies % of: the cost of components and subcomponents comprising the facility are produced in the United States and that final assembly occurs with the United States. (Bidder must attach a copy of the component cost calculation table). I ❑ Section 50101(b)(4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4). The bidder asserts provision of domestic material increases the cost of the overall project by more than 25 %. III Certification Signature In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the above certification and atta • -. documentation. I Team Eagle March 17, 2014 B idder's F arn= Date Signature V ` ' I I I I I I" G 1PROJECTS120111 1 106512014 -02 -06 Snowsweeper Corner Vehicle Spec Docx 3 -15 1 DEBARMENT AND SUSPENSION (NON- PROCUREMENT). (Reference: 2 CFR part 180 (subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility) 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 in e individuals are available and qualified to perform the work to which the employment relates. TERMINATION OF CONTRACT — 49 CFR PART 18 (VERSION 1, 1/5/90) 1. 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 shall 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. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. 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 shall be liable to the sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the CONTRACTOR had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5. 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. 1 1 G \ PROJECTS \2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docc 3 -16 1 OM i OM ! - OM OM ! MN ! = MO ! i E - - ME Company Oshkosh Corporation Date: November 19, 2014 Andy Baus Point of Contact (Provide 3100 North McCarthy Road Customer Yakima, WA address, telephone, fax, Appleton, WI 54913 e -mail) 920- 749 -2217 abaus @airport.oshkoshcorp.com PRODUCT STRUCTURE Item: Oshkosh H- Chassis Multi -Level Bill of Materials FAA Item Number Not Provided through level 2 only Total Material Cost $431,450 Address of Final Assembly Location: US Content, % 1 86% 2307 Oregon Street Other, % 14% Oshkosh, WI 54902 US Origin* Other - Foreign Level Quantity Unit of Price /Unit Price /Unit Price /Unit of (0, 1, 2) Part Number Description Per Unit Measure of Measure of Measure Cost/Each Measure Cost/Each Frame 1 EA $52,100 EA $33,600 EA $18,500 Engine, Chassis 1 EA $61,200 EA $58,500 EA $2,700 Transmission 1 EA $27,300 EA $21,800 EA $5,500 Transfer Case 1 EA $25,400 EA $23,300 EA $2,100 Axles 1 EA $38,700 EA $36,200 EA $2,500 Brakes & Air System 1 EA $8,600 EA $7,650 EA $950 Tires 1 EA $8,300 EA $0 EA $8,300 Cab & Cab Equipment 1 EA $36,800 EA $34,100 EA $2,700 Electrical Systems 1 EA _ $9,550 EA $6,950 EA $2,600 Exterior Lighting 1 EA $4,200 EA $1,500 EA $2,700 Paint & Rustproofing 1 EA _ $3,800 _ EA $3,100 EA $700 Broom Aux Engine 1 EA $41,650 EA $37,200 EA $4,450 Broom Pump 2 EA $4,200 EA $0 EA $4,200 Broom Housing 1 EA $85,550 EA $85,550 EA $0 Broom Wafer Cores 2 EA $18,200 EA $17,000 EA $1,200 Broom Bristles 1 SET $5,900 EA $3,500 EA $2,400 Items Listed in Federal Acquisition Regulation Part 25.104 may be counted as US Origin, however should include note stating that item is exempt in 25.104 1 1 I 1 1 1 SECTION 4 - CONTRACT AND RELATED MATERIALS 1 1 1 1 1 A 111 G: W ROJECTS\2011 \11055\2014 -02.06 Snowsweeper Camer Vehicle Spec.Docx 4 -0 CONTRACT � This Contract, made and entered into this / day of �� , 201.4 by and between THE YAKIMA AIR TERMINAL, an agency of the City of Y!na, her called the "OWNER," and of7;401.1dgn, hereinafter called the "CONTRACTOR." WITNESSETH: 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: Yakima Air Terminal A.I.P. Project No. 3 -53- 0089 -33, Snowsweeper with Carrier Vehicle Procurement, to t_W extent f the proposal made by the CONTRACTOR and agreed to by the OWNER dated the ay of 2014, all in full compliance with the Contract Documents referred to herein. The I ,, Invi ion 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 cooper- ative 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 working days after the date of the OWNER's written 1 notice to proceed, as shown below. Selected by Owner Schedule Allowed Construction Time Schedule A 290 calendar days Schedule B End of Schedule A BIDDER accepts all of the terms and conditions of the Instruction to Bidders. This Bid will remain open for 90 days after the day of Bid Opening. Bidder will sign the Agreement and submit other documents required by the Contract Documents within 15 days after the date of OWNER'S Notice of Award. The place where the Equipment is to be delivered as defined in the Contract Documents is the point of delivery and designated as Yakima Air Terminal, Maintenance Building, Yakima, Washington. Article 1 CONTRACT TIME 1.1 The Equipment is to be delivered to the point of delivery, commissioned and ready for OWNER's acceptance on, or before 290 calendar days from the effective date of the Agreement. Work G: IPROJECTSI2011111055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 4-1 I encompassed by this Agreement as identified above shall be Complete and ready for Final 1 Payment, in accordance with the following: 1.2 All Shop Drawings and samples required by the Contract Documents shall be submitted to ENGINEER for review and approval. 1.3 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer if the equipment is not delivered at the point of delivery and ready for acceptance of delivery by OWNER before the time specified in paragraph 1.1 above, plus any extensions thereof allowed. They also recognize that the timely performance of services by other parties involved in proving in a legal or arbitration proceeding the actual loss suffered by the OWNER if the equipment is not delivered on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Three Hundred and 00/100 dollars ($300.00) for each day that expires after the time specified in Paragraph 1.1 for delivery of acceptable Goods. 1.4 Incurable Default. OWNER and CONTRACTOR recognize and agree that time is the essence of this Agreement. CONTRACTOR understands that OWNER intends to use the equipment for winter snow removal and in the event the equipment is not delivered within 30 days of the time specified in 1.1 above, plus any extensions thereof allowed, OWNER will be unable to arrange for alternatives and the safety and operational capacity of the Yakima Air Terminal will be at risk. 1 Therefore, in the event the equipment is not delivered at the point of delivery and ready for acceptance of delivery by OWNER with 290 days from the effective date of this Agreement, this Agreement and the Contract Documents shall be extinguished, cancelled, and of no force and ' effect and CONTRACTOR shall have not rights hereunder as if this Agreement and never been made. Article 2 CONTRACT PRICE OWNER shall pay CONTRACTOR for furnishing the equipment and for performing other services in accordance with the Contract Documents in current funds as follows: See copy of Bid (and attachments). Article 3 PAYMENT PROCEDURES ' CONTRACTOR shall submit Applications for Payment in accordance with the Contract Documents. 3.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price in ' accordance with the Contract Documents on the basis of CONTRACTOR's Applications for Payment as provided below. 3.1.1 Upon receipt of the first Application for Payment accompanied by the ENGINEER's recommendation of payment. OWNER shall pay to CONTRACTOR an amount equal to 95% of the Contract Price, less such amount as ENGINEER shall determine in accordance with the Contract Documents. 3.1.2 The CONTRACTOR is notified and accepts by execution of the Agreement, that progress payments may not be made for up to sixty (60) days from the date of receipt of the payment request by the OWNER. OWNER shall within (60) sixty days after receipt of each Application for Payment with ENGINEER's recommendation pay CONTRACTOR the amount recommended; but in the case of the Application for Payment upon OWNER's acceptance of delivery of the equipment, said (60) sixty day period may be extended for so long as is necessary for OWNER to examine the bill of sale and other documentation submitted therewith. OWNER shall notify CONTRACTOR promptly of any deficiency in the documentation and shall not unreasonably withhold payment. 3.2 Final Payment. Upon receipt of the final Application for Payment accompanied by ENGINEER'S recommendation of payment. OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER. If the Application and accompanying documentation are G:'PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 4 -2 appropriate as to form and substance, OWNER shall, within sixty days after receipt thereof, pay CONTRACTOR the amount recommended by the ENGINEER. 3.3 Payments to Subcontractors. The CONTRACTOR agrees to pay each subcontractor it contracts with to perform any portion of the work for satisfactory performance of its contract no later than 30 !, days from the receipt of each payment the CONTRACTOR receives from the OWNER. The CONTRACTOR agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the OWNER. This clause applies to both DBE and non -DBE subcontractors. Failure by the CONTRACTOR to carry out these requirements shall be a material breach of this Agreement. Article 4 CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations. 4.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents and has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by the ENGINEER is acceptable to the CONTRACTOR. 4.2 CONTRACTOR has familiarized himself with all local conditions and Federal, State and local laws, ordinances, rules and regulations that in any manner may affect cost, production and delivery of the equipment and other services in connection therewith. 4.3 CONTRACTOR does not require additional information from OWNER or ENGINEER to enable CONTRACTOR to furnish equipment and other services at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, but subject to CONTRACTOR'S right to request interpretations and clarifications. 4.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations and resolutions with the terms of the Contract Documents. 4.5 The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. 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 Agreement, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. 4.6 The CONTRACTOR will ensure that the following clause is placed in every subcontract to which the CONTRACTOR is a party: The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The CONTRACTOR shall carry out I 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 Agreement, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. 4.7 The CONTRACTOR agrees to make available to the OWNER the name, address, DBE /non -DBE status and age of firm of all subcontractors from whom they receive quotes. Article 5 MISCELLANEOUS 5.1 Terms used in this Agreement which are defined in the Contract Documents. 5.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; G:\PROJECTS\2011 \11055\2014 -02 -00 Snowsweeper Cartier Vehicle Spec.Docx 4-3 1 and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility ' under the Contract Documents. 5.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 5.4 The CONTRACTOR, in consideration of securing the business of constructing public works in this state, recognizing that the business in which he is engaged is of a transitory character, and that in the pursuit thereof, his property used therein may be without the state when taxes, excises, or license fees to which he is liable becomes payable, agrees: 5.4.1 To pay promptly when due all taxes, (other than on real property), excises and license fees due to the state, its subdivisions, and municipal and quasi - municipal corporations therein, accrued or accruing during the term to this Agreement, whether or not the same shall be payable at the end of such term; 5.4.2 That if the said taxes, excises, and license fees are not payable at the end of said term, but liability for the payment thereof exists, even though the same constitute liens upon his property, to secure the same to the satisfaction of the respective officers charged with the collection thereof: and 5.4.3 That, in the event of his default in the payment or securing of such taxes, excises, and license fees, to consent that the department, officer, board, or taxing unit entering into this Agreement may withhold from any payment due him hereunder the estimated amount of such accrued and accruing taxes, excises, and license fees for the benefit of all taxing units to which said CONTRACTOR is liable. Article 6 OTHER PROVISIONS 6.1 No work shall be authorized prior to the execution of the FAA Grant Offer and acceptance of the offer by the OWNER. 6.2 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. 1 I 1 G: \PROJECTS12011\11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 4-4 I IN WITNE S WHEREOF, we, the,oa ies thereto, each herewith subscribe the same this l 1 day of , 20'4.5 I OWNER: 1 CONTRACTOR: City of Y: • ima I : By i- I Title: City Manager Title _ C FO I Address: 6 Val eni I it Alt � ,s , Paci`fi , IAA 98047 CITY CONTRAC f No. RESOLUTION NO:/X -' V Phone: 255 8/Z-10 (03 30 FAX: 253 3 g -! / /63,2, I E -mail Address: `frt e 7 eani le•ca U License No.: (o03 053 / 69 1 I I I I 1 I I I I GAPROJECTS\2011 \110551201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 4 -5 1 I Bond No. 09167284 PERFORMANCE BOND KNOW ALL MEN BY Te THESE PRESENTS, that we, Team Eagle Ltd. as PRINCIPAL, and Fidelity and Deposit Company of Maryland, a ' 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, in the penal sum of Five Hundred Nine Thousand Six Hundred Eighty Eight and no /100 Dollars ($ 509,688.00 ) for the payment of which•sum on demand we bind ourselves and our successors, heirs, administrators, or per- sonal 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. Dated at �h �r , Washington, this - day 'of Jdav1.a.. -ey , 2011 ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and Ordinance (or Resolution) No. i j�t f the Yakima Air Terminal, passed s- /ff�1'' , 20 the Interim Airport Manager of said Yakima Air Terminal has or is about to I t to the said Team Eagle Ltd. the above bounden Principal, a certain Contract, the said Contract providing for the construction of YAKIMA AIR TERMINAL, A.l.P. NO. 3- 53- 0089 -33, Snowsweeper with Carrier Vehicle Procurement, (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. • 1 NOW, THEREFORE, if the said Team Eagle Ltd. 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. • 1 1 1 alPROJECTS120111110551 201402 -46 Snmvsweeper Corder Vehicle Specoocx 4 -6 • Bond No. 09167284 Approved as to legality: CAA r CA 1 Approved: • 1 ' } IN WITNESS WHEREOF, the larties her to have caused this Bond to be executed in ' Milwaukee, WI this / day of , 201Kand Campbellford, Ontario, Canada this /6 day of .�.. � / . PRINCIPAL: Tea :gle td" SURETY: Fidelity and Deposit Company of Maryland By - By - . 1 Title Trevor Winn; Chief Financial Officer Lucy A. Hantzsch; Attorney =Fa ' Attest: e t2 A6 ' Secretary The Attorney -in -Fact who e ecutes 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 I Documents," as the term is defined in the Supplementary Conditions with all corrections, interlineations, signatures, etc., completely reproduced therein. • • • 1 1 G:IPRQJ�CTS1D11 i111055120l4 -02 -06 Srawsweeper Carrier VeNde spec.Daor 4 -7 I • I PAYMENT BOND I Bond Number 09167284 KNOW ALL MEN BY THESE PRESENTS, that Team Eagle Ltd. , as PRINCIPAL, hereinafter called PRINCIPAL, and Fidelity and Deposit * , a corporation organized and I 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 Five Hundred Nine Thousand Six Hundred Eighty -Eight and no /100 _ Dollars ($ 509,688.00 ), for I 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 1' i " - /S , 201i, entered I into a Contract with OWNER for construction of A.I.P. I ,OJECT Kn. 3- 53- 0089 -33, Snowsweeper with Carrier Vehicle Procurement, in accordance with Drawings and Specifications prepared by HUIBREGTSE, LOUMAN ASSOCIATES, INC. dated February 2014, which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. I 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 I 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 I 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. I 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 I 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 I any costs or expenses of such suit. 3. No suit or action shall be commenced hereunder by any claimant. I 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 I 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 I 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. lb. 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. 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, or in 1 the United States District Court for the district in with the project, or any part thereof, is situated, and not elsewhere. 3. \PROJECT512 0 1 141 1 0 \ 201402-06 Snowsweeper Carder Vehicle Spec,Cocx 4 -8 I *Company of Maryland Bond No. 09167284 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 pre- sented under and against this bond. Signed and sealed this �$ " day of 20�4'� In the presence of: eitoc7D76.,6 Team Eagle Ltd. ' Witness B v Pri cipal Trevor Winn; Chief Financial Officer Fidelity and Deposit Company of Mary land • Y P p Y � By . ., `�llii (SEAL) Surety ucy A. Hantzsch; Atto ey -in -Fact ' 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. 1 1 r I G:IPROJECTS12 01 11 1 1 0 5 512 014 -OZ -0B Srwwsweeper CarrierVeIGa Specoocx 4 -9 I ZURICH AMERICAN INSURANCE COMPANY . COLONIAL AMERICAN CASUALTY ANI) SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND I POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY I AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by JAMES M. CARROLL, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel J. SAPIRO, Daniel J. KWIECINSKI, Wendy S. MILLER, Kathleen A. CRARY, Tracy K. I MATTHEWS, Cathy HUTSON, Lisa M. SLAKES and Lucy A. HAN all of Milwaukee, Wisconsin, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected I officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper I persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice- President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 29th day of January, A.D. 2013. I ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY I FIDELITY AND DEPOSIT COMPANY OF MARYLAND "nut h �o�po''c�r ! 04-...., IN S o.,, 1 I 8BAL — ` toy ., / 7 U # : U i i iv o = 1. 4 ).,. rase r r 64 .•....,0•• • I • Assistant Secretary Vice President . ' Eric D. Barnes James M. Carroll I State of Maryland City of Baltimore On this 29th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, JAMES M. I CARROLL, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he /she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. I IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. , ,. 1 r1: 1 I Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 r 1 POA -F 184 -6514C EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company With the same force and effect as though manually affixed. IN T STIMO Y WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this /5 ay of , 20 . wQ dGP�o U � . 3 �..,. ° °i � ? cos 4"a S 164 • SEAL 111 sok. me 4 . 1 4e;r ~4 •MaN•O ' 1 1 Geoffrey Delisio, Vice President 1 1 12/19/2014 ����[�c�'C�c�[��-E�vC,����� ' . . . I . K�_ xr� ��� � ��0[���� Ratings & ���� Center ��= ~^'� ��~~ ���'°``=^.,`,',„',,,„" "`^`.=':,.'="."�`'u.,',`,' .:',.,,//~.'^.. ..�u``,,:'='^. Asia-Pacific !Canada |eoron .muuleeammnu»mno{uain Arno,icv|Mewx&ocA *m=e|xbv" Us Contact Us Sitemap I Rating Search - --'' " naunnnuu,naru , Advanced BestAlert » Home "c�mn"�nn"m°�" I " ��ctInSl��ce CQmp�y� "o° "mo=*om=x"n"~ a Financial Strength Rating �m. Best mvo,/,u AIIN #: AA1560480 ii Issuer Credit Rating Domiciliary Address --- -' — ---' " o"m rooun/vvmox�*nueauno�su��(�*neV ! i " *u= " c°uu° "� » romnw owwsoo�� companies "^u�t*�'so�«"n°o"»"~ Canada |m - , "s�vc�o Rating A . ^ ~ Credit "mst's Special Reports w� ��m��m� im��,mmm���m� "*ma*m�«�d�na�n Search pnuo ��� �um/poo^no. �� mv"�m� m "��m��m��o � ` I Insurers ---- --- - ---- -----' ---'-----'----- ------'------- " m���� Based �B� '�������/omo " *=a�o�mno�o"a=v mmeom»om�n�u�um.v�wammmnnomon"mvumnonenmwsmm/uo�umum. I wewsmAnu�s/s . ����"��������� l — -- --- � Products Financial Rating yiewo^n"ition _-_._ -_'i Best's CrediFRating.Analysi____---..---._..--_.-.-...-.-.l Industry Information , ' Rating: A+ (Superior) o a . Inc. Corporate Affiliation Code: o�mun) Senior Financial m°".nunc�/Anu�m� I nay"/amr��//m � i r/'p"umous«»mo^rv' »»(suaum"u,umo�� ! | xs«/a�mv/xepmomo�: emoo�T.wm/omv / Stable | � ----' o"vn"u�vvou,uvv � ~~^'^`^ . Conferences and Events = Action: Affirmed Effective Date: April »».«»,^ vim" ' --- - - -- --- �` h mu�/nuun000�� November | ;6� wew«.m.a*��neonno/euovv�a��m°nt ' Best's � } � ' e"�,�ovmna"vwo"m � |���/�e°m /o'ue'��«nm� _ »m°»'m"*/"n �� l d�� »�M. Best Affirms noonvomm���nunn/o/uo,nnmoon and xnouo�manos 0��] .. � ' Long-Term: a«' ' : ,�-�i April mow I u' ouuoux Stable '~ ' �"^o�"�uo°�" Action: mnnn° ' -- '--- ---'-- / °"""" °"""= i April m\um4 ��h AmlOe� Services / —� June 21 zous v��cwvo/mmoawn, ' • . ''----- ----- Denotes v�=n=~°o=, Rating -- -------- � " ����������ri�n��- /.�-��p r�/� ' - -- ,_ - `�'���~- °' � ' ' � - -_- __- , � I ``_�____� - ��� ______, v�tae�ow�mmmAnahwxm�o�me��^ news mmvmo releases xxm�conna^ �mnomw.aeuomuv mwo Credit Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical :i','i.i commentary, detailed business overview and key financial data, Report Revision Date: o/2o/2o14 (represents the latest significant 'monne). I - *�mn�/movu�am�mi/auwmmwanmmnnano�Amh*e. Y -� Best's Guide Presentation nv�� - /na��aeu�����a��m��o and ona"�o/����w�u I ���m�n��n���mm���e����p�u���o=��� . ___-_-_ _ _____- ... -�__- „___ |L � Best's Insurance Reports 'om/^o P/C, US & Canada I os�mo"�mmn*n�m'cmnno'wvn'uo Best's Key Rating Guide - P/C. US & Canada Best's Statement File Global oom�am�=o"t�/e'pm.Canada Best's Best's Regulatory Center I European mDisclosures u"v A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of AM. Best Company, is an External Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, credit ratings issued by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. I Australian Disclosures KM. Best Asia-Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a whole ^w Australian Financial Services (AFS) Licence holder (AFS No. 411055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.. AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are I for oo,wh"wau/rn/ienmvn/v as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any spec'lic credit analyst, AMBAP Credit Ratings are statements of opinion and not statements of fact, They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to niake investment /purchasing decisions. I �p��v�°u�amm���onm��|ngx�muou�oa,ox�ou�m.anpxtNu3nrS 1/2 12/19/2014 Intact Insurance Company - Company Profile - Best's Credit Rating Center Impor:enV Notice?Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info ( Careers About A.M. Best I Site Map I Privacy Policy I Security i Terms of Use I Legal & Licensing Copyright C> 2014 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headquarters, Ambest Road, Oldwick, New Jersey, 08858, U.S.A. 1 1 I 1 1 I 1 1 1 1 e 1 1 t 1 w http: / /www3.ambestcom/ ratings / entities /SearchResults.aspx ?AltSrc =9 2/2 1 12/19/2014 Lloyd's - Company Profile - Bests Credit Rating Center Ratings & Criteria Center • :: -' .,;:." <i:.:,: -. Asia - Pacific I Canada ( Europe, Middle East and Africa (Latin America I MENA & SCA Home I About Us I Contact Us I Sitemap I Rating Search: 'Search : » Advanced Search E Add to BestAlert Ratings & Criteria ; Print this page » Home I » Credit Rating Releases » Methodology Lloyd t S (2) » Bests Credit Ratings + J » Financial Strength Rating A.M. Best #: 085202 MN #: AA1122000 » Issuer Credit Rating Domiciliary Address I "', » Debt Rating One Lime Street Assigned to ;IRnancits+ » Advanced Search London EC3M 7HA � S Rai companies :T" :' » About Best's Credit Ratings + ' that have, in (, At Ekce4 nt » Get a Credit Rating + United Kingdom our opinion, an excellent ability to » Best's Special Reports Web: www.11oyds.com meet their ongoing insurance I a Add Best's Credit Ratings Search To Your Site Phone: 44- 207 -327 -1000 » BestMark for Secure - Rated Fax: e: 44-207-327-1000 obligations. Insurers » Contact an Analyst Based on A.M. Best's analysis, 085202 - Lloyd's is the AMB Ultimate Parent and identifies the topmost entity of the corporate » Awards and Recognitions structure. View a list of operating insurance entities in this structure. News &Anal sis :t: i;.;;:r, .......................... Products & Services ;Financial Strength Rating_ View Definition __. Best's Credit Rating Analyst ._ ....................... Industry Information , : Rating: A (Excellent) Rating Issued by: A.M. Best Europe - Rating Services Ltd. I Corporate I Financial Size Category: XV ($2 Billion or greater) I Senior Financial Analyst: David Drummond 1 Regulatory Affairs ;- ' Outlook: Positive i Director - Analytics: Catherine Thomas 1 Support & Resources Action: Affirmed Conferences and Events Effective Date: July 24, 2014 . I>: r:c:: =::.:: (r .,.,. I Initial Rating Date: O ctober 01, 1997 9 View A.M. Best's Rating Disclosure Statement V Find a Best's Credit Rating Long Term Rating ,_,,.., View Definition ,,,,,,,,,,.. • Lon -Term: a+ j . A.M. Best Affirms Ratings of Lloyd's, Lloyd's Insurance Enter a Company Name i1 => t_ Company (China) Limited and Society of Lloyd's I do Outlook: Positive - . .. -' July 24, 2014 Action: Affirmed a Advanced Search ,' : Effective Date: July 24.2014 i ; Initial Rating Date: August 12, 2004 A.M. Best Rating Services ''' Contact Informmon .i‘ Denotes Under . g . Denotes Under Review Best's Rating t'ieH' Rating Definitions , IAMB_ Rati Unit ................. ............................................_... ............................... i Note: This data record represents an AMB Rating Unit and the ' p ' Select one... • ; ......._...........,_,.. _....,_,......�..,. following Best's Credit Ratings are based on the consolidated / i financials assigned to this record. AMB # Company Name Best's Best's ' FSR ICR 078649 Lloyd's Insurance Company A a+ :............................ China) Ltd ..................... 111 The fol links p access to related data records that A,M.Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB # Company Name Company Description 087100 Lloyds Underwriters CAB Represents Property/ Casualty business of this legal entity. I a r j. ,r. I Visit Best's News and Analysis site for the latest news and Dress releases for this company and its A.M. Best Group. 1 — Bests tR Report this important etattour Lloyd's more about Lloyd's or read Best's Credit Report on this important market at our Lloyd's page Best's Insurance Reports - Online - Non -US I Best's Statement File - Global Best's Regulatory Center I European Union Disclosures A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of AM. Best Company, is an External Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, credit ratings issued by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. I Australian Disclosures A.M. Best Asia - Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder (AFS No. 411055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.. AMBAP does not authorize its Credit Ratings to be disseminated by a third -party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are I intended for wholesale clients only, as defined. http: //www3.ambest.com/ ratings / entities /CompanyProfile.aspx ?ambnum =85202 &URatingld= 2305033 &b1 =0&AltSrc =9 &PPP =&AltNum =O &Ext User = &ExtMi... 1/2 12/19/2014 Lloyd's - Company Profile - Best's Credit Rating Center Credit ;?atings det'Jrmined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. • Important Notice: Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service 1 Product Support' Member Center I Contact Info I Careers About A.M. Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing Copyright 5/ 2014 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headquarters, Ambest Road, Oldwick, New Jersey. 08858, U.S.A. 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 http: //www3.ambest.com/ ratings / entities /CompanyProfile.aspx ?ambnum= 85202 &URatingld = 2305033 &b1= 0&AltSrc =9 &PPP= &AltNum =O &Ext User= &Ext_Mi... 2/2 12/19/2014 Lloyds Underwriters (Canada Branch) - Company Profile - Best's Credit Rating Center Ratings & Criteria Center , ' Asia Pacific I Canada I Europe Middle East and Africa I Latin America I MENA & SCA Home (About Us I Contact Us I Sitemap Rating Search: i Search t » Advanced Search •Ei Add to BestAlert Ratings & Criteria RI Print this page I » Home » Credit Rating Releases » Methodology Lloyds Underwriters (Canada Branch) (?) » Best's Credit Ratings + » Financial Strength Rating A.M. Best /I: 087100 I » Issuer Credit Rating Domiciliary Address » Debt Rating 1155 Metcalfe Street Suite 1540 » Advanced Search Montreal, QC H3B 2V6 » About Best's Credit Ratings + Canada » Get a Credit Rating + I » Best's Special Reports Web: www.11.yds.com » Add Bests Credit Ratings Search Phone: 514 - 861 -8361 To Your Site Fax: 514 - 861 -0470 u BestMark for Secure -Rated Insurers . » Contact an Analyst This company is a data record that A.M. Best utilizes to represent the financials for the of 085202 Lloyd's. » Awards and Recognitions News & Analysis .r -.---- _-.___ ._-. _ .____�_ _---.._., • ?Financi StrengthRatngView Definition Products & Services NR (Not Rated) Industry Information ; : Long -Term Issuer Credit Rating View Definition Corporate , t NR (Not Rated) Regulatory Affairs a r, Denotes Under Review Best's Ratinq Support & Resources : :......... ...................'. °......... ....._ ,... I Conferences and Events Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M. Best Group. -- Historical Reports are available in AMB Credit Report Archive, I Find a Best 's• Credit Rating • I Enter a Company Name : : '1:,•:').::. ° =.t . a a ' Best's Statement File - Global • » Advanced Search Best's Statement File - P /C, Canada Best's Corporate Changes and Retirements - P /C. US /CN O A.M. Best Rating Services Best's Corporate Changes and Retirements - Life & Non Life. Non -US Contcct Inform?i:ar'r r :est' Co •or.te - :et - e is - U i Mew Rating Definitions ' ..le Select ct ,......_:........_.. • one... v European Union Disclosures I A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Company, is an External Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, credit ratings issued by AMBERS may be used for regulatory purposes in the EU as per Directive 2006 /48 /EC. Australian Disclosures A.M. Best Asia - Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liabiltycompany incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder (AFS No. 411055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to I any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.. AMBAP does not authorize its Credit Ratings to be disseminated by a third -party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are intended for wholesale clients only, as defined. I Credit Ratings determined and disseminated by AMBAP are the opinion or AMBAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice: Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating I performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info' Careers About A,M. Best I Site Map I Privacy Policy! Security I Terms of Use I Legal & Licensing I Copyright © 2014 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headquarters, Ambest Road, Oldwick, New Jersey, 08858, U.S.A. I I http: //www3.ambest.com/ ratings / entities/ CompanyProfile .aspx ?ambnum= 87100&URatingld= 2305033 &b1= 0&AltSrc =9 &PPP= &AltNum =O &Ext User = &Ext Mi... 1/1 1 7111 Syntex Drive, Suite 200 Mississauga, Ontario L5N 8C.3 905.567.62221.877.627.6222 Atrens- Counsel F: 905.567.6226 Insurance Brokers Inc. E: info ® atrens - counsel.com W: atrens - counsel.com I CERTIFICATE OF INSURANCE : y om Yakima, WA 98901 This is to certify that policies of insurance as described below have been issued to: ' Team Eagle Ltd. and Team Eagle Inc. 10 Trent Drive, P.O. Box 670 Campbellford, ON KOL 1L0 Operations, Automobiles, Location (s) to which this certificate applies: ' Operations usual to the Named Insured: ADDITIONAL INSURED: The Contracting Agency and its' officers, elected officials, employees, agents, and volunteers: City of Yakima, its employees, agents, elected and appointed officials; Huibregtse, Louman Associates Inc. ' (HLA) are hereby added as an Additional Insured, but only with respect to Commercial General Liability arising out of the operations of the above named insured. COVERAGE: Commercial General Liability $5,000,000.00 Occurrence Limit Aggregate Limit $5,000,000.00 Owners /Contractors' Protective Included 1 Automobile Third Party Liability $5,000,000.00 Umbrella Liability $5,000,000.00 Occurrence Limit Aggregate Limit $5,000,000.00 INSURING COMPANY, POLICY NUMBER & EFFECTIVE DATE: ' Elliott Special Risks — As per authorized companies of Lloyds Underwriters under Contract ESR201100 TCEP0709 (Commercial General Liability) March 31, 2014 to March 31, 2015 EXT36262 (Umbrella Liability) March 31, 2014 to March 31, 2015 ' Intact Insurance Company 730502514 (Automobile) March 31, 2014 to March 31, 2015 ' The insurance afforded is subject to the terms, conditions and exclusions of the applicable policy. This certificate is issued as a matter of information only and confers no rights on the holder and imposes no liability on the insurer. The insurer will endeavor to mail to the holder of this certificate 30 days written notice of any material change in or cancellation of these policies , but ' assumes no responsibility for failure to do so. ' Date: January 6, 2015 Aut • • rized Representative Krista Zobolotny M.A. Your Protection is Our Business 1 12/19/2014 Surety Bonds - Certified Companies Explorer Insurance Company (NAIC #40029) • BUSINESS ADDRESS: P.O. BOX 85563, SAN DIEGO, CA 92186 - 5563. PHONE: (858) 350 -2400 x -2550. UNDERW RITING LIMITATION b/: $6,237,000. SURETY LICENSES c,f /: AZ, CA, CO, HI, ID, IL, IN, IA, MT, ' NV NM, OR, PA, TX, UT, WA. INCORPORATED IN: California. . . Back To Top ' F Farmers Alliance Mutual Insurance Company (NAIC #19194) BUSINESS ADDRESS: P.O. Box 1401, McPherson, KS 67460. PHONE: (620) 241 -2200. UNDERWRITING ' LIMITATION b/: $14,399,000. SURETY LICENSES c,f /: CO, ID, IA, KS, MN, MO, MT, NE, NM, ND, OK, SD. INCORPORATED IN: Kansas. Farmington Casualty Company (NAIC #41483) ' BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277 -0111. UNDERWRITING LIMITATION b/: $28,743,000. 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: Connecticut. ' Farmland Mutual Insurance Company (NAIC #13838) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - 2220. PHONE: (515) 508 -3300. UNDERWRITING LIMITATION b/: $16,603,000. SURETY LICENSES c,f /: AL, AZ, AR, CA, CO, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, MD, MI, MN, MS, MO, MT, NE, NV, NC, ND, OH, OK, OR, PA, ' SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa. FCCI Insurance Company (NAIC #10178) BUSINESS ADDRESS: 6300 University Parkway, Sarasota, FL 34240 - 8424. PHONE: (800) 226 -3224 x- ' 2726. UNDERWRITING LIMITATION b/: $50,836,000. SURETY LICENSES c,f /: AL, AZ, AR, CO, FL, GA, IL, IN, IA, KS, KY, LA, MD, MI, MS, MO, NE, NC, OH, OK, PA, SC, TN, TX, VA. INCORPORATED IN: Florida. Federal Insurance Company (NAIC #20281) BUSINESS ADDRESS: 15 Mountain View Road , Warren , NJ 07059. PHONE: (908) 903 -2000. ' UNDERWRITING LIMITATION b/: $1,339,576,000. 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, VI, WA, WV, WI, WY. INCORPORATED IN: Indiana. ' FEDERATED MUTUAL INSURANCE COMPANY (NAIC #13935) BUSINESS ADDRESS: 121 EAST PARK SQUARE, OWATONNA, MN 55060. PHONE: (507) 455 -5200. UNDERWRITING LIMITATION b/: $251,826,000. 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: Minnesota. Fidelit Nat' t Insurance Com. any (NAIC #16578)2 • ' Fidelity and Deposit Company of Maryland 'MC #39306) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 10' •. PHONE: (847) 605 -6000. UNDERWRITING LIMITATION b/: $14,670,000. 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, VI, WA, WV, WI, WY. INCORPORATED IN: Maryland. F • - • • 7• NTY INS. -. - • MIPANY (NAIC # . BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310 -7911. ' UNDERWRITING LIMITATION b/: $1,924,000. 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: Iowa. ' Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310 -7911. UNDERWRITING LIMITATION b/: $10,099,000. 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: Wisconsin. Financial Casualty & Surety, Inc. (NAIC #35009) BUSINESS ADDRESS: 3131 Eastside, Suite 600, Houston, TX 77098. PHONE: (800) 392 -1604. UNDERWRITING LIMITATION b/: $1,290,000. SURETY LICENSES c,f /: AZ, CA, CT, DE FL, GA, ID, IN, IA, KS, LA, MD, MI, MN, MS, MT, NV, NJ, NY, NC, ND, OH, PA, SC, SD, TN, TX, UT, VT, VA, WA, WV. INCORPORATED IN: Texas. Financial Pacific Insurance Company (NAIC #31453) ' BUSINESS ADDRESS: P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399 -5700. UNDERWRITING LIMITATION b/: $8,127,000. SURETY LICENSES c,f /: AK, AZ, AR, CA, CO, FL, ID, IL, IA, KS, MN, MO, MT, NE, NV, NM, ND, OK, OR, SD, TX, UT, WA, WI. INCORPORATED IN: California. Fireman's Fund Insurance Company (NAIC #21873) BUSINESS ADDRESS: 777 San Marin Drive, Novato, CA 94998. PHONE: (415) 899 -2000. UNDERWRITING http: / /www.fiscal.treasury.gov /fsreports /ref /suretyBnd/c570_a -z.htm 8/23 12/19/2014 www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=442 I ft Search > FIDELITY & DEPOSIT COMPANY OF MARYLAND c I FIDELITY & DEPOSIT COMPANY OF MARYLAND I General I Contact I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings i Back to. Search i ... . .. .. . . .. .. . .... . I General information Contact information Name: FIDELITY & DEPOSIT COMPANY OF Mailing address Registered address MARYLAND 600 Red Br k Blvd 1400 AMERICAN LN,TWR 1, I oo Corporate family group: ZURICH INS Owin 19TH F gs Mills, MD 21211 GRP What is this? SCHAUMBURG, IL 60196-1056 1 Organization type: PROPERTY Telephone Telephone 410-539 -0800 WAOIC: 442 410-539-0800 I NAIC: 39306 Status: ACTIVE Admitted date: 07/27/1895 I Ownership type: STOCK . back to top Types of coverage authorized to sell , I Insurance types 'Casualty :Marine I lOcean Marine :Property • Surety I Vehicle 'i" 1 :w9...I.92. I Agents and agencies that represent this company I (Appointments) View agents . View agencies i pack to jop I I . Company complaint history I View,.complaints,,i 1 " ts!st9...r.:).p. I Disciplinary orders 2008-2014 , Year iOrder Number I 2013 http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=442 1/2 12/19/2014 www.insurance.wa. gov /consum ertool kit/ Company /Com panyProfi I e.aspx ?W AOIC =442 `13 -0223 The orders posted here are unverified electronic duplicates of the official orders actually entered. To be certain you have the official version of the order as entered, request a hard copy from Renee Moines at 360 - 725 -7047 or email legal @oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. back ka taa Premium tax filings by tax year U t( 2013 2012 2011 2010 2009 U • back to tan National information on insurance companies I 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 to ;oa ...... ............ Ratings by financial organizations Y 9 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 i { Standard and Poor's Corp : Moody's „I_nvestors „Service Fitch IBCA, Duff and Phelps Ratings back to ton 1 r 1 I t t I http: / /www.i nsurance.wa. gov /consum ertool kit/ Company /Com panyProfi le.aspx ?W AOIC =442 2/2 1 1 1 1 1 I I 1 1 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 1 1 r 1 1 1 I I G %PROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 5-1 I 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 Con- tractor," 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. I I I 1 1 I G:'PROJECTS\2011 \11055\2014-02.08 Snowsweeper Carrier Vehicle Spec.Docx 5-3 Page II. 11 General Decision Number: WA140001 02/21/2014 WA1 11 Superseded 'General Decision Number: WA20130001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 01/03/2014 1 01/17/2014 2 01/24/2014 3 02/07/2014 4 02/21/2014 ' CARP0001 -008 06/01/2013 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE I 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120 MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2 $ 31.56 12.87 GROUP 3. $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5. $ 62.58 12.87 GROUP 6 $ 30.29 12.87 GROUP 7 $ 31.29 12.87 GROUP 8 $ 28.54 12.87 GROUP 9 $ 30.29 12.87 • I I 1 I I W4140001 Modification 4 II Federal Wage Determinations for Highway Construction Page 12 1 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS II AND WHITMAN COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2• $ 31.56 12.87 GROUP 3• $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5• $ 70.78 12.87 GROUP 6• $ 32.64 12.87 GROUP 7 $ 35.39 12.87 GROUP 8 $ 34.39 12.87 GROUP 9 $ 34.39 12.87 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas I 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: 11 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). 11 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 13 i DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot ' PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 feet Free 26 -300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. 11 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 11 encapsulated suit with a self - contained breathing apparatus or a supplied air line. 11 II 1 WA140001 Modification 4 11 Federal Wage Determinations for Highway Construction Page 14 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 1 SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities I WA140001 Modification 4 Federal Wage Determinations for Highway Construction I P age 15 11 CARP0770 -003 07/01/2012 I Rates Fringes Carpenters: CENTRAL WASHINGTON: 1 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN),KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES I CARPENTERS ON CREOSOTE MATERIAL $ 25.93 12.60 CARPENTERS $ 25.83 12.60 DIVERS TENDER $ 39.15 12.60 II DIVERS $ 87.20 12.60 MILLWRIGHT AND MACHINE ERECTORS $ 37.07 12.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE.,TREATED II MATERIAL, ALL PILING $ 36.22 12.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS II Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following II listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes 11 Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside II Chelan Pt. Townsend Zone Pay: II 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour il Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT I AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center II Zone Pay: 0 -25 radius miles Free II 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour II WA140001 Modification 4 II Federal Wage Determinations for Highway Construction Page 16 CARP0770 -006 07/07/2012 Rates Fringes Carpenters: 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 $ 35.39 13.60 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.60 CARPENTERS $ 35.39 13.60 DIVERS TENDER $ 39.15 13.60 DIVERS $ 87.20 13.60 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 13.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.60 (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 Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (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: I 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour W4140001 Modification 4 Federal Wage Determinations for Highway Construction Page 17 1 ELEC0046 -001 02/04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 42.61 3%+15.96 ELEC0048 -003 01/01/2014 CLARK, KLICKITAT AND SKAMANIA COUNTIES 11 Rates Fringes CABLE SPLICER $ 42.63 19.11 ELECTRICIAN $ 38.75 19.11 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based. on Delorrne Street Atlas USA 2006 plus. ELEC0048 -029 01/01/2014 ' COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 42.63 19.11 ELECTRICIAN $ 38.75 19.11 ' ELEC0073 -001 07/01/2013 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES I Rates Fringes CABLE SPLICER $ 31.98 16.15 ELECTRICIAN $ 29.07 16.15 WA140001 Modification 4 11 Federal Wage Determinations for Highway Construction Page 8 ELEC0076 -002 09/01/2013 , GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes I CABLE SPLICER $ 37.71 22.47 ELECTRICIAN $ 34.28 22.47 ELEC0112 -005 07/01/2013 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes I CABLE SPLICER $ 38.90 17.35 ELECTRICIAN $ 37.05 17.29 ELEC0191 -003 06/01/2013 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 42.91 17.39 ELECTRICIAN $ 39.01 17.39 ELEC0191 -004 07/01/2013 I CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes I CABLE SPLICER $ 39.50 17.30 ELECTRICIAN $ 35.91 17.30 I I WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 1 9 ENGI0302 -003 06/01/2013 ' 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): I Power equipment operators: Rates Fringes Group 1A $ 37.39 16.65 Group IAA $ 37.96 16.65 Group lAAA $ 38.52 16.65 Group 1 $ 36.84 16.65 Group 2 $ 36.35 16.65 Group 3 $ 35.93 16.65 Group 4 $ 33.57 16.65 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 1A - 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 i 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 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 110 I 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 i 1 i 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction 11 Page � 11 Category B Projects: 95% of the basic hourly reate for each 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 11 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 11 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima I 1 1 11 1 WA140001 Modification 4 11 Federal Wage Determinations for Highway Construction Page 112 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 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- 11 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 1 I WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 113 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 1 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 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 11 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. I 1 WA140001 Modification 4 11 Federal Wage Determinations for Highway Construction P age 114 , ENGI0370 -002 06/01/2013 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 I ZONE 1: Rates Fringes Power equipment operators: 11 GROUP 1 $ 25.56 12.85 GROUP 2 $ 25.88 12.85 GROUP 3 $ 26.49 12.85 GROUP 4 $ 26.65 12.85 GROUP 5 $ 26.81 12.85 GROUP 6 $ 27.09 12.85 GROUP 7 $ 27.36 12.85 GROUP 8 $ 28.46 12.85 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine 1 I 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 1 15 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 1 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 1 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) • 1 t 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 116 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 & 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; 11 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 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction II Page X 17 II GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including I clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) P180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale 1 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. I HAZMAT: Anyone working on HAZMAT jobs, working with supplied air II shall receive $1.00 an hour above classification. ENGI0612 -012 06/01/2013 1 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 II ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. I ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): II Rates Fringes Power equipment operators: II GROUP lA $ 37.39 16.65 GROUP lAA $ 37.96 16.65 GROUP lAAA $ 38.52 16.65 I GROUP 1 $ 36.84 16.65 GROUP 2 $ 36.35 16.65 GROUP 3 $ 35.93 16.65 GROUP 4 $ 33.57 16.65 11 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) _ $ .70 1 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA 1 I II WA140001 Modification 4 1 Federal Wage Determinations for Highway Construction I Page 118 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 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, rota- 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 1 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 1 19 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 ' 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. 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 120 ENGI0701 -002 01/01/2014 ' CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 38.25 13.70 GROUP 1A $ 40.16 13.70 GROUP 1B $ 42.08 13.70 GROUP 2 $ 36.56 13.70 GROUP 3 $ 35.54 13.70 GROUP 4 $ 34.56 13.70 GROUP 5 $ 33.43 13.70 GROUP 6 $ 30.34 13.70 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 1 1 i 1 1 1 I 1 WA140001 Modification ' odi cation 4 Federal Wage Determinations for Highway Construction Page 121 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 above, shall receive Zone III pay for all classifications. 1 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 1 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. 1 1 1 1 1 WA140001 Modification 4 1 Federal Wage Determinations for H ighway Construction Page 122 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 , tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto 1 Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi - engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 123 GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES- EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self - loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi - engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat 11 Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing ' Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi - engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or 1 similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane 11 Operator, under 50 tons; CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 124 Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self - loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and • over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber - tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator 11 1 11 1 -1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction II Page 125 II GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and 1 Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including II vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor I Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller- Kenyon and 11 similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing II mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine I Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete 1 Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double I drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING II EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including I 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, I Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rameer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi - Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; 11 Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self- propelled; Pulva -mixer or similar types; Chiip Spreading machine 11 operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self- propelled construction job site; TRACTOR- RUBBER TIRED: Tractor II operator, rubber- tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey 1 WA140001 Modification 4 11 Federal Wage Determinations for Highway Construction Page 126 GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self - propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL I/ EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler - Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator 1 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 127 . . . . IRON0014 -005 07/01/2013 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES i Rates Fringes IRONWORKER $ 31.60 21.35 1R0N0029 002 07/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 21.35 IRON0086 -002 07/01/2013 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes • IRONWORKER $ 31.60 21.35 IRON0086 -004 07/01/2013 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 38.14 21.35 1 11 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 128 LAB00001 -002 06/01/2013 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 $ 22.19 9.85 GROUP 2 $ 25.41 9.85 GROUP 3 $ 31.76 9.85 GROUP 4 $ 32.53 9.85 GROUP 5 $ 33.06 9.85 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA 1/ COUNTIES GROUP 1 $ 18.73 9.85 GROUP 2 $ 21.47 9.85 GROUP 3 $ 23.51 9.85 GROUP 4 $ 24.08 9.85 GROUP 5 $ 24.49 9.85 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 1' 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 11 ,1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 129 LABORERS CLASSIFICATIONS 11 GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) I/ 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 1 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). 1 11 WA140001 Modification 4 Federal Wage Determinations for Highway Construction P age g 1 30 LAB00238- 004 06/01/2013 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER ( PASCO) I/ GROUP 1 $ 22.00 10.65 GROUP 2 $ 24.10 10.65 GROUP 3 $ 24.37 10.65 GROUP 4 $ 24.64 10.65 GROUP 5 $ 24.92 10.65 11 LABORER (SPOKANE) GROUP 1 $ 21.70 10.65 GROUP 2 $ 23.80 10.65 GROUP 3 $ 24.07 10.65 GROUP 4 $ 24.34 10.65 GROUP 5 $ 24.62 10.65 Zone Differential (Add to Zone 1 rate): $2.00 1 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. 1 Zone 2: 45 radius miles and over from the main post office. 1 a 1 1 1 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction il Page 1 31 II LABORERS CLASSIFICATIONS - II 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 I/ limited to cleaning floors, ceilings, walls, windows, etc. - prior to final acceptance by the owner) I 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 II concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete li 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 II 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 II all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; I 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 II hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer II 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 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 II 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 I mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; II Wheelbarrow (power driven) II WA140001 Modification 4 il Federal Wage Determinations for Highway Construction Page 132 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) GROUP 6 - Powderman LA500238 -006 06/01/2013 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 $ 24.10 10.65 1 LAB00335 -001 06/01/2013 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 1 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 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction 1 Page 1 33 11 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 II Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 II BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. II 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. II 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 II 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 I 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, II 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 II Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); I 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 II (aggregate when used) GROUP 2: Applicator (including pot power tender for same), II 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, II 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 il irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping I and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) 11 WA140001 Modification 4 II Federal Wage Determinations for Highway Construction Pa ge g 1 34 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 I/ Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); 11 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 11 LAB00335 -019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 1 PAIN0005 -002 07/01/2013 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 28.00 14.33 PAIN0005 -004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, 1 MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 1 PAIN0005 -006 07/01/2013 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 1 Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.79 10.41 Over 30' /Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray $ 21.69 10.41 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 11 feet. PAIN0055 -002 01/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES 1 Rates Fringes Painters: Brush & Roller $ 21.01 9.06 High work - All work 60 11 ft. or higher $ 21.76 9.06 Spray and Sandblasting $ 21.61 9.06 PAIN0055 -007 07/01/2013 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT 1 STRIPER $ 33.41 10.36 1 1 WA140001 Modification 4 1 Federal Wage Determinations for Highway Construction Page 136 PLAS0072 -004 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES 1 Rates Fringes CEMENT MASON /CONCRETE FINISHER I/ ZONE 1 $ 26.01 12.14 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2013 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 36.63 14.55 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 37.13 14.55 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.13 14.55 PLAS0555 -002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES 1 ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 30.58 17.76 11 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 30.58 17.76 CEMENT MASONS $ 29.98 17.76 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 31.18 17.76 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 137 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 ' Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037 -002 06/01/2013 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 13.75 GROUP 2 $ 27.02 13.75 GROUP 3 $ 27.15 13.75 GROUP 4 $ 27.41 13.75 GROUP 5 $ 27.63 13.75 GROUP 6 $ 27.79 13.75 GROUP 7 $ 27.99 13.75 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 I Zone 4 - 1.70 Zone 5 - 2.75 • BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER 11 ' 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. 1 WA140001 Modification 4 • Federal Wage Determinations for Highway Construction Page 138 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts • (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo I/ 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. 1 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 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 139 1 GROUP 7: Dump Trucks, side, end and bottom dumps, including I 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) * TE».0174 -001 01/01/2014 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 I WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1:...................$ 32.18 16.69 GROUP 2 :...................$ 31.34 16.69 GROUP 3 :...................$ 28.53 16.69 GROUP 4 :....................$ 23.56 16.69 GROUP 5: ............. ...... $ 31.73 16.69 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 11 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 1 • 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 1 Truck -3,000 gallons and over capacity WA140001 Modification 4 Federal Wage Determinations for Highway Construction 11 Page 140 1 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.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. 11 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction • II Page 1 41 • II * TEA40690-004 01/01/2014 II ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA I COUNTIES Rates Fringes Truck drivers: (AREA 1: II SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan ,Pen Oreille, Spokane, Stevens, and Whitman Counties II AREA 1 1,EWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: II Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: II GROUP 1 $ 20.17 15.19 GROUP 2 $ 22.44 15.19 GROUP 3 $ 22.94 15.19 GROW? 4 $ 23.27 15.19 II GROUP 6 GROUP 5 $ 23.38 $ 23.55 15.19 15.19 GROUP 7 $ 24.08 15.19 II GROUP 8 $ 24.44 AREA 2 GROUP 1 $ 21.77 15.19 15.19 GROUP 2 $ 24.31 15.19 II GROUP 3 $ 24.42 15.19 GROUP 4 $ 24.75 15.19 GROUP 5 $ 24.86 15.19 GROUP 6 $ 25.02 15.19 II GROUP 7 $ 25.56 15.19 GROUP 8 $ 25.88 15.19 11 Zone Differential (Add to Zone 1 rate: Zone 2 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. I Zone 2: Outside 45 radius miles from the main post office 11 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material II GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer II Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) • II WA140001 Modification 4 11 Federal Wage Determinations for Highway Construction Page 142 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 I/ 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 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); 1 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. WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 143 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. r 1 1 1 1 1 1 1 1 1 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 144 1 NOTE: 1 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)). 1 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 union or non - union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 145 Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. 11 Survey wage rates will remain in effect and will not change until a new survey is conducted. 1 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 11 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. 11 Washington, DC 20210 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 146 1 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. 1 END OF GENERAL DECISION 1 1 1 1 1 1 1 1 1 1 WA140001 Modification 4 Federal Wage Determinations for Highway Construction Page 1 of 16 1 1 State of Washington Department of Labor & Industries 1 Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 1 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate I 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. 1 Journey Level Prevailing Wage Rates for the Effective Date: 03/20/2014 I County Trade J ob Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 _ 1 'Yakima Boilermakers Journey Level $64.44 5N 1C 1 'Yakima Brick Mason Journey Levet $42.38 5A _ 1M 'Yakima Building Service Employees Janitor $9.32 1 I Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees _Waxer $9.32 1 'Yakima Building Service Employees Window Cleaner $9.32 1 I Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 I Yakima Cement Masons Journey Level $38.15 7B 1N 1 Yakima Divers a Tenders Diver $105.37 5D 1M 8A Yakima Divers & Tenders Diver On Standby $59.50 5D 1M Yakima Divers & Tenders Diver Tender $54.82 5D _ 1M 1' Yakima Divers & Tenders _ Surface Rcv Et Rov Operator $54.82 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator $51.07 5A 1B I Tender Yakima Dredge Workers Assistant Engineer $53.00 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F j I Yakima Dredge Workers Boatmen $52.30 3F Yakima Dredge Workers Engineer Welder $54.04 • 3F Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F 1 Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers Oiler $52.58 5D 3F I Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $34.06 7E Yakima Electrical Fixture Maintenance Journey Level $43.32 1 I Workers Yakima Electricians - Inside Cable Splicer $56.36 5A 1E Yakima Electricians - Inside , Journey Level $54.45 5A 1E I , 'Yakima Electricians - Inside Welder $58.27 5A 1E 1 https:// fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 2 of 16 i Yakima Electricians - Motor Shop Craftsman $15.37 1 1 I 'Yakima Electricians - Motor Shop Journey Level $14.69 1 'Yakima Electricians - Powerline Cable Splicer $68.33 5A 4A 1 Construction ' Yakima Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction Yakima Electricians - Powerline Groundperson $42.56 5A 4A Construction Yakima Electricians Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator Yakima Electricians - Powerline Journey Level Lineperson $62.50 5A 4A Construction Yakima Electricians Powerline Line Equipment Operator $52.47 5A 4A 1 Construction 1 I Yakima Electricians - Powerline Pole Sprayer $62.50 5A 4A s Construction Yakima Electricians - Powerline Powderperson $46.55 5A 4A Construction I Yakima Electronic Technicians Journey Level $23.40 1 1 'Yakima Elevator Constructors Mechanic $80.14 7D 4A 1 I 'Yakima Elevator Constructors Mechanic In Charge $86.77 7D 4A 'Yakima Fabricated Precast Concrete Craftsman - In- Factory Work $9.32 1 Products Only !Yakima Fabricated Precast Concrete Journey Level - In- Factory $9.32 1 I Products Work Only 'Yakima Fence Erectors Fence Erector $13.79 1 'Yakima Flaggers Journey Level $24.62 1 'Yakima Glaziers Journey Level $22.43 61 1B 'Yakima Heat a Frost Insulators And Journey Level .$25.32 1 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 'Yakima Hod Carriers & Mason Tenders Journey Level $34.42 7A 31 Yakima • ' • - Journey Level $9.32 1 'Yakima Inland Boatmen Journey Level $9.32 1 Yakima Inspection /Cleaning /Sealing Cleaner Operator, Foamer $9.73 1 Of Sewer & Water Systems By Operator Remote Control °Yakima Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By I Remote Control Yakima Inspection /Cleaning /Sealing Head Operator $12.78 1 Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Technician $9.32 1 Of Sewer Et Water Systems By Remote Control 1Yakima Inspection /Cleaning /Sealing Tv Truck Operator $10.53 1 Of Sewer Et Water Systems By Remote Control 1 1 B https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 I Page 3 of 16 1 (Yakima (Insulation Applicators 'Journey Level $39.28 5D 1M 1 'Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating $33.44 7A 31 _ Screed 1 Yakima Laborers Airtrac Drill Operator $34.42 7A 31 Yakima Laborers _ Ballast Regular Machine $33.44 7A 31 Yakima Laborers Batch Weighman $31.40 7A 31 'Yakima Laborers Brick Pavers $33.44 7A 31 'Yakima Laborers Brush Cutter $33.44 7A 31 I ' Yakima Laborers Brush Hog Feeder $33.44 7A 31 'Yakima Laborers Burner $33.44 7A 31 ;Yakima Laborers Caisson Worker $34.42 7A 31 1 'Yakima Laborers _ Carpenter Tender $33.44 7A 31 1 Yakima Laborers Cement Dumper - paving $34.01 7A 31 1 'Yakima Laborers Cement Finisher Tender $33.44 7A 31 - r 'Yakima Laborers Change House Or Dry Shack $33.44 7A 31 'Yakima Laborers Chipping Gun (under 30 Lbs.) $33.44 7A 31 I Yakima Laborers Chipping Gun(30 Lbs. And $34.01 7A 31 Over) Yakima Laborers Choker Setter $33.44 7A 31 1 'Yakima Laborers Chuck Tender $33.44 7A 31 'Yakima Laborers Clary Power Spreader $34.01 7A 31 'Yakima Laborers Clean -up Laborer $33.44 7A 31 I Yakima Laborers Concrete Dumper /chute $34.01 7A 31 Operator Yakima Laborers _ Concrete Form Stripper $33.44 7A 31 I 'Yakima Laborers Concrete Placement Crew $34.01 7A 31 Yakima Laborers Concrete Saw Operator /core $34.01 7A 31 Driller 1 'Yakima Laborers Crusher Feeder $31.40 7A 31 'Yakima Laborers Curing Laborer $33.44 7A 31 I Yakima Laborers Demolition: Wrecking Et $33.44 7A 31 Moving (incl. Charred Material) 'Yakima Laborers Ditch Digger $33.44 7A 31 I ' Yakima Laborers Diver $34.42 7A 31 Yakima Laborers Drill Operator $34.01 7A 31 1 (hydraulic,diamond) 'Yakima Laborers Dry Stack Walls $33.44 7A 31 Yakima Laborers Dump Person $33.44 7A 31 I ' Yakima Laborers Epoxy Technician $33.44 7A 31 'Yakima Laborers Erosion Control Worker $33.44 7A 31 'Yakima Laborers Faller Et Bucker Chain Saw $34.01 7A 31 1 'Yakima Laborers Fine Graders $33.44 7A 31 'Yakima Laborers Firewatch $31.40 7A 31 'Yakima Laborers Form Setter $33.44 7A 31 1 !Yakima Laborers Gabian Basket Builders $33.44 7A 31 ' I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 4 of 16 i Yakima Laborers General Laborer $33.44 7A 31 Yakima Laborers Grade Checker a Transit $34.42 7A 31 Person 'Yakima Laborers Grinders $33.44 7A 31 'Yakima Laborers Grout Machine Tender $33.44 7A 31 Mill t 'Yakima Laborers Groutmen (pressure)including $34.01 7A 31 Post Tension Beams 'Yakima Laborers Guage and Lock Tender $34.52 7,4 31 8S Yakima Laborers Guardrail Erector $33.44 7A 31 Laborers Hazardous Waste Worker $34.42 7A 31 I (level A) Yakima Laborers Hazardous Waste Worker $34.01 7A 31 (level B) Yakima Laborers Hazardous Waste Worker $33.44 7A 31 I (level C) 'Yakima Laborers High Scaler $34.42 7A 31 'Yakima Laborers Jackhammer $34.01 7A 31 'Yakima Laborers Laserbeam Operator $34.01 7A 31 I 'Yakima Laborers Maintenance Person $33.44 7A 31 I 1 'Yakima Laborers Manhole Builder - mudman $34.01 7A 31 I 'Yakima Laborers Material Yard Person $33.44 7A 31 ,Yakima Laborers Motorman -dinky Locomotive $34.01 7A 31 1 Yakima Laborers Nozzleman (concrete Pump, $34.01 7,4 31 Green Cutter When Using Combination Of High Pressure Air a Water On Concrete a Rock, Sandblast, Gunite, Shotcrete, Water Bla 'Yakima Laborers Pavement Breaker $34.01 7A 31 N I 1 Yakima Laborers Pilot Car $31.40 7A 31 Yakima Laborers Pipe Layer(lead) $34.42 7A 31 I 1 'Yakima Laborers Pipe Layer /tailor $34.01 7A 31 I 'Yakima Laborers Pipe Pot Tender $34.01 7A 31 tYakima Laborers Pipe Reliner $34.01 7A 31 'Yakima Laborers Pipe Wrapper $34.01 7A 31 Yakima Laborers Pot Tender $33.44 7A 31 'Yakima Laborers Powderman $34.42 7A 31 1 'Yakima Laborers Powderman's Helper $33.44 7A 31 'Yakima Laborers Power Jacks $34.01 7A 31 IIM Yakima Laborers Railroad Spike Puller - Power $34.01 7A 31 'Yakima Laborers Raker - Asphalt $34.42 7A 31 'Yakima Laborers Re- timberman $34.42 7A 31 'Yakima Laborers Remote Equipment Operator $34.01 7A 31 IIIII 'Yakima Laborers Rigger /signal Person $34.01 7A 31 IIIII 'Yakima Laborers Rip Rap Person $33.44 7,4 31 MB I ;Yakima Laborers Rivet Buster $34.01 7A 31 Yakima Laborers Rodder $34.01 7A 31 I I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 I Page 5 of 16 1 Yakima Laborers 'Scaffold Erector $33.441 7A 31 I 1 'Yakima Laborers Scale Person $33.44 7A 31 'Yakima Laborers _ Sloper (over 20 .. ) $34.01 7A 31 'Yakima Laborers Sloper Sprayer $33.44 7A _ 31 I 'Yakima Laborers Spreader (concrete) $34.01 7A 31 Yakima Laborers Stake Hopper $33.44 7A 31 I 'Yakima Laborers Stock Piler $33.44 7A 31 - - I Yakima Laborers Tamper &t Similar Electric, Air $34.01 7A 31 a Gas Operated Tools I 'Yakima Laborers Tamper (multiple &t Self- $34.01 7A 31 propelled) 'Yakima Laborers Timber Person - Sewer $34.01 7A 31 _ (lagger, Shorer Et Cribber) 'Yakima Laborers Toolroom Person (at Jobsite) $33.44 7A 31 'Yakima Laborers Topper $33.44 7A _ 31 - - t I 'Yakima Laborers Track Laborer $33.44 7A 31 Yakima Laborers Track Liner (power) $34.01 7A 31 'Yakima Laborers Traffic Control Laborer $33.29 7A 31 8R 1 'Yakima Laborers Traffic Control Supervisor $33.29 7A 31 8R 'Yakima Laborers Truck Spotter $33.44 7A 31 I 'Yakima Laborers Tugger Operator $34.01 7A _ 31 'Yakima Laborers Tunnel Work Miner $34.52 7A 31 } 'Yakima Laborers Vibrator $34.01 7A 31 I 'Yakima Laborers Vinyl Seamer $33.44 7A 31 Yakima Laborers Watchman $28.66 7A 31 'Yakima Laborers Welder $34.01 7A 31 1 'Yakima Laborers Well Point Laborer $34.01 7A 31 'Yakima Laborers Window Washer /cleaner $28.66 7A 31 I Yakima Laborers - Underground Sewer General Laborer &t Topman $33.44 7A 31 &t Water (Yakima Laborers - Underground Sewer Pipe Layer $34.01 7,4 31 I # tt Water 'Yakima Landscape Construction Irrigation Or Lawn Sprinkler $9.32 1 Installers !Yakima Landscape Construction Landscape Equipment $15.45 1 I 1 Operators Or Truck Drivers Yakima Landscape Construction Landscaping Or Planting $9.32 1 Laborers 1 'Yakima Lathers Journey Level $38.68 5D 1M 'Yakima Marble Setters Journey Level $42.38 5A 1M I '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 I '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 1 'Yakima Modular Buildings Journey Level $14.11 1 I I 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 6 of 16 1 IYakima Painters Journey Level $29.36 6Z I 1W I Yakima Pile Driver Journey Level $50.30 5D 1M I 1 'Yakima Plasterers Journey Level $49.29 M. 1R 1 IYakima Playground Et Park Equipment Journey Level $9.32 1 Installers Yakima Plumbers Et Pipefitters Journey Level $74.29 6Z I Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P III Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Batch Plant Operator, $53.00 7A 3C 8P I Concrete IYakima Power Equipment Operators Bobcat $50.22 7A 3C 8P !Yakima Power Equipment Operators Brokk - Remote Demolition $50.22 7A 3C 8P Equipment IYakima Power Equipment Operators Brooms $50.22 7A 3C 8P IYakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P 1 IYakima Power Equipment Operators Cableways $53.49 7A 3C 8P IYakima Power Equipment Operators Chipper $53.00 7A 3C 8P 'Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P I 1 !Yakima Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 M !Yakima Power Equipment Operators Concrete Finish Machine -laser $50.22 7A 3C 8P Screed IYakima Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. !Yakima Power Equipment Operators Concrete Pump: Truck Mount $53.00 7A 3C 8P I With Boom Attachment Up To i 42m 'Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P 1 Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $53.0 7A 3C 8P Tons With Attachments IYakima Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P II Tons, Or 150' Of Boom (Including Jib With I Attachments) , IYakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P 1 Or 250' Of Boom (including Jib I With Attachments) i IYakima Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $50.22 7A 3C 8P Under !Yakima Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P ! Through 199 Tons 'Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Yakima Power Equipment Operators $55.17 7A I 3C 8P 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 I Page 7 of 16 1 Cranes: Over 300 Tons Or 300' I • Of Boom (including Jib With i Attachments) 'Yakima Power Equipment Operators Cranes: Through 19 Toms With $52.58 7A 3C 8P Attachments A -frame Over 10 Tons IYakima Power Equipment Operators Crusher $53.00 7A 3C 8P Yakima Power Equipment Operators Deck Engineer /deck Winches $53.00 7A 3C 8P (power) Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P I IYakima Power Equipment Operators Dozers D -9 a Under $52.58 7A 3C 8P !Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Or Crane Mount I iYakima Power Equipment Operators Drilling Machine $53.00 7A _ 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: $50.22 7A 3C 8P P ermanent And Shaft Type 1 Yakima Power Equipment Operators Finishing Machine, Bidwell $53.00 7A 3C 8P And Gamaco Et Similar Equipment I Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P 1 With Attachments , Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. $50.22 7A 3C 8P With Attachments Yakima Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc I Yakima Power Equipment Operators Gradechecker /stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P 1 IYakima Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P I Articulating Off- Road Equipment 45 Yards. Et. Over Yakima Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P I Articulating Off -road Equipment Under 45 Yards Yakima Power Equipment Operators Horizontal /directional Drill $52.58 7A 3C 8P I Locator Yakima Power Equipment Operators Horizontal /directional Drill $53.00 7A 3C 8P Operator I r Yakima Power Equipment Operators Hydralifts /boom Trucks Over $52.58 7A 3C 8P 10 Tons Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 $50.22 7A 3C 8P I `s Tons And Under ! Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P 1 Over I 'Yakima Power Equipment Operators Loader, Overhead, 6 Yards. $53.49 7A 3C 8P But Not Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P Yards I IYakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P !Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P 1 Yakima Power Equipment Operators Locomotives, All $53.00 7A 3C 8P I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 8 of 16 1 (Yakima Power Equipment Operators Material Transfer Device $53.00 7A 3C 1 8P 1 1Yakima Power Equipment Operators Mechanics, All (leadmen - $54.04 7A 3C 8P I t $0.50 Per Hour Over ! Mechanic) Yakima Power Equipment Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P 1 finishing 1 Yakima Power Equipment Operators Motor Patrol Graders, $53.49 7A 3C 8P Finishing !Yakima Power Equipment Operators Mucking Machine, Mole, $53.49 7A 3C 8P I Tunnel Drill, Boring, Road ! Header And /or Shield I Yakima Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P Distribution Et Mulch Seeding Operator ;Yakima Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P Manlifts), Air Tuggers,strato 1 Yakima Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P ! 20 Tons Through 44 Tons Yakima Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7,4 3C 8P 1 Tons And Over !Yakima Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C 8P Tons Through 99 Tons Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P 1 I !Yakima Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P ! Mount) Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P 1 !Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P !Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P 1 !Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P 1 !Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $5149 7A 3C 8P 1 !Yakima Power Equipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom !Yakima Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P I Rubber Tired Earth Moving ! Equipment i !Yakima Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P 1 !Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P 1 !Yakima Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P 1 Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $52.58 7A 3C 8P Materials Yakima Power Equipment Operators Roto -mill, Roto - grinder $53.00 7A 3C 8P B !Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under $53.00 7A 3C 8P { I a 45 Yards !Yakima Power Equipment Operators Scrapers - Concrete a Carry $52.58 7A 3C 8P I All !Yakima Power Equipment Operators Scrapers, Self - propelled: 45 $53.49 7A 3C 8P ! ! Yards And Over 1 !Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 81) 1 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 I Page 9 of 16 1 Yakima Power Equipment Operators Shotcrete /gunite Equipment $50.22 7A 3C 1 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P I Tractors Under 15 Metric _ Tons. I Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 j Metric Tons I Yakima Power Equipment Operators Shovel, Excavator, Bac:khoes, $53.00 7A 3C 8P Tractors: 15 To 30 Metric Tons j Yakima Power Equipment Operators Shovel, Excavator, Bac:khoes: $54.04 7A 3C 8P I I Over 50 Metric Tons To 90 Metric Tons 1Yakima Power Equipment Operators Shovel, •- $54.61 7A 3C 8P Over 90 Metric Tons 1 1Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider a $53.49 7A 3C 8P I Screedman Yakima Power Equipment Operators Sub rader Trimmer g $53.00 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P I Yakima Power Equipment Operators Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom Yakima Power Equipment Operators Tower Crane Up To 175' In $54.N 7A 3C 8P I Height Base To Boom !Yakima Power Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P Truck Type I Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 $53.00 7A 3C 8P Tons And Over I ' Yakima Power Equipment Operators Truck Crane Oiler /driver $52.58 7A 3C 8P Under 100 Tons Yakima Power Equipment Operators Truck Mount Portable $53.00 7A 3C 8P I Conveyor Yakima Power Equipment Operators Welder 9 $53.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $50.22 7A 3C 8P I Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 $53.49 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators 7A 3C 8P Underground Sewer a Water I Yakima Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer a Water — t Yakima Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P I Underground Sewer a Water — — Yakima Power Equipment Operators- Batch Plant Operator, $53.00 7A 3C 8P Underground Sewer a Water Concrete I Yakima Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Brokk - Remote Demolition $50.22 7A 3C 8P I Underground Sewer a Water Equipment Yakima Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer a Water 1 1 1Yakima Bump Cutter $53.00 7A 3C l 8P 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 10 of 16 1 Power Equipment Operators - Underground Sewer Et Water 1 IYakima Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer E Water Yakima Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M IYakima Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P Underground Sewer E Water Screed Yakima Power Equipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P 1 I Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. 1Yakima Power Equipment Operators- Concrete Pump: Truck Mount $53.00 7A 3C 8P I Underground Sewer a Water With Boom Attachment Up To 42m !Yakima Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer a Water 111 {Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 8P i Underground Sewer & Water Tons With Attachments `Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $54.04 7A 3C 8P I Underground Sewer a Water Tons, Or 150' Of Boom t (Including Jib With Attachments) 1 !Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P g Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) 1 Yakima Power Equipment Operators - Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With I Attachments) Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And $50.22 7A 3C 8P Underground Sewer E Water Under Yakima Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underground Sewer Et Water Through 199 Tons !Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P I 1 Underground Sewer & Water tYakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P # Underground Sewer & Water Of Boom (including Jib With I Attachments) IYakima Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P 6 Underground Sewer & Water Attachments A -frame Over 10 1 Tons Yakima Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer & Water i !Yakima Power Equipment Operators- Deck Engineer /deck Winches $53.00 7A 3C 8P 1 Underground Sewer & Water (power) Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer & Water 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 I Page 11 of 16 1 Yakima Power Equipment Operators- Dozers D -9 Et Under $52.58 7A 3C 8P ' Underground Sewer &t Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer Et Water Or Crane Mount I Yakima Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer & Water IYakima Power Equipment Operators- Elevator And Man -lift: $50.22 7A 3C 8P ' € Underground Sewer Et Water Permanent And Shaft Type Yakima Power Equipment Operators- Finishing Machine, Bidwell $53.00 7,4 3C 8P Underground Sewer Et Water And Gamaco Et Similar I Equipment Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underground Sewer Et Water With Attachments I Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. $50.22 7A 3C 8P Underground Sewer &t Water With Attachments ► 'Yakima Power Equipment Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc I !Yakima Power Equipment Operators- Gradechecker /stakeman $50.22 7A 3C 8P i Underground Sewer & Water I 'Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over Yakima Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P Underground Sewer & Water Articulating Off -road 1 Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill $52.58 7A 3C 8P Underground Sewer Et Water Locator !Yakima Power Equipment Operators- Horizontal /directional Drill $53.00 7A 3C 8P Underground Sewer & Water Operator Yakima Power Equipment Operators- Hydralifts /boom Trucks Over $52.58 7A 3C 8P I Underground Sewer & Water 10 Tons Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 $50.22 7A 3C 8P Underground Sewer & Water Tons And Under I !Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & $54.04 7A 3C 8P I Underground Sewer & Water Over Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. $53.49 7A 3C 8P I Underground Sewer & Water But Not Including 8 Yards !Yakima Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer & Water Yards I 1 Yakima Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P I Underground Sewer & Water 'Yakima Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer & Water I 'Yakima Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $54.04 7A 3C 8P Underground Sewer & Water $0.50 Per Hour Over Mechanic) 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 12 of 16 1 Yakima Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer a Water finishing 1 Yakima Power Equipment Operators- Motor Patrol Graders, $53.49 7A 3C 8P Underground Sewer & Water Finishing iYakima Power Equipment Operators- Mucking Machine, Mole, $53.49 7A 3C 8P 1 1 Underground Sewer & Water Tunnel Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P Underground Sewer & Water Distribution Et Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P I Underground Sewer & Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P t Underground Sewer &t Water 20 Tons Through 44 Tons Yakima Power Equipment Operators- Overhead, : . • - Type: • • $54.04 7A 3C 8P I Underground Sewer Et Water Tons And Over iYakima Power Equipment Operators- Overhead, Bri• • - • - $53.49 7A 3C 8P 1 Underground Sewer & Water Tons Through • Yakima Power Equipm- Operators- Pavement Breaker - $50.22 7A 3C 8P Underground Sewer . I !Yakima Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P I Underground Sewer a Water Mount) Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P 9 t Underground Sewer & Water r ;Yakima Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P i Underground Sewer & Water I #Yakima Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P p Underground Sewer & Water !Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P 1 Underground Sewer & Water I !Yakima Power Equipment Operators- Quick Tower - No Cab, Under $50.22 7A 3C 8P I I Underground Sewer & Water 100 Feet In Height Based To Boom Yakima Power E• • - Operators- Remote Control Operator On $53.49 7A 3C 8P Q Underground Sewer • - Rubber Tired Earth Moving i Equipment R Yakima Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P 1 Underground Sewer a Water iYakima Power Equipment Operators- Rollagon $53.49 7A 3C 8P i Underground Sewer & Water 1 IYakima Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $52.58 7A 3C 8P 1 I Underground Sewer & Water Materials I IYakima Power Equipment Operators- Roto -mill, Roto - grinder $53.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P Underground Sewer & Water Yakima $53.00 7A 3C 8P 1 N https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 2/20/2014 1 Page 13 of 16 1 Power Equipment Operators- Scraper, Self Propelled Under I (Underground Sewer a Water 45 Yards Yakima Power Equipment Operators- Scrapers - Concrete Et Carry $52.58 7A 3C 8P 1 Underground Sewer a Water All I 'Yakima Power Equipment Operators- Scrapers, Self - propelled: 45 $53.49 7A 3C 8P 4 Underground Sewer & Water Yards And Over 'Yakima Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P 1 Underground Sewer Et Water 'Yakima Power Equipment Operators- Shotcrete /gunite Equipment $50.22 7A 3C 8P i Underground Sewer Et Water — –` I &Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P I Underground Sewer a Water Tractors Under 15 Metric I Tons. I Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Underground Sewer &Water Over 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P I Underground Sewer a Water Tractors: 15 To 30 Metric Tons 'Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7,4 3C 8P 1 1 Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons 1 Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons 1 Yakima Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer a Water !Yakima Power Equipment Operators- Spreader, Topsider a $53.49 7A 3C 8P I I Underground Sewer Et Water Screedman Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Over 175'in $54.61 7,4 3C 8P I Underground Sewer Et Water Height, Base To Boom !Yakima Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P Underground Sewer &t Water Height Base To Boom I Yakima Power Equipment Operators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer Et Water Truck Type Yakima Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $53.00 7A 3C 8P Underground Sewer & Water Tons And Over — I I 1 Yakima Power Equipment Operators- Truck Crane Oiler /driver $52.58 7A 3C 8P I Underground Sewer Et Water Under 100 Tons 'Yakima Power Equipment Operators- Truck Mount Portable $53.00 7A 3C 8P I Underground Sewer Et Water Conveyor ' Yakima Power Equipment Operators- Welder $53.49 7A 3C 8P 4 Underground Sewer & Water I Yakima Power Equipment Operators- Wheel Tractors, Farman Type $50.22 7A 3C 8P Underground Sewer & Water — !Yakima Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P I i Underground Sewer & Water 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 14 of 16 1 1Yakima Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers I 'Yakima Power Line Clearance Tree Spray Person $42.58 5A 4A Trimmers 'Yakima Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A 1 Trimmers Yakima Power Line Clearance Tree Tree Trimmer $40.08 5A 4A I Trimmers I Yakima Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A 4A l Trimmers Yakima Refrigeration Et 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 1 ! Yakima Residential Cement Masons Journey Level $11.86_ 1 ! 'Yakima Residential Drywall Journey Level $18.00 1 1 Applicators i 1 Yakima Residential Drywall Tapers Journey Level $ 17.00 1 _ IN 'Yakima Residential Electricians Journey Level $21.98_ 1 i Yakima Residential Glaziers Journey Level $22.43 61 1B 1 !Yakima Residential Insulation Journey Level $14.38 - 1 1 I Applicators 'Yakima Residential Laborers Journey Level $11.02_ 1 I I 'Yakima Residential Marble Setters Journey Level $29.00 1 !Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55- 1 I Pipefitters !Yakima Residential Refrigeration & Air Journey Level $28.11 - 1 i Conditioning Mechanics !Yakima Residential Sheet Metal Journey Level (Field or Shop) $37.82 5A 1X III ! Workers 'Yakima Residential Soft Floor Layers Journey Level $17.55 1 ! Yakima Residential Sprinkler Fitters Journey Level $9.32- 1 1Fire Protection) I !Yakima Residential Stone Masons Journey Level $16.00 1 !Yakima Residential Terrazzo Workers Journey Level $9.32 1 !Yakima Residential Terrazzo /Tile Journey Level $17.00- 1 F III inishers 'Yakima Residential Tile Setters Journey Level $16.78 1 'Yakima Roofers Journey Level $12.00 1 1 'Yakima Sheet Metal Workers Journey Level (Field or Shop) $51.91 5A 1X Yakima Sign Makers & Installers Journey Level $14.65- 1 I , (Electrical) 'Yakima Sign Makers & Installers (Non- Journey Level $14.65- 1 Electrical) 'Yakima Soft Floor Layers Journey Level $23.11 5A 1N I 1 !Yakima Solar Controls For Windows Journey Level $9.32 1 'Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 i Protection) i 1 tress.wa. ov /lni /wa elooku / rvWa https:/ /for elookup.aspx 2/20/2014 g S p P g Page 15 of 16 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 I I Structural) Yakima Stone Masons Journey Level $42.38 5A 1M Yakima Street And Parking Lot — Journey Level $9.32 1 1 ( Sweeper Workers Yakima Surveyors Assistant Construction Site $52.58 7A 3C 8P _ Surveyor I JYakima Surveyors _ Chainman $52.06 7A 3C 8P Yakima Surveyors Construction Site Surveyor $53.49 7A 3C 8P Yakima Telecommunication Journey Level $20.00 1 1 Technicians E Yakima Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside I Yakima Telephone Line Construction - Hole Digger /Ground Person $20.05 5A 2B Outside !Yakima Telephone Line Construction - Installer (Repairer) $34.50 5A 2B I I Outside 'Yakima Telephone Line Construction - Special Aparatus Installer I $36.01 5A 2B Outside I . Yakima Telephone Line Construction - Special Apparatus Installer II $35.27 5A 2B I Outside _ s Yakima Telephone Line Construction - Telephone Equipment $36.01 5A 2B I Outside Operator (Heavy) Yakima Telephone Line Construction - Telephone Equipment $33.47 5A 2B Outside Operator (Light) I I Yakima Telephone Line Construction - Telephone Lineperson $ 33.47 5A 2B I Outside !Yakima Telephone Line Construction - Television Groundperson $19.04 5A 2B I I Outside Yakima Telephone Line Construction - Television $25.27 5A 2B $ . Outside Lineperson /Installer Yakima Telephone Line Construction - Television System Technician $30.20 5A 2B Outside _ (Yakima Telephone Line Construction - Television Technician $27.09 5A 213 I , Outside !Yakima Telephone Line Construction - Tree Trimmer $33.47 5A 2B I Outside _ I I Yakima Terrazzo Workers Journey Level $33.05 5A 1M Yakima Tile Setters Journey Level $33.05 5A 1M I Yakima Tile, Marble Et Terrazzo Journey Level $28.97 5A 1M I Finishers !Yakima Traffic Control Stripers _ Journey Level $42.33 7A .. 1< 1 Yakima Truck Drivers Asphalt Mix $14.19 1 1 !Yakima Truck Drivers Dump Truck Et Trailer(c:.wa- $37.56 61 2G 760) 1 !Yakima Truck Drivers Dump Truck(c.wa -760) $37.56 61 2G !Yakima Truck Drivers Other Trucks(c.wa -760) $37.56 61 2G !Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers E` Irrigation Pump Irrigation Pump Installer $25.44 1 I Installers 1 https:// fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 2/20/2014 Page 16 of 16 1 (Yakima Well Drillers 0 Irrigation Pump Oiler $9.321 1 (Installers iYakima Well Drillers a Irrigation Pump Well Driller $18.00 1 , L .�..,�_._._ Installers__ - - ._...��....__..__..��., _ _ �........�...,_,._.�...v._.�.�. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 2/20/2014 1 Benefit Code Key — Effective 3-5-2014 thru th u 8 30 2014 ' ******************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *> ************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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. 1 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 1 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. 1 1 1 1 1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of 1. N. All ho s s y( p p s y) p wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours 1 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. 1 2 1 Benefit Code Key — Effective 3-5-2014 thru 8 -30 -2014 ' 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. ' F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of 1 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 1 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. 1 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 1 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. B. 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, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 3 1 1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 3. 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. 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. I. 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. 1 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. 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 Christm as 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). 4 I Benefit Code Key — Effective 3 -5 -2 1. y 0 4 thru 8-30-2014 II 5. H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I 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 I)ay, 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, I 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). I 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). I 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. I Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). I R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving; Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). 1 S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). I 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). I Z. Holidays: New Year's Day, Memorial Day, Independence I)ay, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). I Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving I 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, I Independence Day, Labor Day, Thanksgiving Day, Day 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, I Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, I Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 5 1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 6. 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. 1 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. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 111 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 Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1 6 1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 7. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Da The Y g g Y� Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls I 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. I 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. 1 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. I 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 1 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, I 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. I 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. I O. 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, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be I 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. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after I 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 I 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. I 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 1 considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After I 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. 1 7 I 1 1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 1 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. 1 L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current 1 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. 8 1 '1 1 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 I 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. 1 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 1 (360) 902 -5330. 1 1 1 Supplemental to Wage Rates 1 03/05/2014 Edition, Published February 5th, 2013 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 1 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. 1 ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans 1 2. Metal circular frames (rings) and covers, circular grates, • and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 siz es smaller than 60 inch diam eter. X 1 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 x to 120 inches in dia meter. May also be treated, 1 thru 5. 1 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in x 1 diameter. May also be treated, #5. 1 1 Supplemental to Wage Rates 2 03/05/2014 Edition, Published February 5th, 2013 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 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 /o r X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). 13. '.'Concrete PiI ing -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete pili ng. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 'IL, 1 P, and 2 With adjustment sections. See Std. Plans. X 1 1 1 Supplemental to Wage Rates 3 03/05/2014 Edition, Published February 5th, 2013 1 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 X prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. 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. Fabrication plant has annual approval for methods and materials X to be used 1 Supplemental to Wage Rates 4 03/05/2014 Edition, Published February 5th, 2013 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure I 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 X 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 X 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. X See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast H ollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Draw ing to X be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 1 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 X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. 1 , 1 Supplemental to Wage Rates 5 03/05/2014 Edition, Published February 5th, 2013 1 1 1 1 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 i. 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 X 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 X 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 X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway 1 illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X 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 X 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 Dual Faced) X See Std. Plans. 1 Supplemental to Wage Rates 6 03/05/2014 Edition, Published February 5th, 2013 1 1 1 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. X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates /Concrete m ixes Covered by •� WAC 296 - 127 -018 46. Asphalt Covered by WAC 296 - 127 -018 47. Fiber fabrics X 48. Electrical wiring/components g components X 49. treated or untreated timber pile X 50. 'Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X 1 1 1 1 ' Supplemental to Wage Rates 7 03/05/2014 Edition, Published February 5th, 2013 1 I 1 1 ITEM DESCRIPTION YES NO • 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 1 56. Epoxy X 57. Cribbing X 1 58. Water distribution materials X 59. Steel "H" piles X 1 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X 1 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 applic able 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 1 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. 1 1 1 Supplemental to Wage Rates 8 03/05/2014 Edition, Published February 5th, 2013 ' 1 1 1 WSDOT's List of State Occupations not applicable to Heavy and 1 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) 1 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. 1 1 1 Supplemental to Wage Rates 9 03/05/2014 Edition, Published February 5th, 2013 1 1 1 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 1 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. 1 (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 1 (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 1 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. 1 (e) They deliver concrete to a public works site regardless of the method of incorporation. 1 (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 Supplemental to Wage Rates 10 03/05/2014 Edition, Published February 5th, 2013 1 1 1 (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 Toad, 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. 1 1 [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270.08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 Supplemental to Wage Rates 11 03/05/2014 Edition, Published February 5th, 2013 1 1 1 1 1 1 1 1 1 1 1 SECTION 6 - FAA GENERAL CONDITIONS 1 1 1 1 1 1 1 G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Cartier Vehicle Spec.Dorx 6 -0 1 FAA GENERAL CONDITIONS These provisions shall govern the general construction and administration of this contract unless otherwise directed. 1 Section No. 6 FAA General Conditions is reprinted from Division I, General Provisions, of the "Standard for Specifying Construction of Airports," Edition of September 29, 2007, as amended, published by the Federal Aviation Administration, including AC 150/5370 -10F dated September 30, 2011. 1 1 1 1 1 1 • r • 1 1 1 1 1 G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Career Vehide Spec.Docx 6 -1 i 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: 1 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 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 r g g 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. I 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 :IPROJECTS12011\11055\2014-02 -06 Snowsweeper Carver Vehicle Spec.Docx 6 -2 1 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. 1 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 i 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," 1 "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 1 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. 10 -30 NOTICE TO PROCEED. A written notice to the CONTRACTOR to begin the actual contract work G:WROJECTS\2011 \11055\2014 -02 -08 Snowsweeper Carrier Vehicle Spec.Docc 6-3 1 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. 1 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, hndholes, lighting fixtures and bases; transformers; flexible and s; 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 1 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:WROJECTSV011 \1105512014-02 -06 Snowsweeper Cartier Vehicle Spec.Docx 6-4 1 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) • 1 1 1 1 1 1 1 1 1 1 1 1 G:WROJECTS\2011 \11055\2014-02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -5 1 ' 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. For AIP contracts, the proposal shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and, in addition, shall conform to the requirements of Part 152 of the Federal ' Aviation Regulations pertaining to the particular contractor being let. 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. 1 d. Unsatisfactory work on previous contracts with the OWNER. 20 -05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES 1 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 ' G:IPROJECTS12011111055 @014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-6 1 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. 20 -06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE 1 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 1 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 1 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. 1 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. 1 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. G:\PROJECTS12011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-7 1 ' 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 contracts 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, 1 1974. 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. 1 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 1 1 GA PROJECTS Snowsweeper Carrier Vehicle Spec.Docx 6-8 1 Section 30 Award and Execution of Contract 30 -01 CONSIDERATION OF PROPOSALS 1 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. 1 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 1 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) ninety 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 contracts 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 G:\PROJECTS\2011 \11055\ 2014 -02.08 Snawsweeper Carrier Vehicle Spec.Dacx 6 -9 i to the full amount of the contract. These bonds shall remain in effect until one (1) year after the date of Substantial Completion, except as 1 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 Certifications 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. 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 1 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. 1 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 111 guaranty, not as a penalty, but as liquidation of damages to the OWNER. END OF SECTION 30 1 1 1 .1 1 G: 'PROJECTS201111105512014 -02 -08 Snowsweeper Carrier Vehicle Spec.Docr 6 -10 1 Section 40 40 -01 INTENT OF CONTRACT Scope of Work 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 1 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 $2,000.00. 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. 1 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. G:IPROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -11 • 1 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. 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. 1 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 1 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 G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Doc< 6-12 1 ' in the work. 40 -07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK Should the CONTRACTOR encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the 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, 1 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 1 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 1 CONTRACTOR has obtained the written permission of such property OWNER. END OF SECTION 40 1 1 1 1 GAPROJECTS\2011 \110552014 -02.06 Snowsweeper Garner VeNGe Spec.Docx 6 -13 i Section 50 Control of Work 50 -01 AUTHORITY OF THE ENGINEER 1 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 under the contract. ' The ENGINEER does not have the authority to accept materials 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 1 (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 1 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 G:IPROJECTS \11055\ 2014-02 -06 Snowsweeper Carrier Vehicle Spec.Doa 6 -14 1 FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited 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 1 The CONTRACTOR will be supplied with (5) 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 hold 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 - This Section Deleted • - _ ' - - _e•-• - - - - -- - - -'' '" -- "- -- • - i eubccqucnt cctimatcc due the CONTRACTOR a • - e - - • - • - • - - G:\PROJECTS\2011 \1105512014 -02 -06 Snowsweeper Carrier Vehide Spec.Docx 6-15 i CONTRACTOR must be checkcd by the ENGINEER prior to beginning any work in the area. The • ' • _ • : • • - - •_ - .e e _ _ - e • -. -e _ - _ • - ncnt set by thc CONTRACTOR. In case of e , e - - ° s, resulting in establishing gradcs and /or her) b + ENGINEER, all construction not in accordance with thc ect - ',.hed grades and /or alignment - - - - - - - - ..•e_ - - - - - _e thc OWNER. materials, or other expenses therewith. The cost thereof shall be included in thc price of the bid for the various items, of thc Contract. Rough Grade slope stakes at 100 foot stations. Subgrade blue tops at 25 foot stations and 25 foot offcc. Iesations: ' a. Runway — minimum 5 per station ' d: Roadways minimum 3 per station • Bacc Course blue tops at 25 foot ctatierac and 25 foot offr - e - - - • - - - -- ' locations: Pavement areas: ' - - _ . - •- - • _ _ _ _ _ • - - CONTRACTOR) at 100 foot stations • - - - • - - - - - • 111 (1) Runways e - - •- - - -- • ( (2) Taxiways ach paving lane width ' (3) Holding a as c. After finish paving operations at 50 foot ctatio 50.- feet - • • . _ - •• .. • . - - .- • -•• - _ _ • , •- - - and gradcs including but not limited to duct s, fixtures, signs, lights, VASIs, PAPIs, REILs, Wind Cones, Distance Markers {signs), pull boxes and manholes. Painting and Striping layout (pinned with 1.5 in PK nails) marked for paint Contractor. (All nails shall ' be remover) afte F - pa inting \ G:PROJECTS\ 2011 \11055'2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -16 1 feet per pace (that is, paving Ianc). 50 -07 AUTOMATICALLY CONTROLLED EQUIPMENT - - This Section Deleted 1 50 -08 AUTHORITY AND DUTIES OF INSPECTORS •. .• 111 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. 1 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. 1 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. 1 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:WROJECTS\2011 \110552014 -02 -00 Snowsweeper Carrier Vehicle Spec.Doa 6-17 1 No removal work made under provision of this subsection shall be done without lines and grades having 1 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 1 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 forthwith 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 - - This Section Deleted 1 ' In the c ,.e of a contract for thc placing of a course upon a c - _ = _ - e -e" e - .e.. _ • - - e , ' • _ •• • _ _ the project _s accepted shall be included in 1 50 -13 FAILURE TO MAINTAIN THE WORK - - This Section Deleted g _ . _ _ e , _ - _ _ e e • _ - _ _ , he ENGINEER shall immediately notify the required to remedy such unsatisfactory maintenance condition. The time specified will give duc consideration to the urgency that exists, l _ _ _ _ • _ e , - A-- e - -il to respond to thc ENGINEER's notification, thc OWNER may upend • - - _ - - . • • - - - • - - _ _ - e _ . le OWNER, shall be deducted from monies duc or to bccome due the CONTRACTOR. 50 -14 PARTIAL ACCEPTANCE 1 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. G:iPROJECTSi2011 \1105512014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -18 • 1 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. 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; G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -19 1 1 e. A statement of the effect the 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 1 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 1 construed to require the ENGINEER to consider any cost reduction proposal that may be submitted. The CONTRACTOR shall continue to perform the work in accordance with the requirements of the ' contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the CONTRACTOR's cost reduction proposal specifies that a decision should be made, or such other date as the CONTRACTOR may subsequently have requested ' in writing, such cost reduction proposal shall be deemed rejected. The ENGINEER shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the ENGINEER may disregard the contract bid prices if, in the ENGINEER's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. 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 1 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 1 1 1 1 G:\PROJECTS\2011 \11055\201402 -06 Snowsweeper Cartier Vehicle Spec.Docx 6-20 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 . G:V'ROJECTS\ 2011 \11055\ -02 -06 Snowsweeper Cartier Vehicle Spec.Doc< 6 -21 1 fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the ENGINEER. When a material or assembly is specified by "brand name or equal" and the CONTRACTOR elects to furnish the specified "brand name," the CONTRACTOR shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; And, b. Suitability of the material or assembly for the use intended in the contract work. Should the CONTRACTOR propose to furnish an "or equal" material or assembly, he shall furnish the 1 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. 1 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. 1 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 1 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 - This Section Deleted The CONTRACTOR shall--furnich for the duration of the project one building for thc ucc of the field This building shall be located conveniently near to the construction and shall be separate from any • -dB, - -- - ••-• - •- -- - • • -•- -•e --- -- - • G:'PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Doc( 6-22 i Any Long Distance Tolls shall be-the responsi icr. The CONTRACTOR shall furnish FAX machine, photocopy machine, water, sanitary facilities, h at, air conditioning, and electricity. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection ENGINEER to inspect the workmanship and materials entcring into the work. 60 -06 STORAGE OF MATERIALS Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. ' Stored materials shall be located so as to facilitate their prompt inspection. The CONTRACTOR shall coordinate the storage of all materials with the ENGINEER. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of t 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 used 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 Toss due to the CONTRACTOR's handling, storage, or use of OWNER- furnished materials. END OF SECTION 60 1 1 G:IPROJECTS12011 \1105512014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-23 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 1 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 tradernark 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 - This Section Deleted • ' _ _ • • - - • - - - --e' ... - - e - •, _ d r rring the progro:,c of the work. To the a has been coordinated with the OWNER, OWNER (Utility or Other Facility) Location (See Plan Sheet No.) Person to Contact (Name, Title, Address and Phone) 1 - - - - e - - • - ! ' • - ! ' •- - e" nit any individual, firm, or corporation to during the progress of the work, the CONTRACTOR shall coc e - - = _ . _ • = - _ � - -•e •e _ _ _ performing the work in this contract so as to facilitate such con others whether or not such work by others is listed aboN - . • - • - _ - - _ - - - e e • - ENGINEER, the CONTRACTOR shall make all necessary r : _ . e - - _ • •_ • - - _ _ - authorized work by otherz- n4c occ otherwiise ^rov led for in the contract, plans, or specifications. It is - to such authorized work by others or for any delay to the work - - e 1 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 G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -24 1 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 1 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. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety 1 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 - This Section Deleted hazards ncccssary to protect the public and the work. When used during periods of dar- -kRccc, such Traffic Control Devices for Streets and Highway (published by the United States Government Printing Office). 1 G:'PROJECTS 2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -25 1 markings for hazards until their dismantling is directed by the ENGINEER. e e - • _ e •_ •_ _ _ e e ?rations areas of thc airport. 1 70 -09 USE OF EXPLOSIVES - This Section Deleted •-• • - _ - _ - _ _ • - • . - - - _ _ • - _ _ --- Ion of the work, the CONTRACTOR shalt 1 be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliant- • - - - - - - - -- , - - --• staFage places shall be clearly marked. Where no local laws o r ordinances apply, storage shall be _ _ •_ - _ _ _ _ _ _ • - • - , _ , •• e _ , •_ -loser than 1,000 feet (300 m) from the work The CONTRACTOR shall notify each property owner and public utility company having structures or - • _ - • _ _ _ _ - _ - _ _ - • - -• _ _ - _ - pc as they may deem necessary to protect their property from injury. - - _ - e - _ •_ _ e - •_ --e •_ •_ •• - e _ • or within 1,000 feet (300 m) of thc airport I 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE - - This Section Deleted CTOR shall be responsible for thc preservation e _ e - - .- - - : e • - - e e - - -•* • - • - - • • isturbance or damage all land monuments and property markers until the ENGINEER has witneczed or otherwise referenced their locatie • -•* . - •- - - • - •• - e - . • — • _ - e ' _ •_ e - - - _ _ • _ _ _ = - - - . - : e e - - - - - - - - -- , - • • 9glect, or misconduct in his /her manner or method of executing the work, or at any timc due to defective work or materials, and said responsibility 1 will not be rel aced until thc 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 e - - - - - - - - - - - - - - - - - such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make goy - - - - - - - - - - - • - - - - - - - - - mam 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 1 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. G:\PROJECTS\ 2011 \11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -26 1 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 1 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. 1 70 -13 OPENING SECTIONS OF THE WORK TO TRAFFIC - This Section Deleted e • e- - -'' - ' - '' - _e e - - - - _e • -- - - •- a -• - • • e A - _- -- - - - - - - - occupancy by the OWNER as described below: Phase 1. The work extents arc shown on the plans and mainly consist of work on the west ramp. __ • _e _ - _ • _ - • __ _ • _ . _e -e -- • __ - - e __ --- _- _ • _ 1 _ _ _ ' _ '- __ - - - e _ •- _ ____ - _ _ _ ' 1 • k is in an acceptable condition to support the intended traffic. Temporary or repaired by the CONTRACTOR at his /her expense. 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. 1 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 G:\PROJECTS\2011 \11055\2014 -02 -08 Snowsweeper Carrier Vehicle Spec.Docx 6-27 1 continuously maintain, in an acceptable growing condition all living material in newly established planting, seedings, and soddings 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 - This Section Deleted As provided in thc subsection titled RESTORATION OF SUI - - - - _ ! - - - section, the CONTRACTOR shall cooperate with the OWNER of any public or private utility service, FAA e , - • _ y that may bc authorized by the owncr to addition, thc CONTRACTOR shall control his /her operations to prevent thc unscheduled interruption of such utility services and facilities. another governmental agency are known to exist within the I : locations have been indicated on the plans and thc owners an.. "It is understood and agreed that the OWNER does not guarantee thc accuracy or the completenesc of the location information relating to existing utility services, facilities, or structures information shall not relieve the CONTRACTOR of hie /her responsibility to protect such existing the owners of all utility cervices or other facilities of his /her plan of operations. Such notification shall bc in - subsection titled RESTORATION OF SURFACES DISTURBED By OTHERS of this section. A copy of each notification shall, be given to thc ENGINEER. r In addition to the general written notification hereinbefore provided, it shall be thc responsibility of the w o u ld affect su owner CONTRACTOR shall again notify ach such owncr of his /her plan of operation. If, in thc - - R' _ o thc owner's assistance is needed to locate the utility service or facility or the e observe the work, such advice sheuld --be •_ _ _ - • e y the most expeditious means to r ach the r ut;�swner'c PERSON TO CONTACT no later than - - _ - i ;s days prior to the • • 1.A e -e"" - • - - • - • ons -in such genes- • • - • • a written summary of the notification to the ENGINEER. CTOR's failure to give the two days' notice hereinabove provided shall bc cause for thc Where-the outside limits of an underground utility service . have becn located and staked on the ground, utsidc limits at such points as may be - _ -- - •_ ., a -- - - Should the CONTRACTOR damage or interrupt the operatior - - - • • - . -- - - e --- e otherwise, he shall immediately notify the proper authority and the ENGINEER and shall take all r aconablc m cures 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 - - - e • - • - e - • - e _ -e e : _ •- _ e - -•e - ,itoration of service to any utility service or facility. d to hrc /her operations whether or not due to negligence or accident. The OWNER reserves the right to d educt such costs from any monies due or which may become due the CONTRACTOR, or his /her G: IPROJECTS\2011\11055'2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-28 1 surety. 70 -15.1 FAA FACILITIES AND CABLE RUNS - This Section Deleted 1 1 _- e _ _ _ • •• _ -ment of construction activities in order to permit sufficient 1 outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the standards to the satisfaction of the above named FAA Point of Contact. e e e - e - " - e e - - • e e e •- e __e " , _e • _ • 1 _ , • - - • TOR shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70 -16 FURNISHING RIGHTS -OF -WAY - This Section Deleted 1 in advance of the CONTRACTOR's operations. 70 -17 PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the ENGINEER, his /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 11 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. 1 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. G:\PROJECTS'2011 \11055\2014 -02.06 Snowsweeper Cartier Vehicle Spec.Docx 6-29 1 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, 1 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 - This Section Deleted Unless otherwise specified in this subsection, the CONTRACTOR is advised that the site of the work is trict, or site, and does not contain any building, structure, or object listed in thc ' current National Register of Historic Places published by thc United States Department of In +crier -•e- _ • - _ e , _ e - _ _ _ • , e- _ • - _ e- rations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately ce operations in ' that location and notify the ENGINEER. The ENGIt • • •••••e . - • • • operations or to suspend operations as directed. �. order suspension of the CONTRACTOR's operations in order to protect an archaeological or historical finding, or order the CONTRACT e ' e _ - _ •• - - _ , - _ •- _ - covered by an appropriate contract modification (change ordc. - - •• - • - - - - - •- - • - - ' in the subsection titled EXTRA WORK of Section 10 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If Cee e e - , 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 1 1 1 1 1 1 1 1 1 G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -30 1 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 t� 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. 111 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 1 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 G:\PROJECTS12011 \11055 @01402 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -31 1 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). 80 -04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION All CONTRACTOR's 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. 1 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 1 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. 1 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 1 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 1 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 G:\PROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-32 1 discontinue the use of the substitute method or equipment and shall complete the remaining work with the I 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 1 authorizing a change in methods or equipment under this subsection. 80 -06 TEMPORARY SUSPENSION OF THE WORK 1 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 u 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 I 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 I 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. I 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. 1 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 I 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. I Should the contract time require extension for reasons beyond the CONTRACTOR's control, it shall be adjusted as follows: 11 ' 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 I 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 I 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 I ordered by the OWNER for reasons not the fault of the CONTRACTOR, shall not be charged against the contract time. 1 G APROJECTSN2011\11055N2014-02 -06 Snowsweeper Cartier Vehicle Spec.Docx 6 -33 1 (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 1 acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The CONTRACTOR will be allowed 1 week in which to file a written protest setting forth 1 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. 1 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 nonwork 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. 1 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 b a 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 G \PROJECTS\ 2011\ 11055\ 2014 -02 -06 Snowsweeper Darner Vehicle Spec Docx 6-34 1 work in the time provided in his /her contract. Schedule Liquidated Damages Cost Allowed Construction Time A $300.00 Per Working Day 290 Calendar Days 1 The maximum construction time allowed will be the sum of the time allowed for individual schedules but not more than 30 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 1 operate as a wavier on the part of the OWNER of any of its rights under the contract. 80 -09 DEFAULT AND TERMINATION OF CONTRACT ' The CONTRACTOR shall be considered in default of his /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 tirne 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 1 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) ten 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. G:\PROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -35 1 80 -10 TERMINATION FOR NATIONAL EMERGENCIES The OWNER shall terminate the contract or portion thereof by written notice when the CONTRACTOR is 11 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 1 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 Toss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the CONTRACTOR. Acceptable materials, obtained or ordered by the CONTRACTOR for the work and that are not incorporated in the work shall, at the option of the CONTRACTOR, be purchased from the CONTRACTOR at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the ENGINEER. Termination of the contract or a portion thereof shall neither relieve the CONTRACTOR of his /her 1 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 250 feet of an active runway at any time. END OF SECTION 80 1 1 1 1 1 G:WROJECTS\ 2011\ 11055\ 2014-02 -08 Snowsweeper Carrier Vehicle Spec.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. 111 • - •• - • - . •• _ - •• • • . _ . •• _ _ _ - : _ •e. in determination of quantities of material Unle.c otherwise specified, longitudinal m asurements for arcs computations will be made horizontally, •• - - e • . _ . • _ • - • e•- '- _, - • • • '-- _ arementc for area computations will be the n at dimensions shown on thc plans or ordered in writing by the ENGINEER. Structures will be measured according to n at lines shown on the plans or as altered to fit field conditions. ducts, conduits, pipe culverts, under and similar items shall be m acured parallel to the bate or In computing volumes of excavation the average end area method or other acceptable methods will be The thicknc's of plates and galvanized sheet used in the m- • - - - - - plate- pipe - culverts and arches, and metal cribbing will be specified and m acurcd in decimal fraction of in. - .. " _ e- -- e - !!. e •• - - e_ee - - qualified personnel at locations designed by the ENGINEER. If material is shipped by rail, the car weight bc 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 ach truck shall 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 bc of any size or type acceptable - • e . e-: • e e e e - --e hat the actual content accurately determined. All vehicles shall be loaded to at least t• - - - - • - e-* be leveled when the vehicles arrive at the point of delivery. • • - • - _ _ - - _ _ • - _ e , !"•_ e _ _ _ _ _ _ -e e • - ENGINEER in writing, material specified to be measured by thc cubic yard (cubic meter) may be weighed, and such weights is meters) for payment purposes. Factors for conversion from weight measurement to volume m ,urcment wiH be determined by thc ENGII before such method of m asurcment of pay quantities is ed. I -" -- _ - ' _ • e ••-- - "e e . _ e- e' - ton (kg) Wh^n- measured by volume, such volumes will be measured at 60 °F (15 °C) or will be corrected _ *f ° ° • e D-1-2,50-far-asphalts or ASTM D 633 for tars. 1 Net certified scale weights or weights b .ed on certified volumes in the case of rail shipments will --be - - bituminous material has been lost from thc car or the distributor, wasted, or otherwise not incorporated in the wer— • _ _ _ - '_ _ - • _ _ - _ _ _ _ - • _ _ , net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. G: 1PROJECTS\2011\11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-37 plese. The term "lump sum" when used as an item of payment will mean complete payment for the work 1 described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of 1 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 necc' cary traveling time of the equipment within the limits of the work. Special equipment ordered by the ENGINEER in • _ _ _ _ 2— acured ac agreed in the change order or supplemental e e-_ -_e_ e-- a 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. shall bc furnished, erected, and maintained by the CONTRACTOR, or bc certified permanently installed co mmer c ial males 1 •e•• - e _ _ , but not Icss than 1 pound ( grams). The use of spring balaasc& will not be permitted. 1 S installations shall have available ten standard 50 pound (2.3 km) weights for testing the weighing 1 - - - • • e" • • • e •• e - • - will not be permitted to operate, and all materials received subsequent to the last previous.correct weighting accuracy test will bc reduced by the 1 percentage of error in excccc of one half of 1 percent. • - - - - e , - - _ e e - - e - ••- • - •- - e ' ' - e - - e ' - - 1 the project. G:\PROJECTS\2011 \1105512014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 6 -38 1 - e rescnted by thc authorized changes in thc - - - - 1 d+mer�cionc. - - - - - 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. 1 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 nonperform such contract item. 1 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 WOIRK 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. G: 'PROJECTS\2011\1105512014 -02 -08 Snowsweeper Cartier Vehicle Spec.Docx 6 -39 1 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. (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, 10 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. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the CONTRACTOR exercise his /her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95 percent of the work has been completed, the ENGINEER shall, at the OWNER's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The OWNER may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the CONTRACTOR. It is understood and agreed that the CONTRACTOR shall not be entitled to demand or receive partial 1 payment based on quantities of work in excess of those provided in the proposal or covered by approved G:\PROJECTS\2011\ 11055\ 2014 -02 -06 Snowsweeper Carver Vehicle Spec.Docc 6 -40 1 1 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 - This Section Deleted work, provided that such materials meet the requirements of - - -e' _ _ _ _ • , -•e _ _ - _ _ _ •_ • _ arc delivered to acceptable cites on the airport property or at other cites in the vicinity that are acceptable 1 approved site.- -""• - - - -- - - • - - • , - - -"- -- " - •- ' - ' - - - - - 1 1 and transportation costs have-been-paid, ' material co stored or stockpiled. - the contract, plane, and specifications. 1 materials in accordance with the provisions of this subsection. 90 -08 PAYMENT OF WITHHELD FUNDS 1 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 1 and escrow agreement acceptable to the OWNER. G:WROJECTS12011 \1105512014 -02 -06 Snowsweeper Cartier Vehicle Spec.Docx 6 -41 1 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. 1 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. 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 1 1 1 1 1 1 1 1 G.\PROJECTS\2011 \11055 @014 -02 -06 Snowsweeper Cartier Vehicle Spec Doc( 6-42 1 Section 100 Contractor Quality Control Program 100 -01 GENERAL - This Section Deleted 1 When the specification requires Control Program, the CONTRACTOR shall - - e • e - - • e - • - • - • - • -- - ! -- • -e• of Program that details the methods and 1 contract conform - to contract plans, technical -- specifications - and - other requirements, _ whether ' purpose. wig a. Adequately provide for the production of acceptable quality materials. 1 b. Provide sufficient information to . cure- both-the- CONTRACTOR and thc ENGINEER that the c. Allow thc CON ' • - ' - - - - • - - - e • - e - - - - .-e- e - control. • _ - ' ' " ' - ' ' • - e- e - - - - - - - - - - - e - - • „ at thc prcconctruction conference, his /her - - - - _ - - - - _ - - equirements. The CONTR • ■ ! - ' _ • _ _ - _ - _ _ _ - _ _ _ • e -- -- - e- - - -- -- - ee _ • . e€1 • " e - - • -e• - - e - ' - •• • s 6Antainod in--t is section - •- - - - - - - - - - - --•••-- - - _ - •: _ • • -- _ - • : _ _ = - - - _ - • _ = _ • - - - - ptancc testing requirements. Acceptance 100 DESCRIPTION'OF PROGRAM 1 a. General Description. The CONTRACTOR shall ectak - _ _e• - - .. _•• . , - . , •• - e - e - - - - - . _ - • - - • - ' - - - •• - -• - -- • - • - - - - -- -- - - - - - • - - ••iterials, workmanship, constr- s ti„n finish e Quality Control Program shall be effective for control of all ' tests required by the technical specifications, in- addit+e• _ • - = = •• -. - _ _ : _ _ quality control. 1 e- - - ie start of work. - - ' - - e - • - e- - e-• -e - - e e - , - 'a minimum, the following items: a Quality control organization b. Project progrecT. schedule 1 c. Submittals schedule d:-- Inspection requirements G:\ PROJECTS\ 2011 \11055\2014.02 -06 Snowsweeper Carver Vehicle Spec.Docx 6 -43 1 c. Quality control testing plan The-CONTRACTOR is encouraged to add any additional elements to the Quality Control Program that this contract. - - - -- - -- ' -- - - - - - -- - - - - -- -- - - -.- - - -- -- - control organization. An organizational chart shall be developed to chow all quality control personnel and personnel.- - - - -- • - - - -.. . - - - -- - - - -- -- - - - - - - organization. • - _ _ _ • . -e• e e e-• _ • on shall consist of thc following minimum personnel: 1 shall have a minimum of 5 y ars of experience in airport and /or highway -ce ..truction and shall contract. ions for thc Program Administrator shall include at least 1 of thc following reurr g c ° ent c : ENGINEER. ENGINEER. • - • - - • - - ears of highway and /or airport paving experience acceptable to thc ENGINEER, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. in Engineering Technologies (NICET). - _ - - - -- • -•- - - _ - = . - 1 III by NICET. (7) A NICET certified engineering technician in Ci ' • - - • - - - • • - - - - ' - - highway and /or airport paving experience acceptable to thc ENGINEER. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Gamer Vehicle Spec.Docx 6 -44 1 one project provided that person can be at the job site ,. + i • e- 111 . P - - - e -. _ - •_- of quality control technicians neccssaFy -t$ either engineers, engineering technicians, or experi- • _ -- _ _ • _ • _ _ _ _ _ • - of expertise. follewing-f-u-n-Ptior (1) Inspection of all materials, constructer - plait, and equipment for conformance to the (2) Performance of all quality control tests as required by thc technical specifications and Scction 100 07. lieu of NICET certification. c. Staffing Levels. The CONTRACTOR shall provide sufficient qualified quality control personnel to monitor ach work activity at all times. Were —m- - _ - • _ e _ _ _ _ - _ • _ e _ • _ and field placement location. The scheduling and coe • - ' • - _ _ _ _ _ _ - _ - _ match the type and pace of work activity. Thc Quality _ _ _ - _ _ _ _ _ - - - _ • - - - 11 1. • -. • -. The CONTRACTOR shall submit a coordinated construction s e- - - - - - - - - - - - - - -. - . • - _ - _ _ - otherwise specified in the contract. As a minimum, it shall pre '- - _ - _ _ _ • - _ _ _ - _ _ The CONTRACTOR shall maintain thc work schedule and - - . - _ _ _ - _ - _ _ _ _ _ • - progress schedule on a twice monthly basis, or as otherwise - _ = _ • - �_ _ _ . - •• - : - _ • ; • e contract. 1 100 _05 SI BMITTAI S CCLJCIII II C The CONTRACTOR shall submit a detailed listing of all subr•• _ _ - -••e - ••• , • _ - - - • • - - - - • •e - e e • - - • - - - - cifications. Thc listing can be developed in a. Specification item number b. Item description c. Description of submittal 1 e. Scheduled date of submittal 11 1 _ • _ .. _ • _ F • — •• II Quality control inspection functions shall _ - - • _ - - _ - • e = - - e • _ _ e - _ - _ = _ Scction 100 07. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Caller Vehicle Spec.Docx 6 -45 1 _ •_ e _ • _ _ - - •_ • _ . _ - • _ _ _ : _ tion, quality control test results and periodic inspections b. During field operations, quality control test results and periodic inspections shall bc used to compacting shall be inspected to ensure its proper operating condition ar d-to ensure that all such 1 operations are in conformance to thc technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality fictions will bc accomplished and used. 1 _•. As a part of the overall Quality Control Program, the CONTRACTOR shall implement a quality control 1 control tests that thc CONTRACTOR deems necec ary to adequately control production and /or felaew+ng b. Item description (for example, Plant Mix Bituminous Pavements) 1 feet omen+ not stated) _ _ _ - _ • _ _ _ _ _ _ _ - •• • _ • _ _ f 1 . Responsibility (for example, plant technician) - - -- - • - - -- - - -- - - -- - _ ... -- - - 1 samples in accordance with ASTM D 3665. The ENGINEER shall be provided thc opportunity to witness gualitycentrol sampling and testing. I test results shall be documente. • - - ! ' A - ! ' - - - - -e e - - - - • ! ! ! 1 shall maintain current quality control rccords of all inspections and tests performed. These rccords shall include factual evidence that the required inspections or tests have been performed, statement that all supplies - - - - - - - - • - - - " - - - - " • " •• - the CONTRACTOR'S Program Administrator. 1 Spccific contractor quality control records required for thc contract shall include, but are not neceorcarily limited to, the following records: G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 6 -46 1 acceptable to,the ENGINEER. These technician's dail - _ _ following 1 (2) Compliance with approved submittals; (3) Proper storage of materials and-equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; • (6) Review ofquality control tests; and (7) Safety inspection. - - s stall identify inspections condo - - - - - - - - - - - , - e - •• - - . _ - orrective actions taken or proposed. The daily- inspection reports shall be signed by the responsible 2.- . _ e _ "-''•-•-• -•e • - • e e - •- _ •' • - - • • - ' — - - e" e - - - - - e'" copy of each daily ins 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 ' (6) Test results (7) Causes fe , j ction (9) Retests Test results from ach day's work period shall - - _ _ _ • - _ _ • - - • - - • • - • " e e "-•'.-- e"- the CONTRACTOR oha aintain ' statictical quality control charts. The daily test reports shall be signed by the responci Program Administrator. • I _ • = - - • -- - = - - - c both general requirements- far - operation sperms: G:\PROJECTS\2011 \11055\2014.02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -47 1 poses is out of control and the type, of corrcction to be taken to rcgain- pFeseee control. ehall be linked to the control charts. 1 r shipment to determine if the CONTRACTOR, producer, manufacturer or 1 a. The ENGINEER will notify thc CONTRACTOR of - • • - - - - - - - - - ' - sufficient notice. 1 maintain an effective Quality Control Program, as determined by thc ENGINEER, thc ENGINEER may: -- - -- .- - - - -- - - - -_ e - -• -- • - e•-- - subcontractors. •__ ._ _.. or - ee - - - -ee ee - -- -_•.- -- - • - " - -•. END OF SECTION 100 1 1 1 1 1 G:\PROJECTS\2011 \11055\2014 -02 - 06 Snowsweeper Carrier Vehicle Spec.Docx 6-48 1 1 Section 110 110_01 GE-N RAL 1 When the specifications provide for acceptance of material based on the method of estimating this section. All test results for a lot will be analyzed statistimilly to determine thc total estimated percent ' of thc lot that is within specification limits. The PWL is c o n- - - - - - - - -- - -**e - - - -e" _ - e - of thc specified number (n) of sublots for thc lot and the specification the respective Quality index,. Q e _ - - _ -• •e - -•e ar-Qe for Upper Quality Index, is computed • - •• Table 1. All specification limits specified in • - - • •*-- - - _ • _ e' -e _ - - - - - . - - - s used in the calculations shall be to the There is some degree of uncertainty-(rick) in the measuren - • - - - - - - - - e'--- - - - - _ - •_ • _ e _ _ - _ •_ • - - ' _ • - _ _ e - _ •_ • _ _ - _ - . 1 tested. This uncertainty exists because all - _ • - • _ = : - _ - _ • = Dbability. to be randomly sampled. The e , e - - - at the acceptable quality level is rejected or rejectable quality level is accepted. 1 It is the intent of this section to inform the CONTRACTOI • _ . . e' . -e• • - . - • - .. _ - - _ _ e e •- •_ _ e" _ . _ • - - - - - e specified or higher. In all cases, it is the responsibility of the CONTRACTOR to produce at quality Icv- criteria when sampled and tested at thc frequencies specified. a. Divide the lot into "N" sublots in accordance with thc acceptance requirements-the 1 specification. - - - - - - - - - . . - - - - • - - - - - - - - . - - - - .. _ - 1 c. Make a m „urement at ach location, or take a test - - - - - • - •• . - • - •• - - - - •• - • - • test portion in accordance with thc testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using thc following formula: 1 Xa -X2 + Xa0 - -• - --- - - - - e - - -- • •• 3 10 X4 fl - Number of sublots c. Find the sample standard deviation (S by use of the fell . 1 S - [(D4 -432 + D4 + ... D# /(N 1)} Whcre: S - Sample standard deviation of the number of sublot values in the set 4 - •- • e• - • - • • e - - - . - e , ... from the average value X that is: d 2 X) ... d fx --X) n - Number of sublots #. For single sided specification limits (that is, L only), compute thc Lower Quality Index Q. by use of • G: 'PROJECTS12011111055\2014 -02 -06 Snowsweeper Cartier Vehicle Spec Coos 6-49 1 —Q - (X L) / S# • - • - - .. • - . .. •. •.. • _ • •e -e - • • using the - • • - - - • ' - .. _ _ - .. _ . • - - - - - eh falls between 1 g-Far-double sided specification limits (that is, L and U), compute thc Quality Indexes Q -Query use of the following formulas: Q - (X L) /S AND - 1 Q�(U X) /S Estimate the percentage of material betwccn the lower (L) and upper (U) tolerance limits (PWL) e - - ' - - - e- - • • • ! and Qu, using the column appropriate to the total number (n) of me ..urements, and determining thc percent of material above P and percent of material the next higher value of P or P • - - •• • - • - ' - - • - - - -. , PWL - (PuL) 100 • Where: P e - -• . - - - e- • -- - • ••• EXAMP E OF PAN CAI CU. ATION GT- I'R.�TZG V I I O G V lSGV4L -/'l Il Vl ■ Project: Example Project 1 Test Ite : ltem P 10 Lot PWL Dete f Mat Density 1 1. Density of four random cores taken from Lot A. A 1 - 96.60 12 A 3 - 99.30 A 1 - 98.35 — -e . !•..! Y - 97 95 percent den t • S - [((96.60 97.95) + (97.55 97.95) +(99.30 97.95) + (98.35 97.95))) / (1 1)1 442 S [(1.82 +0.16 +1.82 +0.16)/3} S - 1.15 4. Calculate the Lower Quality Index Q. for the lot. (L - 96.3) Q� - (97.95 96.30) / 1.15 Q 1.1348 5. —Determine PWL by entering Table 1 with Q 1.11 and n '1. PWL - 98 1 G:' PROJECTS \2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6-50 1 B PW1 Determination for Air Void ' v�cvvcvr�rrrrracrv�r rvr s-c�� viva 1. Air Voids of four random samples taken from Lot A. A 1 - 5.00 A2 A 3 - 2.30 A 4 - 3.25 1 2. Calculate thc average air voids for the lot. - (x - +x / X (5.00 +3.74 +2.30 +3.25)/4 X - 3.57 percent _ _ _ - - - - - _ _ _ _ _ for the lot. � - [((3.57 5.00) + (3.57 3.74) + (3.57 2.30) 3.25) / (4 1)1 S [(2.04 +0.03 +1.62+ 0.10)/3J � - 1.12 ' 4. Calculate thc Lower Quality Index Q for the lot. (L 2.93 Q� - (X L) /S, Q - (3.57 2.00) /1.12 Q - 1.3992 ' 5. Determine P by entering Table 1 w ith Q -- 1..41 and n=-4 I2 ' 6. Calculate thc Upper Quality-l-ndex-Q for the lot. (U 5:03 (U X) /S Q (5.00 3.57) / 1.12 Q� - 1.2702 7. Determine R. by entering Table 1 with Q - 1.29 and R-=4. P =93 ' 6. Calc d Air Voids Penn PWL - (P -P 100 PWL - (97 + 93) 100 - 90 1 , , , - r - - - • EFERENCE ASTM E 178) Project: Example Projcct Test Item: Item P 401, Lot A. 1 1. Density of four random cores taken from Lot A arranged -i-n- descending order. ' A- 3 A 1 - 98.35 A 2 - 97.55 A 1 - 96.60 2. Use n - 4 and upper 5 percent cigpif canoe Level of to find the critical value for test criterion - 1.463. 3. Uce ++ average density, standard deviation, and test criterion value to evaluate- dcacity measurements, a. For m acurements greater than thc average: If (m .,urement averagc) /(standard deviation) is Iccc than test criterion, • .- - --- - - - - - e -- e- - e - • e Mier G:VROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 6 -51 Since 1.171 is lecz than 1.463, the value is not an outlier. b. For m asurements less than the average: then the measurement is not considered an outlier. 1 Since 1.135 is lose than 1.163, the value is not an outlier. Gr ater than (97.95 + 1.163 x 1.15) - 09.63 percent less than (97.95 1.163 x 1.15) - 96.27 percent. 1 1 1 1 1 1 1 1 1 1 1 1 G 2011\ 11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 6-52 1 Pe ;- ,, and Qd) ' mo � Ru) =3 +a 4 n=-6 n=6 + n=8 fl =9 n=40 99 1.1541 1.1700 1.6714 1.8008 4-8888 1.9520 1.9904 2.0362 I 98 97 1.1524 4-4400 _ 1.6016 1.6982 1.7612 4.8053 1.8370 14630 1.1196 1.100 1.5427 1.6181 1.6661 1-.6993 1.7235 1.7120 96 1 -1456 44808 1.1897 1.5497 1.5871 1.6127 1.6313 1.6151 95 1.1105 1,3500 1.1107 1.1887 1.5181 1.5381 1.5525 4,5635 1 94 1.1312 1.3200 4-3946 1.1329 1.1561 1.4717 1.1829 1.4911 93 1.1260 1.2900 1.3508 1.3810 1.3991 1.1112 1.1194 1.4265 92 1.1184 1.2600 4 -3088 1.3323 1.3161 _ 1.3551 1.3620 1.3670 I 94 90 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 1.0982 1.2000 1.2290 1.2119 1.2192 1.2511 4-2576 1.2602 89 1.0864 1.1700 1.1909 1.1905 1.2013 1.2075 1-.2098 1.2115 88 1.0736 1.1100 1.1537 1.1587 1.1613 1.1630 1.1613 1.1653 8.7 1.0597 1.1100 1.1173 1.1192 1.1199 1.1201 1.1208 1.1212 86 4.0448 14889 1.0817 1.0808 4.0800 1.0791 1.0791 1.0789 85 4:0288 4:0500 1.0467 1.0135 1.0113 4:0399 1.0389 1.0382 I 84 1.0119 1.0200 1.0121 1.0071 1.0037 1.0015 4-0000 0.9990 83 0 9939 0:-9900 0.97 -85 0.971 0.9671 0.9643 0.9624 0:-9640 82 0.9719 0.9600 0.9152 0.9367 0.9345 0-9284 0.9258 0.9241 I 84 80 0. 9550 0.9300 0. 9123 0.9025 0.8966 0.8928 0.8904 0.8882 0.9312 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 I 78 _ 0.8897 0. 8400 0.8460 0.8036 0.7962 0.7915 0.7882_ 0,7463 77 48662 0.8150 0.7846 • 0.7746 0.7640 0,7590 0.7556 0.7531 76 0.8447 0,7800 0,7535 0,7404 0.7322 0.7271 0.7236 0.7244 I 75 - 0,8465 0.7600 0.7226 0,7-049 0 0, 009 0.6958 922 0.6896 74 0.7904 0.7200 0.6921 0678 4 0.6701 06649 0564 3 06587 73 07636 0.6900 06647 0,6477 0.6396 0.6344 0.6308 0.6282 72 0,7360 0.6600 0.6346 0.64 76 0.6095 0.6044 0.6008 0.5982 I 74 0,7777 6 0. 300 0.6046 0.5878 0-.5798 0.5747 0.5712 0.5686 70 06787 0.6000 01 9 01582 .0.5504 0,5454 0.5419 0.5394 69 0.6490 0.5700 0.5123 0..5290 0.5215 0.5161 0430 0.51 -05 I 68 67 _ 0.61-37 05878 0.5400 _ 0.5429 0.4999 0.1921 0.1877 0.4844 0:4820 0,5150 0. 4836 0,4740 0.4638 0:4592 04560 0.4537 66 0.5563 0.4800 , 0. 1515 0.4424 0.4355 0,4340 0.4280 0.4257 I 65 _ 0.5212 0. 0, 4500 0,4255 0.4139 0.1073 030 0:4004 0.3980 64 44946 0.4200 0.3967 0.3856 0.37 -93 0.3753 0.3725 0,3705 63 0.4586 0,3900 0.3679 0.3575 0.3545 _0.3477 0.3151 0.3432 62 0.1251 0. 3600 0.3392 0.3295 0, 3239 0,3203 0.34-79 0.3161 I • 64 0. 3911 0. 3300 0,3157 0,3046 04964 0.293-1- 0.2-908 0.2892 60 43568 0.3000 _0.2822 0.2738 0,2691 0.2660 0.2639 _ 0.2624 59 0.3222 0.2700 0.2537 0.2461_0.2448 0:2394 0.2372 0.2358 I 58 57 0.2872 02400 0,2254 0 -2486_ 0-2447 0.2122 0:2x05 0.2093 02549 0.2400 0.1- 974 0,1 -911 0.1877 0.1855 0,4840 0,1429 56 0.2464 0.1 -800 0.688 04636 0.1607 0-4588 0.1575 0,1566 I 55 54 0. 4806 0.1117 01500 0.1406 04363 0,4338 0,4822 0,1-342 0.1304 0-1200 0.1125 0.1090 ' 0.1070 0.1057 0.1449 0.1042 53 0.1087 48900 4-0843 0.0817 46802 0.0793 0.0786 0.0781 52 0.0725 0,0600 0.0562 0.0514 070534 0.0528 0.0524 0,0524 1 61- 0.0360 0.0300 _ 0. 0281- 0.0272 0:027 4- 60264 0,0262 0,0260 50 0.0000 0.0000 0. 0000 0:8000 0.0000 00000 0.0000 00000 1 III G:\PROJECTS\2011 \11055\2014-02 -05 Snowsweeper Carrier Vehicle Spec.Docx 6 -53 1 L Q Limits n=3 n=4 n5 n=6 n=7 n=8 n=9 n=40 111 (Pk-and-PO 49 -0.0363 40.0300 0.0281 0.0272 0.0267 0.0264 0.0262 - 040260 48 0.0725 - 040600 0.0562 0.0514 0.0534 4-0528 0.0521 0.0521 47 0.1087 - 0.0900 0.0813 0.0817 0.0802 0.0793 0.0786 0.0781 1 46 0.1417 0.1200 0.1125 -0.1 -099 0.1070 0.1057 0.1040 0.1012 45 -0.4806 - 0.1500 0.1106 0.1363 - 0.1338 0.1322 0.1312 0.1304 44 0.2164 4800 -0-1-688 0.1636 0.1607 0.1588 0.1575 -0-4 -566 43 - 0-,2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1810 0.1820 42 0.2872 - 0.2400 0.2254 4.2486 0.2117 0.2122 0.2105 0.2093 41- 0.3222 0.2700 0.2537 0.2161 0.2418 0.2391 0.2372 4.2358 40 - 043568 - 0.3000 0.2822 - 0.2738 0.2691 -0.2660 0.2630 0.2621 I 39 0.3911 443300 0.3107 443046 0.2964 0.2931 4.2908 0.2892 38 0.1251 4.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 37 - 0:4586 4.3900 0.3679 0.3575 0.3515 0.3477 0.3151 0.3132 36 0.1916 0.1200 - 0.3967 - 0.3856 4.3793 0.3753 0.3725 - 0.3705 35 - 0.5242 0.4500 0.1255 0.4139 0.4073 0.4030 - 0.4004 - 0.3980 34 - 0.5563 - 0.4800 0.1545 0.4121 0.4355 0.1310 0.4280 0.1257 I 33 0.5878 0.5100 0.1836 0.1710 - 0.4638 0.4592 -0 -4560 0.1537 32 0.6187 - 0.5400 0.5129 0.4998 0.1921 0.1877 4.4844 0.1820 34 - 0-6490 0.5700 0.5123 0.5290 0.5213 0.5164 0.5130 0.5105 30 0.6787 - 0-6000 0.5710 0.5582 0.5501 0.5154 0.5118 - 045394 I 29 0.7077 - 0-6300 - 0.6046 - 0.5878 0.5798 0.5717 0.5712 - 0.5686 28 -0,7360 - 0.6600 - 0.6346 4,6476 4. 6095 -0- 6044 - 0.6008 0.5982 27 -0. 7636 - 0.6900 0.6617 0.6177 - 0.6396 0.6314 - 0.6308 0.6282 II 26 0.7904 - 047200 0.6921 0.6781 0.6701 405649 4.6643 0.6587 25 - 0.8465 0.7500 0.7226 0.7084 0.7009 - 0.6958 0.6922 - 0.6896 24 0.8417 4.7800 - 045535 0.7401 0.7322 0.7271 0.7236 0.7211 I 23 0.8662 - 0.8400 - 0.7846 0.7716 0.7640 -0 590 0.7556 0.7531 22 0.8897 448400 - 0.8469 4.036 0.7962 0.7915 0.7882 - 0.7858 24 0.9121 0.8700 0.8478 448369 0.8291 0.8245 0.8214 0.8192 I 20 0.9342 - 0.9009 0.8799 - 0.8690 0.8625 - 0.8583 - 0.8554 - 048533 49 - 049550 4.9300 0.9123 0.9025 - 0.8966 44928 0.8901 4.8862 1-8 0.9749 -0. 9609 - 0,9452 - 0.9347 0.9315 0.9281 - 049258 - 0.9211 47 4:-9939 - 0:9900 0.9785 0.9715 0.9671 - 0,9643 0.9621 0.9610 I 46 - 1.0449 1.0200 1.0124 1.0071 1.0037 1.0015 - 4-0000 - 0.9990 45 1.0288 1.0500 1.0167 1.0435 1.0113 1.0390 - 1.0389 1.0382 44 - 44448 - 1.0800 1.0817 - 1.0808 - 1.0800 44794 1.0791 1.0789 I 1-3 1.0597 4,1400 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 1-2 1.0736 - 4-4400 1.1537 4.-1587 1.1613 1.1630 1.1613 1.1653 44 1.0864 1.1700 1.1909 1.1995 1.2013 1.2075 1.2098 1.2115 48 1.0982 1.2000 1.2290 1.2419 - 1-2492 1.2511 1.2576 1.2602 9 1.1089 - 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 8 1.1184 1.2600 - 4.3088 1.3323 - 143461 1.3551 1.3620 1.3670 7 1.1269 - 1-2900 - 1.3508 1.3810 1.3991 1.1112 1.1199 - 4,4265 I 6 1.1312 1.3200 1.3916 1.4329 1.1561 1.1717 - 1.4829 1.1911 5 - 44405 - 1.3500 4.4407 1.4887 1.5181 1.5381 1.5525 X5635 4 4.1456 1.3800 1.4807 1.5197 1.5871 1.6127 1.6313 1.6154 3 - 1.1496 1.4100 1.5127 1.6181 1.6661 - 1.6993 1.7235 4,7420 2 1.1524 1.4400 - 1.6046 1.6982 1.7612 1.8053 1.8379 4.8630 4 1.1541 - 1.4780 1.6714 - 1.5008 1.8888 1.9520 1.9994 2.0362 1 END OF SECTION 110 • 1 G:'PROJECTS12011 \1105512014 -02 -06 Snowsweeper Garner Vehicle Spec.Docx 6 -54 1 1 Section 120 Nuclear Gauges - This Section Deleted 120_01 TESTING 1 When the cpecificatiens provide for nuclear gauge acceptance testing of material for Items P 152, P 151, 1 Trancmi:cion Method. The nucl ar gauge shall be calibrated in accordance with ASTM D 6938. • _ •" •-- e--e- _ _ _ _ _ _ training and oxpericncc in thc use of the _ _ • - _ _ _ _ _ _ - _ • _ _ - ''-e - the beginning of a job and at regular daily ' intervals. D 6938 is used. 12 ' . • • A -e _ • -e _ - 'e, -action shall continue until a PWL of 90 percent or more is The percentage of material within specification limits (PWL) ■• - e - e - • '' ---e e - • - • • • - The lower specification tolerance limit (L) for density shall be: • (percent of laboratory maximum) Item P 152 90.5 for cohesive material, 95.5 for non cohesive ' Item P 151 95.5 Item P 208 97.0 Item P 209 97.0 ' - - - — • _ . • ! e- --• • - e • _ e- - _ 'e find recompactcd by the CONTRACTOR at the CONTRACTOR's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until 120 VERIFICATION TESTING (For Items P 152 and P 154 only.) The ENGINEER wil - - • • . -- _ • ::: •- • • _ • • •e " e • • - - -- e- • .• A- . _s_ e - - - - e e • " - •_ • _1 1111 ee e • ' - '' P. . - - - _• _ •"•e. _.111 ee _. e . _ ••e • _...,_ •. .- - -- - - ensity curves for thc material being placed. This verification process is commonly referred to as a "one point Proctor". 1 fights less than - 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 1 pounds or more ]- - _ - - - " ' " -' - - - - - - - - - - " - - - -' - - " - • 1 END OF SECTION 120 G:\PROJECTS\2011 \11055\2014-02 -08 Snowsweeper Carrier Vehicle Spec . 6 -55 1 1 1 1 1 1 1 1 1 ' SECTION 7 - OWNER'S SUPPLEMENT TO THE FAA GENERAL CONDITIONS 1 1 1 1 1 1 1 1 G:\PROJECTS\2011 \11055\ 2014-02 -06 Snowsweeper Career Vehicle Spec.Oocx 7-0 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. 1 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 1 documents as stated in the agreement. Contract Time — The number of days as computed 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. 1 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 but which does not involve a change in the contract price or the contract time. Modification — (1) A written amendment of the contract documents signed by both parties, (2) a change 1 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 G:IPROJECTS\2011\11055\ 201402 -00 Snowsweeper Carver Vehicle Spec.Docx 7 -1 1 compliance by the apparent successfully bidder with the conditions precedent enumerated therein, within the time specified, the OWNER will sign and deliver the agreement. Notice To 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. 1 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 1 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 1 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 1 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; of if there be no such acknowledgment issued, when final payment is due in accordance with section 14.13. 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 Conditions 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. 1 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 1 personnel and their duties in implementing the plan. 7.3 PRELIMINARY MATTERS Delivery of Bonds and Insurance: 1 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. G:\PROJECTS\2011 \11055201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 7-2 1 Copies of Documents: 2. The OWNER shall furnish to the CONTRACTOR up to five (5) copies as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the 1 cost of reproduction. Voluntary Pre -Bid Conference: 3. A voluntary pre -bid conference will not be held. Requests for information and site visits shall be submitted through the ENGINEER at least seven (7) days prior to the bid opening. • Startinq the Project: 4. 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 Startinq Construction: 5. 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 Specifications, unless the CONTRACTOR had actual knowledge thereof of should reasonable have known thereof. 1 6. 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. 7. Before any Work 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. 111 7.4 CONTRACT DOCUMENTS: INTENT AND REUSE Intent: 1 1. The Contract Documents comprise the entire Agreement between the OWNER and the CONTRACTOR concerning the Work. They may be altered only by an addendum. ' 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 unless the CONTRACTOR had actual knowledge thereof of should reasonably have known thereof. 1 3. It is the intent of the Specifications to describe a complete project to be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred from the Specifications 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. • G:IPROJECTS12011 \110551201402 -06 Snowsweeper Carrier Vehicle Spec.Docc 7-3 1 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. 4. The Contract Documents will be governed by the law of the place of the Project. 5. Neither the CONTRACTOR nor any Subcontractor, manufactures, 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. 1 7.5 BONDS AND INSURANCE Performance and Payment Bonds: 1 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 executes 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 the Contract Documents, the CONTRACTOR shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the OWNER. 1 CONTRACTOR's Liability Insurance: 3. The CONTRACTOR shall purchase and maintain such comprehensive general liability and other 1 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 1 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 G:WROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Corner Vehicle Spec.Docc 7-4 1 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 Contract 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 thirty (30) 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. 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 will include contractual liability insurance 1 applicable to the CONTRACTOR's obligations. 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 the Contract Documents and shall contain a provision that the coverage afforded will not be canceled or materially changed until at least thirty (30) days' prior written notice has been given to the OWNER and the ENGINEER. ' 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 by 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 by the Contract Documents 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 the Contract Documents. 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 G:'PROJECTS\2O11 \11055\2014-02 -06 Snowsweeper Carrier Vehicle Spec Coca 7-5 1 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 in accordance with the Contract Documents on the basis of its not complying with the Contract Documents, the OWNER will notify the CONTRACTOR in writing thereof within thirty (30) days of the date of delivery of such certificates to the OWNER. The CONTRACTOR will provide to the OWNER such additional information in respect of insurance provided by him as the OWNER may reasonably request. Failure by the OWNER to give any such notice of objection within the line provided shall constitute acceptance of such insurance purchased by the CONTRACTOR as complying with the Contract Documents. 1 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 in accordance with the Contract Documents; 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. 7.6 CONTRACTOR'S RESPONSIBILITIES 1 Supervision and Superintendence: 1. The CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting 1 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. 1, 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 ,1 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. 4. 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. G:WROJECTS\2011 \11055\2014 -02 -05 Snowsweeper Camer Vehicle Spec. Dom, 7-6 f� 1 5. 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. 1 Equivalent Materials and Equipment: 6. Whenever materials or equipment are specified or described in the 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 the Contract Documents. 6.1 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 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 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. 6.2 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 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: 7. 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 a Subcontractor, other person or organization against whom the CONTRACTOR has reasonable objection. G:'PROJECTS'2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7 -7 1 8. 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. 9. 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. 10. 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. 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 the Contract Documents. Patent Fees and Royalties: 11. The CONTRACTOR shall pay all license fees and royalties and assume all costs incident 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. Laws and Regulations: 12. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules, and 1' regulations applicable to the Work. If the CONTRACTOR observes that the Specifications are at variance therewith, the CONTRACTOR shall give the ENGINEER prompt written notice thereof, B — 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: 1 13. 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. 1 Use of Premises: 14. The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, easements, G:WROJECTS\2011 \110551201402 -0B Snowsweeper Carrier Vehicle Spec Dorn 7-8 1 permits or the requirements of the Contract Documents, and shall not unreasonably encumber 1 the premises with construction equipment or other materials or equipment. 15. The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any I manner that will endanger the structure, not shall the CONTRACTOR subject any part of the Work of adjacent property to stresses or pressures that will endanger it. Record Documents: I 16. The .CONTRACTOR shall keep one (1) record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings, and samples, in good order and annotated to show all changes I 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. I Safety and Protection: 17. The CONTRACTOR shall designate a responsible member of his organization at the site whose I 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. 1 Emergencies: 18. 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. Shop Drawings and Samples: • 19. 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 I 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. I 20. 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. I 21. 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 ;1 of the Contract Documents. 22. 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 I 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 I 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 r G.'PROJECTS\2011 \11055\2014 -02 -08 Snowsweeper Cartier Vehicle Spec.Docx 7 -9 1 CONTRACTOR has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. ■ 23. 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. 24. 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: 25. 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: 26. 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 Toss of use resulting there from 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. 27. 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 the Contract Documents 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. 28. The obligations of the CONTRACTOR under the Contract Documents shall not extend to the 1 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. 7.7 WORKS BY OTHERS 1. The OWNER may perform additional work related to the Project by himself, or let others 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 CONTRACTOR's 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 G:\PROJECTS\2011 \11055\2014-02 -08 Snowsweeper Cartier Vehicle Spec Docx 7 -10 i� I proper for integration with the CONTRACTOR's Work except for latent or non - apparent defects and deficiencies in the other work. 7.8 OWNER'S RESPONSIBILITIES 1 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 11, 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. I 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 the Contract Documents. 4. The OWNER's and ENGINEER's duties in respect of rovidin lands and easements and p 9 providing Engineering surveys to establish reference points are set forth in the Contract 1 Documents. 5. The OWNER's responsibilities in respect to purchasing and maintain liability insurance is set forth in the Contract Documents. I 6. In connection with the OWNER's rights to request changes in the Work, the OWNER, especially in certain instances as provided in the Contract Documents, is obligated to execute Change Orders. 7. The OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in the Contract Documents. I 7.9 ENGINEER'S STATUS DURING CONSTRUCTION I 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 can make visits to the site at intervals appropriate th to the various stages of construction to observe the progress and quality of the executed Work and to determine, in I 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 I 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 I CONTRACTOR may make a claim therefore as provided in the Contract Documents. All request for information (RFI) shall be submitted on the supplied RFI form. I G :'PROJECTS1201111105512014-02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7 -11 1 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 the Contract Documents, whether or not the Work is fabricated, installed, or completed. Project Representation: 5. The ENGINEER will furnish Resident Project Representatives to assist the ENGINEER in observing the performance of the Work. Decisions on Disagreements: 6. The ENGINEER will be the initial interpreter of the requirements of the Contract Documents and 1 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. 7. The rendering of a decision by the ENGINEER with respect to any such claim, dispute or other 1 matter (except any which have been waived by the making or acceptance of final payment) 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: 1 8. Neither the ENGINEER's authority to act 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. 9. Whenever in the Contract Documents the terms "as ordered ", "as directed ", "as required ", "as 1 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 the Contract Documents. 10. 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. 11. 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 the Work. G:PROJECTS \ 2011 \11055\2014-02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7 -12 7.10 CHANGES IN THE WORK 1. Without invalidating the Agreement, the OWNER may, at anytime 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 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 the Contract Documents 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 the Contract Documents. 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 the Contract Documents. 4. The OWNER shall execute appropriate Change Orders prepared by the ENGINEER covering ' changes in the Work which are required by the OVVNER, or required because of unforeseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or as provided in the Contract Documents, 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. 7.11 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. I 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 the Contract Documents. b. By mutual acceptance of a lump sum. c. On the basis of the Cost of the Work plus a CONTRACTOR's Fee for overhead and profit. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7 -13 1 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 Project, shall include only the following items: 1 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 on the Work 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 �r • 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: 1 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 parts shall cease when the use thereof is no longer necessary for the Work. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Corner Vehicle Spec.Docx 7 -14 ,� 1 iv. Sales, use of similar taxes related to the Work, and for which the CONTRACTOR 1 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. 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 the Contract Documents. vii. The cost of utilities, fuel, and sanitary facilities at the site. viii. Minor expense such as telegrams, long distance telephone calls, telephone ,11 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: 1 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, all 1 of which are to be considered administrative costs covered by the CONTRACTOR's Fee. b. Expenses of the CONTRACTORs 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 1 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. 1 f. Other overhead of general expense costs of any kind and the costs of any item not specifically and expressly included in the Contract Documents. G: IPROJECTS\2011111055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7-15 1 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. 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 a 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, 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 CONDITIONS. Cash Allowance: 1 10. It is understood 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. 7.12 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. Such delays shall include, but not be limited to, acts or neglect by the OWNER or others performing additional Work, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 3. All time limits stated in the Contract Documents are of essence to the Agreement. The provisions shall not exclude recovery for damages (including compensation for additional professional services) for delay by either party. G:'PROJECTS12011 \11055\ 2014-02 -06 Snowsweeper Carver Vehicle Spec Docx 7-16 .I 1 . 7.13 WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 1 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. I 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 the Contract Documents. Access to Work: 1 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 I reasonable time for their observation, inspection, and testing. The CONTRACTOR shall provide proper and safe conditions for such access. I Test and Inspections: 3. The CONTRACTOR shall give the ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals. I . 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 I 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 II 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 1 acceptable to the OWNER and CONTRACTOR, or by the ENGINEER if so specified. 6. If any Work is to be inspected, tested or approved is covered without written concurrence of the I 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. 1 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 I Documents. U ncovering Work: 8. If any work is covered contrary to the written request of the ENGINEER, it must, if requested by I the ENGINEER, be uncovered for the ENGINEER's observation and replaced at the CONTRACTOR's expense. 1 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 I 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 that such Work is defective, the CONTRACTOR shall I G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7-17 1 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 in accordance with the Contract Documents. OWNER May 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: 1 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 111 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: 1 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, 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 G:\PROJECTS2011 \11055\2014 -02 -06 Snowsweeper Cartier Vehicle Spec.Docx 7 -18 -� 1 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 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 1 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. 7.14 PAYMENTS TO CONTRACTOR AND COMPLETION 1 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 I 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. G:\PROJECTS\2011 \11055\2014 -02 -06 Snawsweeper Carrier Vehicle Spec.Docx 7-19 1 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, 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 the Contract Documents 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 the Contract Documents. 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: 1 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 G:\PROJECTS\2011 \110552014 -02 -06 Snowsweeper Carrier Vehicle Spec Dona 7 -20 1 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 such changes from the tentative certificate as he believes 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: `1 a. The OWNER at any time may request the CONTRACTOR in writing to permit the OWNER to use any part of the Work which the OWNER believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If the CONTRACTOR agrees, the CONTRACTOR will certify to the OWNER and ENGINEER that said part of the Work is substantially complete and request the ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time thereafter the OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If the ENGINEER does not consider that part of the Work to be substantially complete, the ENGINEER will notify the OWNER and CONTRACTOR in writing giving his ' reasons. 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. G: IPROJECTS12011U 105512014.02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7 -21 1 c. No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the Contract Documents in respect to property insurance. Final Inspection: 11. Upon written notice from the CONTRACTOR the Work is complete, the ENGINEER will make a 1 final inspection with the OWNER and CONTRACTOR and will notify the CONTRACTOR in writing of all particulars in which this inspection reveals the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application of Payment: 1 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 the Contract Documents, 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 reasonably 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: 1 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 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. Thereupon the ENGINEER will give written notice to the OWNER and CONTRACTOR that the Work is acceptable subject to the Contract Documents. 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. 1 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 Tess than the retainage stipulated in the Agreement and if Bonds have been furnished, 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. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Cartier Vehicle Spec.Doc, 7-22 1 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, 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. 1 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. 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. 1 7.15 SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 1 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 in accordance with the Contract Documents. OWNER May Terminate: 1 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 CONTRACTORS 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; G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7-23 1 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 seven (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 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, 1 without cause and without prejudice to any other right or 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 1 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 under Section 6.6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with the OWNER. 1 7.16 ARBITRATION 1. All claims, disputes, and other matters in questions between the OWNER and CONTRACTOR 1 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, 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 the Contract Documents. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction. • G:\PROJECTS\2011 \11055\201402 -06 Snowsweeper Canner Vehicle Spec.Docx 7-24 1 2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to the ENGINEER initially for decision 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 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 supersede 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 information. The demand for arbitration shall be made within the thirty (30) day period, 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) 7.17 MISCELLANEOUS Giving Notice i 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. I G:\ PROJECTS\ 2011\ 11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 7-25 1 General: 3. Should the OWNER or CONTRACTOR suffer injury or damage to his person or property because 1 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. 1 1 1 • 1 1 1 1 1 1 1 G: PROJECTS\2011 \11055\2014 -02;06 Snowsweeper Carrier Vehicle Spec.Docx 7-26 1 1 • 1 1 1 1 1 1 1 1 SECTION 8 - FEDERAL CONTRACT CLAUSES 1 1 1 1 1 1 1 1 eo i U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM CONSTRUCTION CONTRACT $100,000 AND OVER ACCESS TO RECORDS AND IREPORTS 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 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. 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. Type of Certification is based on Type of Project: There are two types of Buy American certifications. • For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted. • For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non - building construction projects such as runway or roadway construction; or equipment acquisition projects) must be submitted. CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS (Non - building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 8 -1 1 mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X ". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; 1 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 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 1 more that 60% of the cost of all components and subcomponents of the "item ". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non - domestic products in their entirety). b) Cost of non - domestic components and subcomponents, excluding labor costs associated 1 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 G:\PROJECTS\2011 \11055\2014 -02.06 Snowsweeper Carrier Vehicle Spec.Docx 8 -2 1 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 BUY AMERICA REQUIREMENTS Overview By accepting an AIP grant, Sponsors are obligated to comply with Buy America preferences. In order to remain eligible under the Airport Improvement Program (AIP), Sponsor's must not permit any contractor or subcontractor to acquire any steel or manufactured product produced outside of the United States unless otherwise authorized by the FAA. Costs associated with equipment that is not in compliance with the Buy America provisions are ineligible for AIP participation. 1 Section 50101 - Buy America (a) Preference. - The Secretary of Transportation may obligate an amount that may be ' appropriated to carry out section 106(k), 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title for a project only if steel and manufactured goods used in the project are produced in the United States. (b) Waiver. - The Secretary may waive subsection (a) of this section if the Secretary finds that — II (1) Applying subsection (a) would be inconsistent with the public interest; (2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are not of a satisfactory quality; (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title - A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment; and B. Final assembly of the facility or equipment has occurred in the United States; or (4) Including domestic material will increase the cost of the overall project by more than 25 percent. (c) Labor Costs.: In this section, labor costs involved in final assembly are not included in calculating the cost of components. G: PROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 8 -3 1 Waivers While the intent of Buy America is to install only steel and manufactured goods that are 100% made S in the United States, the statute permits certain waivers to this preference. There are four types of permissible waivers: 1. Public Interest Waiver 2. Insufficient U.S. made quantity 1 3. Cost of components and subcomponents produced in the US is more than 60 percent of the cost of all components and subcomponents and final assembly is within the United States. 4. The cost of including domestic material will increase the cost of the overall project by more than 25%. FAA headquarters retains responsibility for addressing the first two waivers situations, public 1 interest and insufficient US made quantity. A sponsor would not typically initiate a waiver request under these two scenarios. AIP sponsors will likely be involved with the third type of the waiver. It is common for a manufacturer to incorporate non - domestic components in the manufacture of their product. To remain eligible under the AIP, the contractor will need to demonstrate that 60% or more of the product is produced in the United States and that final assembly occurs within the United States. Additional information on the type 3 waiver follows this sub - section. While possible, it is unlikely a Sponsor will encounter a situation where the type 4 waiver is appropriate. Please contact the FM project manager if a contractor expresses a desire to pursue this type of waiver. Type 3 Waiver 1 The FAA will consider a "type 3" waiver if the contractor can demonstrate that 60% of the components and subcomponent comprising a manufactured equipment/facility were produced in the United States and that final assembly occurs in the United States. If the project includes equipment or a facility which has steel as part of the manufactured component, the cost of the steel is considered as part of the 60% provision referenced above. The process to initiate a type 3 waiver request starts with the bid process. 1. Bid Solicitation 1 • AIP Sponsors must incorporate the Buy America provision within all bid packages involving buildings, equipment and airfield development projects funded under the AIP. As a matter of bid responsiveness, all bidders must indicate within their proposal how they • P P P Y intend to meet the Buy American provisions (Buy America Certification) by certifying one of the following 1 a. Certify 100% compliance by only installing US made steel and manufactured products; or b. Request a waiver to Buy America preferences. To remain eligible for FAA approval, the bidder must demonstrate that 60% of the components comprising the end product is from U.S. made steel or manufactured good. 1 2. After Bid • Once the sponsor identifies an apparent low bidder, the Sponsor shall evaluate the 1 submitted Buy America certification. We caution Sponsors to avoid executing any contract G:\PROJECTS\2011 \11055\2014 -02 -00 Snowsweeper Carrier Vehicle Spec.Docx 8-4 1 until the Buy American evaluation is complete and the FAA concurs with any waiver request. a. If the low bidder certifies 100% compliance, the Sponsor may proceed with award of contract. The Sponsor, through their consultant, remain responsible for monitoring the contractor's compliance with this certification by reviewing submittal documentation to verify all manufactured products are 100% made in the U.S. b. If the low bidder requests a waiver to Buy America provisions, the bidder will need to prepare and submit a Buy America waiver request that includes a component cost calculation table. 3. Waiver Request • The bidder must identify the percentage of the product components and subcomponents that are US made. • The bidder shall base the percentage on the value that results from completing a component calculation table. The component breakout shall be along major elements of the equipment. Inadequate breakout of components is cause for owner rejection of the waiver request. The bidder must exclude labor costs from this calculation. • The bidder shall avoid simply stating they will meet the 60% requirement. • The Sponsor shall review the bidder's request for completeness. If the Sponsor concurs with the bidder's waiver request, the Sponsor then submits their recommendation for FAA approval of the bidder's waiver request. 4. FAA Approval • The FAA will review the bidder's waiver request and sponsor's recommendation. If the FAA deems the documentation sufficient and consistent with the AIP Buy America 1 statute, the FAA will generate a Buy America Waiver approval letter to the Sponsor. • Causes for FAA rejection include but are not limited to: - Including labor and assembly costs in the component cost calculation - Insufficient component breakout or inadequate component calculation - Foreign made steel included in waiver request - Less than 60% US made participation. - Bidder simply stating they will meet the 60% requirement 5. After Award • The Sponsor, through their consultant, remains responsible for verifying the contractor's compliance with the approved waiver by reviewing submittal documentation and monitoring actual installation. • The percentage value identified in the approved waiver request becomes a contract obligation. The contractor may not furnish components and subcomponents that results in a U.S. made percentage lower than the value identified in the approved waiver. The contractor may furnish components and subcomponents that result in a U.S. made percentage higher than the approved waiver without any additional action. 6. Substitutions • The FAA does understand that unique and unavoidable circumstances may arise that forces the prime contractor to adjust the percentage of US made components and subcomponents. A supplier going out of business is one such example. G:\PROJECTS\2011\ 11055\ 2014 -02 -05 Snowsweeper Carrier Vehicle Spec.Docx 8 -5 • The prime contractor may request the Sponsor and the FAA to revisit the original waiver determinations for such instances. In such cases, the prime contractor will need to resubmit all waiver request information for the purpose or re- evaluating the overall U.S. made percentage. The contractor will also need to demonstrate why a US made product is not available as a substitute. 1 • The FAA will not consider any request from a prime contractor to lower the value of the approved US made percentage for the sole purpose of installing a lesser cost non - domestic component or subcomponent. GENERAL CIVIL RIGHTS PROVISIONS 1 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 (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. CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY 1 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.C. § 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. 1 1 G PROJECTS12011 \11055\2014 -02 -06 Snowsweeper Carner Vehicle Spec.Docx 8 -6 1 • ' (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 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.) CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM 1 The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the (Title of Sponsor) 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 G:%PROJECTS\2011 \1105512014 -02 -08 Snowsweeper Carrier Vehicle Spec.Docx 8-7 1 necessary to make clear the purpose of Title VI.) FOR F R 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 1 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. 1 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.) 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 – G \PROJECTS \2011 \11055\201402 -06 Snowsweeper Garner Vehicle Spec Do= 8-8 1 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). CLEAN AIR AND WATER POLLUTION CONTROL 1 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. 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. 1 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 G:\PROJECTS12011 \11055\2014 -02.06 Snowsweeper Cartier Vehicle Spec.Docx 8 -9 1 set forth in paragraph 1 above. 3. ` Withholding for Unpaid Wages and Liquidated Damages. 1 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" 1 Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. United States Department of Labor Wage and Hours Division can provide information regarding any specific clauses or assurances pertaining to the Copeland "Anti- Kickback" Act requirements required to be inserted in solicitations, contracts or subcontracts. CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid /proposal under this solicitation, the bidder or offeror certifies that at the time the ■ bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) 1 The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction ", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http: / /www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to 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. 1 1 G:\PROJECTS7 2011 \11055'2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 8-10 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 1 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 1 clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for ' employment. 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 1 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 G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 8 -11 1 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. STAN DARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: 1 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; 1 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); 1 (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 1 (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 G:\PROJECTS\2011 \1105512014 -02.06 Snowsweeper Carrier Vehicle Spec.Docx 8 -12 1 ' 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. 1 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 1 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. 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 G:'PROJECTS\2011 \11055\2014 -02 -08 Snowsweeper Carrier Vehicle Spec.Oocx 8 -13 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 contractors EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractors EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractors recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a 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. 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 1 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. 1 p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractors EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Camer Vehicle Spec.Docx 8 -14 1 more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor 1 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. 1 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, 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 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 G: \PROJECTS12011111055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 8 -15 1 claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. r Requ erne fit; W4 1 " > :¢ �" Federal 7 cy ,with Enforcem n � x�° f w , : 4Responsi ,, � 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 Tess 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. Y�%.. , i pater �'+.so. � r r � R „F -*a.'�a;ux-- uYv+rc x' � .a ..�. +crn�.a:.,��:river �ti" Requirement ° r $ l ' i � � v " � : Fecleral,�~ r� ,Agency , Ii . ,r i r nSf t4 �. egrWar +, Responobilities :1 Occupational Safety and Health Act of 1970 (20 U.S. Department of Labor — Occupational Safety CFR Part 1910) and Health Administration RIGHTS TO INVENTIONS 1 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. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 8 -16 1 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. ' 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. ' 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 l 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. G: 1PROJECTS12011\11055k2014.02.06 Snowsweeper Gamer Vehicle Spec.Docx 8-17 1 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. 1 1 1 1 1 1 1 1 1 1 1 1 G;'PROJECTS\2011 \11055\2014-02 -06 Snowsweeper Cartier Vehicle Spec.ocx 8 -18 1 1 1 1 1 1 1 1 1 1 SECTION 9 - SPECIFICATIONS FOR CONSTRUCTION 1 1 1 1 1 1 1 1 1 9 -0 1 SECTION 1 1 SUBMITTALS, SHOP DRAWINGS AND SAMPLES PART 1 — GENERAL 1 1.1 DESCRIPTION A. Work Included: Wherever possible throughout the Contract Documents, the minimum acceptable quality of workmanship and materials has been defined by manufacturer's name and catalog number, reference to recognized industry and government standards, or description of required attributes and performance. ' To ensure that the specified products are furnished and installed in accordance with design intent, procedures have been established for advance submittal of design data and for their review by the ENGINEER. Make all submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. B. Related information: Individual requirements for submittals and substitutions may be described in the Sections of these Contract Documents pertaining to the item. 1.2 QUALITY ASSURANCE A. Coordination of submittals: Prior to each submittal, carefully review and coordinate all ' aspects of each item being submitted and verify that each item and the submittal for it conforms in all respects with the requirements of the Contract Documents. By affixing the CONTRACTOR's signature to each submittal, certify that this coordination has been performed. B. Certificates of compliance: Certify that all materials used in the work comply with all specified provisions thereof. Certification shall not be construed as relieving the ' CONTRACTOR from furnishing satisfactory materials if, after tests are performed on selected samples, the material is found to not meet specified requirements. Show on each certification the name and location of the work, name and address of 1 Contractor, quantity and date or dates of shipment or delivery to which the certificate applies, and name of the manufacturing or fabricating company. Certification shall be in the form of letter or company- standard forms containing all required data. Certificates ' shall be signed by an officer of the manufacturing or fabricating company. In addition to the above information, all laboratory test reports submitted with Certificates of Compliance shall show the date or dates of testing, the specified requirements for which testing was performed, and results of the test or tests. 1.3 SUBMITTALS A. Submittal Schedule: Within 14 days after execution of the agreement, and before any items are submitted for approval, submit to the ENGINEER two copies of the schedule. ' B. Certificates of Compliance: Prior to installation of the materials, and as a condition of acceptance, submit to the ENGINEER all Certificates of Compliance required. C. Substitutions: Make all submittals of Shop Drawings, Samples, Requests for Substitution, and other items, in strict accordance with this Section. When the CONTRACTOR elects to use a material exceeding specifications for his convenience or availability, he does so at his own expense unless approved by the ENGINEER. 1 1 G:'PROJECTS12011 \11055\2014-02 -06 Snowsweeper Carrier Vehicle Spec.Doa 9 -1 1 1.4 GUARANTEE The CONTRACTOR shall bear ultimate responsibility for providing a complete working system and shall guarantee that all installed system components are compatible and will provide for the intended operation of the component and the system of which it is a part. PART 2 — PRODUCTS 2.1 SUBMITTAL SCHEDULE A. General: Compile a complete and comprehensive schedule of all submittals anticipated to be made during progress of the work. Include a list of each type of item for which Contractor's drawings, Shop Drawings, 1 Certificates of Compliance, material samples, guarantees, or other types of submittals are required. Upon review and comment by the ENGINEER this schedule will become part of the Contract and the CONTRACTOR will be required to adhere to the schedule except when specifically otherwise permitted. B. Coordination: Coordinate the schedule with all necessary subcontractors and materials suppliers to ensure their understanding of the importance of adhering to the approved schedule and their ability to so adhere. Coordinate as required to ensure the grouping of submittals. C. Revisions: Revise and update the schedule on a monthly basis as necessary to reflect conditions and sequences. Promptly submit revised schedules to the ENGINEER for review and comment. 2.2 SHOP DRAWINGS AND COORDINATION DRAWINGS A. Shop Drawings - Scale and Measurements: Make all Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. 1. Prints required: submit (3) three copies of all Shop Drawings to the ENGINEER. 1 2.3 MANUFACTURERS' LITERATURE Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly indicate which portion of the contents is being submitted for review. 2.4 SAMPLES 1 A. Accuracy of samples: Samples shall be of the precise article proposed to be furnished. B. Number of samples required: Unless otherwise specified, submit (2) two samples, (1) one of which will be retained by the ENGINEER. 2.5 COLORS AND PATTERNS 1 Unless the precise color and pattern is specifically described in the Contract Documents, and 1 whenever a choice of color or pattern is available in a specified product, submit accurate color and pattern charts to the ENGINEER for review and selection. 2.6 SUBSTITUTIONS A. Approval required: The Contract is based on the standards of quality established in the Contract Documents. All products proposed for use, including those specified by required attributes and G:'PROJECTS'2011 \1105512014.02.06 Snowsweeper Career Vehicle SpeC.Docx 9-2 performance, shall require approval by the ENGINEER before being incorporated into the 1 work. 2.7 AVAILABILITY OF SPECIFIED ITEMS 1 A. Verification: The CONTRACTOR shall be responsible for verifying to his satisfaction that all specified items will be available in time for installation during orderly and timely progress of the work. B. Notification: In the event specified items will not be available, the CONTRACTOR shall notify the ENGINEER prior to receipt of bids. 1 C. Delays: The costs of delays resulting from non- availability of specified items, when such delays could have been avoided by the CONTRACTOR, will be the CONTRACTOR's I liability and shall not be borne by the OWNER. PART 3 — EXECUTION 3.1 IDENTIFICATION OF SUBMITTALS l: Consecutively n mber all submittals. Accompany A. General: u p y each submittal with a letter of transmittal containing all pertinent information (item and section number) required for identification and checking of submittals. Do not submit multiple submittals under a single transmittal — each submittal needs to be addressed on its own merit for acceptance or rejection. B. Internal Identification: On each copy of each submittal, and elsewhere as required for positive identification, clearly indicate the submittal number in which the item was included. C. Resubmittal: Resubmittals shall include a new letter of transmittal with item and section numbers. 1 D. Submittal Log: Maintain an accurate submittal log for the duration of the Contract, showing current status of all submittals at all times. The minimal required information on the submittal log shall be the date it was transmitted, Contractor's transmittal number, description, subcontractor reference, specification reference, ENGINEER's review status and date returned to the CONTRACTOR. The CONTRACTOR shall submit his submittal with his progress payment application on a monthly basis. The updated submittal log will be precedent to all progress payment unless otherwise directed by the ENGINEER. 3.2 COORDINATION OF SUBMITTALS A. General: Prior to submittal for review and comment, use all means necessary to fully coordinate all material including, but not necessarily limited to: 1. Determine and verify all interface conditions, catalog numbers, and similar data. 2. Coordinate with other trades as required. 1 3. Clearly indicate all deviations from requirements of the Contract Documents. B. Grouping of Submittals: Unless otherwise specified, make all submittals in groups containing all associated items to ensure that information is available for checking each item when it is received. Partial submittals may be rejected as not complying with the provisions of the Contract Documents and the CONTRACTOR shall be strictly liable for all delays so occasioned. 1 G :'PROJECTS'.2011111055Q014 -02 -06 Snowsweeper Garner Vehicle Spec.Docx 9 -3 • 1 3.3 TIMING OF SUBMITTALS A. General: Make all submittals far enough in advance of schedule dates for installation to 1 provide all time required for reviews, for securing necessary approvals, for possible revisions and resubmittals, and for placing orders and securing delivery. B. ENGINEER's Review Time: In scheduling, allow at least (10) ten calendar days for 1 review by the ENGINEER following his receipt of the submittal. C. Delays: Delays caused by tardiness in receipt of submittals will not be an acceptable 1 basis for extension of the Contract completion date. 3.4 ENGINEER'S REVIEW 1 A. General: Review by the ENGINEER shall not be construed as a complete check, but only that the general method of construction and detailing is satisfactory. Review shall not relieve the CONTRACTOR from responsibility for errors which may exist. B. Authority to Proceed: The notations "No Exception Taken ", "Make Corrections Noted ", and "Other", authorize the CONTRACTOR to proceed with fabrication, purchase, or both, of the items so noted, subject to the revisions, if any, required by the ENGINEER's review comments. C. Revisions: Make all revisions required by the ENGINEER. If the CONTRACTOR considers any required revision to be a change, he shall so notify the ENGINEER as provided for under "Changes" in the General Conditions. Show each drawing revision by number, date, and subject in a revision block on the drawing. Make only those revisions directed by the ENGINEER. D. Revisions After Review and Comment: When a submittal has been reviewed by the ENGINEER, resubmittal for substitution of materials or equipment will not be considered unless accompanied by an acceptable explanation as to why the substitution is necessary. PART 4 — MEASUREMENT AND PAYMENT 1 No separate measurement or payment to the CONTRACTOR will be made for the work required under this section. 1 1 1 1 1 1 G 1PROJECTS \2011 \ 11055 G01 4 -02 -08 Snowsweeper Carrier Vehicle Spec.Docx 9-4 111 1 SECTION 2 REFERENCE STANDARDS PART 1 — GENERAL 1.1 DESCRIPTION A. Work Included: Reference is made in these contract documents to codes and standards which establish qualities and types of workmanship and materials, and which establish methods retrtt artti Where m s nog workmanship and poring on are the required peinen by these chac Contrac t Documents to meet or exceed the specifically named code or standards, it is the CONTRACTOR's responsibility 1 to provide materials and workmanship which meet or exceed the specifically named code or standard. It is also the CONTRACTOR's responsibility, when so required by the Contract Documents or by written request from the ENGINEER, to deliver to the ENGINEER all required proof that the materials or workmanship, or both, meet or exceed the requirements of the specifically named code or standard. Such proof shall be in the form required in writing by the ENGINEER, and copies of a certified report of tests conducted by a testing agency approved for that purpose. B. Related Work Described Elsewhere: Specific naming of codes or standards occurs on 1 the drawing and in other Sections of these Specifications. 1.2 QUALITY ASSURANCE A. Codes and standards: Familiarity with pertinent codes and standards: In procuring all items used in this work, it is the CONTRACTOR's responsibility to verify the detailed requirements of the specifically named codes and standards and to verify that the items 1 procured for use in this work meet or exceed the specified requirements. B. Rejection of Non - Complying Items: The ENGINEER reserves the right to reject items incorporated into the work which fail to meet the specified minimum requirements. The ENGINEER further reserves the right, and without prejudice to other recourse the ENGINEER may take, to accept non - complying items subject to adjustment in the Contract Amount as approved by the ENGINEER and the OWNER. C. Additional Standards and Requirements: Applicable standards listed in these Specifications include, but are not necessarily limited to, standard promulgated by the following agencies and organizations: 1. AASHTO, American Association of State Highway and Transportation Officials, (AASHTO) 2. American Concrete Institute (ACI) 3. American Institute of Steel Construction (AISC) 4. American National Standards Institute (ANSI) 5. American Society for Testing and Materials (ASTM) 6. American Welding Society (AWS) 7. American Water Works Association (AWWA) 8. Concrete Reinforcing Steel Institute (CRSI) 9. Commercial Standard of NBS (CS) 10. Flat Glass Marketing Association (FGMA) 11. The National Association of Architectural Metal Manufacturers (NAAMM) 12. National Electrical Code (NEC) 13. National Electrical Manufacturers Association (NEMA) 14. National Fire Protection Association (NFPA) 15. Steel Deck Institute (SDE) �' G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Camer Vehicle Spec.00Cx 9-5 1 16. Steel Structures Painting Council (SSPC) 17. Tile Council of America (TCA) 18. Underwrites' Laboratories 19. Uniform Building Code (UBC) 20. Federal Aviation Administration (FAA) PART 2 PRODUCTS No products this section. 1 PART 3 — EXECUTION The CONTRACTOR is responsible for being familiar with all named or implied codes. The latest revision 1 or edition of codes or standards shall be used. PART 4 — MEASUREMENT AND PAYMENT 1 There will be no separate measurement or payment for work required by this Section. 1 r 1 1 1 • 1 1 1 1 1 G:\PROJECTS\2011 \11055\2014-02 -06 Snowsweeper Camer Vehicle Spec.Docx 9-6 1 SECTION 3 HIGH SPEED BROOM WITH CARRIER VEHICLE 1 PART 1 — GENERAL This specification is the basis for procurement of airport snow removal equipment, intended for removing snow from airport operational areas, including runways, taxiways and apron areas. The carrier vehicle and attachments must be designed and manufactured in the United States for the specific purpose of snow removal, and shall, at a minimum, meet the specified criteria for type, size, and quality. Materials used on the snowsweeper shall conform to the specifications listed. When not specifically listed, materials shall be of the best quality available for their intended commercial use. Component parts shall be new and free of all defects and imperfections that could affect the serviceability of the finished product. 1.1 RELATED INFORMATION A. FAA Advisory Circular 150/5220 -20, dated 6/30/92, Airport Snow and Ice Control Equipment; B. Summary of Work. 1.2 SYSTEM DESCRIPTION 1 This equipment shall consist of a four - wheel- drive, carrier vehicle rated for a minimum 50,000 pounds gross vehicle weight (GVW) with rear - mounted diesel drive engine and high- mounted forward cab. The vehicle shall be equipped with a 20 -foot high -speed broom powered by an auxiliary diesel engine. The blower head shall be attached to the front of the vehicle with a quick hitch. The carrier vehicle with high -speed broom attached shall have the ability to operate at speeds up to 35 mph depending on conditions. 1.3 BID SUBMITTALS Each Bidder shall submit with his bid (2) two copies of complete documentation and illustrative descriptions, to include certifications, brochures, catalogue cut sheets and technical data, of the Goods offered to demonstrate that the equipment will meet the requirements of the technical specifications. The documentation to be submitted with the bid shall be for current production components and equipment shall be dated no more than (5) five years prior to the bid opening. Documentation to be submitted with the bid is identified in the follow specification. Brochures, catalogue cut sheets and technical data submitted with the bid shall not be considered as notices of exception to the technical specifications. The Bidder shall identify each item or component of the proposed Goods that fail to comply with the technical specifications and submit this information with his bid. 1.4 COMPLIANCE CERTIFICATION The bidder shall complete the Specification Compliance Certification certifying that the equipment the bidder intends to provide comply with the performance, design and construction requirements of this specification and the requirements of FAA Advisory Circular 150/5220 -20, Airport Snow and Ice Control Equipment. The Bidder shall provide a detailed description of the item(s) in which the proposed equipment fails to comply with the specifications or FAA Advisory Circular 150/5220 -20. Failure to submit G'\PROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec Do= 9 -7 1 this information shall be grounds to consider the bid non - responsive. A. Bid Submittal — Compliance Certification. The Specification Compliance Certification and 1 description of the items(s) in which the proposed Goods fail to comply with the procurement specification or FAA Advisory Circular 150/5220 -20 shall be submitted with the bid. 1 1.5 SHOP DRAWINGS AND PRODUCTION SCHEDULE. Within (60) sixty calendar days of the effective date of the Contract, the CONTRACTOR shall 1 provide to the ENGINEER complete shop drawings of all system components and operating systems comprising the equipment to be provided. Within (60) sixty calendar days of the effective date of the Contract, the CONTRACTOR shall I provide to the ENGINEER a production schedule indicating the dates of substantial completion of each major component and operating system. The schedule shall also indicate the dates of final completion, testing, shipment and delivery of the equipment. 1.6 OPERATIONAL STANDARDS AND TESTING Each Bidder shall certify that the equipment offered complies with the performance requirements 1 of FAA 150/5220 -20, Airport Snow and Ice Control Equipment. Each Bidder shall submit the certification with the bid. Equipment testing shall be conducted on standard production models and not on specially constructed prototypes. The operational and performance information shall be from testing conducted no more than five years prior to the bid opening. Test results indicating that the High -speed broom meets the performance requirements specified shall be submitted with the bid. The Bidder shall submit the location and serial number of the unit(s) tested. See Part 4 — Operational Standards and Testing for testing requirements. 1.7 SCHEDULE 1 The equipment is to be delivered to the point of delivery designated by the OWNER, commissioned and ready for OWNER's acceptance on or before 290 calendar days after the effective date of the Contract. A. Bid Submittal — Schedule: The Bidder shall indicate on the Bid Form the proposed date for delivery of the equipment to be provided. 1.8 DELIVERY A. Preparation for Delivery: 1 1. Shipment. The equipment shall be packed in such a manner as to insure acceptance and safe delivery to the designated point. 2. Marking for shipment shall be in accordance with the instruction issued by the Purchaser. 1 B. Field Testing, Startup and Operations and Maintenance Training. A qualified field service technician or manufacturer's representative shall be present within 24 hours of delivery of the equipment to the OWNER to provide commissioning and conduct field testing of the Goods at the airport to verify operation and performance in conformance with the specifications and intended use. A representative shall be present at the OWNER's facility for not less than eight hours to conduct testing, startup and training services. Field testing is to include demonstration of all features of operation and performance as described in the technical specifications. Training sessions shall include both in the field and classroom environments and shall encompass proper operation and maintenance of the Goods provided. Training shall be G'\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Camer Vehicle Spec.Oocx 9-8 1 I focused on use of operations and maintenance manuals provided by the CONTRACTOR and other appropriate presentation material. The CONTRACTOR shall provide the OWNER a detailed agenda of training sessions not less than 14 days in advance of delivery of Goods. 1 C. Operations and Maintenance Manuals. The CONTRACTOR shall provide, at the time of delivery of the equipment to the OWNER, one complete set of the following I documentation as part of the Operations and Maintenance Manuals requirements in accordance with the standard commercial practices applicable to the carrier vehicle, auxiliary engine and high -speed broom furnished under this contract. Each set shall include one copy each of: 1 1. Operator's Manual with lubrication chart. Operator's Manual shall be a printed document. J 2. Maintenance and Service Manual. All applicable service manuals, to include service and repair manuals for all assemblies and subassemblies such as power • plant, drive system, hydraulic system, etc. Maintenance and Service Manual shall be a printed document. 3. Parts Manual. All parts not originally fabricated by the manufacturer of the carrier I vehicle shall be cross - referenced by the original manufacturer's name and . number as well as the supplier's number. 4. CD -ROM. Manuals shall be printed documents. Provide Manuals on CD -ROM, if available. 5. Internet Access. Provide Internet access to parts manuals. 1 6. Electrical schematics. Electrical schematics shall be provided in both hard copy and electronic format. 1 7. Operator Video. Provide a video for operator training of all features of the unit. D. Bid Submittal — Operations and Maintenance IVlanuals. Descriptions of the manuals to be provided shall be submitted with the bid. I 1.9 WARRANTY I A standard one -year warranty shall be provided for the snow removal equipment and attachments. The successful Bidder shall be responsible for warranty work on all equipment and components, including attachments and non - factory parts. Provide point of contact name and telephone number for warranty service and parts that is available 24 hours per day, 7 days per 1 week, 365 days per year. A. Bid Submittal — Warranty. Carrier vehicle and sweeper manufacturer's warranty I information shall be submitted with the bid. B. Bid Submittal — Parts and Service Policy. Each Bidder shall submit with his bid a proposed policy for parts and service availability. l 1.10 QUALITY ASSURANCE I A. Quality Assurance Provisions. The CONTRACTOR shall be responsible for the performance inspection requirements specified herein. Except as otherwise specified, the CONTRACTOR shall utilize his own or any other inspection facilities or services. The CONTRACTOR shall maintain records of inspections and tests. Copies of these records I shall be provided to the Purchaser. The Purchaser shall perform any and all inspections set forth in the specification where such inspections are deemed necessary to assure CONTRACTOR has complied with the specification requirements. I ' G:\PROJECTS\2011\ 11055\ 2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9 -9 1 B. ISO. Certification or Equivalent Quality Control and Quality Assurance. The chassis and sweeper manufacturer(s) shall be ISO 9001 certified by an accredited third party, or have, at a minimum, quality control and quality assurance policies and procedures that are equivalent ISO 9001. C. Bid Submittal — ISO Certification Equivalent Quality Control and Quality Assurance The Bidder shall submit as part of the bid a copy of the ISO 9001 certifications of the chassis and sweeper manufacturer(s). If the chassis and sweeper manufacturers are not ISO 9001 certified, the Bidder shall submit as part of the bid a detailed copy of the chassis and sweeper manufacturer's quality control and quality assurance policies and procedures that demonstrates that the quality control and quality assurance policies and procedures are equivalent, at a minimum, to ISO 9001. 1 D. Progress Inspections. The OWNER reserves the right to make progress inspections at the Bidder's manufacturing facility to assure compliance with the specifications. The OWNER will be responsible for all costs associated with progress inspections and will provide a minimum notice of (72) seventy -two hours in advance of inspections. E. Substantial Completion. The OWNER reserves the right to make a substantial completion inspection at the Bidder's manufacturing facility. The OWNER will be responsible for all costs associated with (1) one substantial completion inspection and will provide a minimum notice of (72) seventy -two hours in advance. If the OWNER determined that the Goods are not substantially complete according to the production schedule provided, an additional inspection(s) shall be made. The CONTRACTOR shall be responsible for all costs associated with the second and all subsequent substantial completion inspections. F. Substitutions. The Contract, if awarded, will be on the basis of material and equipment described or specified in these technical specifications. After the Contract has been awarded, the procedure for submittal of substitute or equal item of material or equipment by CONTRACTOR, and consideration by OWNER, is set forth in the General Conditions. When the CONTRACTOR elects to use a material exceeding the specifications for his convenience or availability, he does so at his own expense unless approved by the OWNER. 1.11 DIMENSIONS OF STRUCTURAL MEMBERS The dimensions of structural members and hydraulic components specified for the carrier vehicle and sweeper shall be considered as minimum dimensions necessary for the equipment to be considered suitable for the intended use. Structural members and hydraulic components with alternate dimensions will be considered if the Bidder can demonstrate that the proposed equipment has equal performance and equivalent service life. PART 2 — EQUIPMENT — CARRIER VEHICLE .11 The carrier vehicle shall be a four - wheel- drive, with rear - mounted diesel drive engine, high- mounted forward cab. The vehicle shall be designed and utilized for removing snow from airport operational areas, including runways, taxiways, apron areas, emergency services roads, security roads, hangar taxi lanes, access roads and other paved airport surfaces. The vehicle will be operated in close proximity to parked and moving aircraft and fixed obstacles while the airport remains fully operational. All parts and accessories necessary for safe operation of the vehicle shall be provided and shall conform to applicable standards. 2.1 FMVSS - The following Federal Motor Vehicle Safety Standards (FMVSS) shall apply to the carrier vehicle: FMVSS 101 Controls and Displays FMVSS 103 Windshield Defrosting and Defogging Systems G. 'PROJECTSi2011\110552014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9-10 1 I FMVSS 105 Hydraulic and Electric Brake Systems FMVSS 108 Lamps, Reflective Devices, and Associated Equipment 1 FMVSS 120 Tire Selection and Rims for Motor Vehicles Other Than Passenger Cars FMVSS 121 Air Brake Systems 1 FMVSS 205 Glazing Materials FMVSS 206 Door Locks and Door Retention Components • 1 FMVSS 207 Seating Systems I FMVSS 209 Seat Belt Assemblies FMVSS 210 Seat Belt Assembly Anchorages 1 FMVSS 302 Flammability of Interior Materials A. Bid Submittal — FMVSS. A list of FMVSS requirements that the carrier vehicle complies I with shall be submitted with the bid. Manufacturer shall certify that carrier vehicle complies with the FMVSS requirements of this specification. The certification of FMVSS compliance shall be submitted with the bid. ,I 2.2 Materials. Materials used on the carrier vehicle shall conform to the specifications listed in this document, Advisory Circular 150/5220 -20 and appropriate sections of Title 49, Chapter III, Subchapter B — Federal Motor Carrier Safety Regulations, Part 393 — Parts and Accessories I Necessary For Safe Operation (Title 49). When not specifically listed, materials shall be of the best quality available for their intended commercial use. Component parts shall be new and free of all defects and imperfections that could affect the serviceability of the finished product. All materials supplied shall be of current serial numbers representing that the materials are current and readily available upon need due to failure and normal replacement. No obsolete, or unused I parts shall be utilized in the manufacturing of this equipment. When not specifically listed, materials shall be of the best quality available for their intended commercial use. 1 2.3 Design. Equipment shall be developed in accordance with the best engineering practices available. This includes the incorporation of ergonomic designs specifically directed at the vehicles cab environment. Vehicle design shall include current state -of- the -art procedures that 1 consider approved cab visibility, communications systems, interior lighting and the mitigation of noise and vibration. Design and installation of equipment shall permit easy accessibility for maintenance and service. All vehicle stress points shall be designed to distribute and dissipate I shock forces. 2.4 Construction. Vehicle construction shall provide maximum . protection against structural member failures. Equipment shall withstand the cold, moisture, strains, jars, vibrations, and other I conditions that are likely to be encountered during operation. All components and assemblies shall be free of hazardous protrusions, sharp edges, cracks, or other elements that might cause injury to personnel or damage to equipment. Locations of all oil, hydraulic, and air lines and electrical wiring shall be in protected positions properly attached to the frame of body structure. I Wherever these lines pass through structural members, they shall be protected with looms of grommets except where a through -frame connector is necessary. I 2.5 Chassis. The design of the vehicle chassis shall be based on an all -wheel drive concept for optimized performance and safety. It shall have power assisted steering and a transmission with suitable load ranges to accommodate normal operating conditions. A pintle hook shall be permanently attached to the rear frame structure capable of towing a vehicle. All installed parts ,' and accessories necessary for the safe operation of the vehicle shall conform to applicable provisions of Title 49. 1 G:\PROJECTS\2011 \11055\2014.02 -06 SnowsweeperCartier Vehicle Spec.Docx 9 -11 1 A. Structural Members and Frame Construction. The frame shall be made of either pressed or structural steel channel and reinforced as required to prevent distortion under maximum load conditions. All frames and stiffeners shall be treated with a corrosion inhibitor and shall be primed and painted before assembly. The frame shall be riveted, bolted, or welded construction and shall consist of adequate cross members, exclusive of engine supports, so designed and constructed to support gross vehicle weight of the body and load, power plants, plow and all other equipment under anticipated maximum operating conditions. No alterations shall be made to the frame that will reduce its designated strength. 1. Bid Submittal — Structural Members and Frame Construction. A description of the frame construction, brochures, catalogue cut sheets and technical data that demonstrate the carrier vehicle meets the requirements shall be submitted with the bid. B. Dimensions and Clearances. Carrier vehicles shall have the following overall dimensions: 1. Minimum Ground Clearance. The minimum ground clearances of a vehicle chassis shall be 8 inches. 2. Maximum Overall Height. The overall height of a vehicle excluding discharge chutes, lights, and exhaust stacks shall not exceed 13 feet. 3. Maximum Overall Width. The overall width of a vehicle including displacement plows at their maximum angle and wings folded shall be no more than 22 feet. 4. Maximum Overall Length. Maximum vehicular length should not exceed 35 feet. 5. Minimum Turning Circle Diameter. Using two wheel steering only, the vehicle 1 must be capable of turning within a circle whose diameter is 100 feet. This diameter is measured from center to center of the outside front tire tread ground imprint. • 6. Weight Distribution. The gross vehicle weight of the vehicle shall essentially be distributed equally over its axels. Under normal operating conditions, there shall not be more than a 20 percent variation in weight on any axle. The center of gravity shall be kept as low as possible under maximum load conditions. While it is loaded, the vehicle shall be capable of resting on a 20 percent transverse grade without danger of overturning. 1 7. Bid Submittal — Dimensions and Clearances. Brochures, catalogue cut sheets and dimensioned drawing that demonstrates that the carrier vehicle meets the requirements shall be submitted with the bid. 8. Bid Submittal — Weight Distribution. The weight distribution summary of the vehicle as designed shall be submitted with the bid. 1 a. Actual Weight. The bidder shall submit the actual weight of the vehicle, with the sweeper attached, and vehicle, and each component loaded in its maximum configuration, as determined by weighing the unit at a public certified scale. The OWNER will not accept the vehicle if the actual weights deviate from the weight distribution summary submitted with the bid by more than 5 percent on any axle or for the total gross weight, or if the actual weight on any axle exceeds the weight certified by the axle manufacturer. C. Alignment. The carrier vehicle is to be delivered with a wheel alignment report verifying 1 proper alignment and set up of all steering axles, both left and right side. Report shall G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9-12 1 show camber, caster and toe -in before and after adjustment against acceptable product limits. The unit will not be accepted if the wheel alignment report indicates that the unit does not meet the manufacturer's specification. The CONTRACTOR may make adjustments and resubmit the wheel alignment report, but the unit will not be accepted 1 until satisfactory results are received 1. Bid Submittal — Alignment. A sample of such alignment report shall be submitted I with the bid. . ucitch. The carrier vehicle shall be equipped with front - mounted quick hitch system compatible with sweeper head attachment. The hitch hydraulics shall meet the following 1 requirements: 1. Automatic /Remote Hitch. Controls to activate the hitching and unhitching J mechanisms shall be located in the vehicle cab. The hitch shall be capable of mating the attachment to the carrier vehicle attachment points even when minor angular differences exist between the attachment points and the hitching assembly. An additional hydraulic, pneumatic, or mechanical locking /unlocking device may be installed to ensure safe and positive final coupling. Locking devices shall be activated through the use of existing vehicle power systems. 2. Bid Submittal — Quick Hitch. Brochures, catalogue cut sheets and dimensioned drawing that demonstrates that the quick hitch meets the requirements shall be submitted with the bid. 2.6 Carrier Vehicle and Drive Engine. The carrier vehicle drive engine shall be of internal combustion, diesel design. It shall be able to meet the performance characteristics specified herein on commercial grade fuel. Dual engine vehicles shall use a common fuel. The engine shall develop sufficient torque and horsepower to meet its normal operational requirements without exceeding the no -load speed at the peak of its certified gross brake horsepower curve. Engine noise and vibration can be reduced in the vehicle cab by minimizing the number of engines for the various power requirements and by placing them behind or below the cab. A. CARRIER VEHICLE DRIVE ENGINE. Carrier vehicle drive engine shall be a turbocharged, four -cycle diesel engine. Engine shall be equipped or shall include the features specified, unless otherwise stated. 1. Carrier Vehicle Drive Engine: Carrier vehicle drive engine shall be rated for a minimum of 470 horsepower, have a minimum displacement of 12.5 liters, have a 1 minimum of (6) six cylinders, and meet current EPA highway emission standards. 2. Cold weather starting aid: Electric block heater required, battery heater required. 3. Carrier vehicle drive engine to be enclosed in a tilting cover, or approved equal that provides the same access to the top of the engine as a tilting cover. B. Bid Submittal — Carrier Vehicle Drive Engine. Brochures, catalogue cut sheets and technical data that demonstrate that the carrier vehicle drive engine meets the requirements shall be submitted with the bid. I C. Bid Submittal — Carrier Vehicle Engine Manufacturer Certification. Engine manufacturer shall certify that carrier vehicle engine complies with the performance requirements of this specification. Engine manufacturer shall provide an application approval that states the engine is suitable for use in the vehicle as configured and installed. The certification of performance and application approval shall be submitted with the bid. 2.7 Auxiliary Engine Assembly. The auxiliary engine to drive the sweeper shall be turbocharged, liquid cooled, four -cycle diesel type. The engine shall be mounted directly to the frame of the carrier vehicle chassis. The fuel G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Cartier Vehicle Spec.Da 9 -13 1 shall be supplied by the chassis engine fuel supply. The engine shall have a power derate or shutdown system. Shutdown systems shall include a manual override feature to allow for use /movement in emergency situations. The engine manufacturer's warranty shall not be voided if necessary to override automatic shutdown in emergency situation. Provide a full enclosure for auxiliary engine, radiator, charged air cooler and other components. Engine shall be equipped or shall include the feature specified, unless otherwise stated. A. Auxiliary Engine. Auxiliary engine shall be a turbocharged, four -cycle diesel engine. Engine shall be equipped or shall include the features specified, unless otherwise stated. 1 1. Based on the sweeper configuration, the engine(s) must be capable of producing sufficient power to meet the maximum continuous operational requirements of the carrier vehicle, broom and blower either working separately or in combination. Engines and their supporting systems including cooling, fuel, exhaust, hydraulic, electric, and lighting must meet appropriate requirements of the Carrier Vehicle Drive Engine. 2. Equipped with automatic derating or shutdown for engine protection during overheating and /or low oil pressure. Provide warning light and buzzer. Shutdown systems shall include a manual override feature to allow for use /movement in emergency situations. The engine manufacturer's warranty shall not be voided if necessary to override automatic shutdown in an emergency situation. 3. The auxiliary engine enclosure shall include a circuit breaker with master battery disconnect. 4. Bid Submittal — Auxiliary Engine. Brochures, catalogue cut sheets and technical data that demonstrate that the auxiliary engine meets the requirements shall be submitted with the bid. 5. Bid Submittal — Auxiliary Engine Manufacturer Certification. Engine manufacturer shall certify that auxiliary engine complies with the performance requirements of this specification. Engine manufacturer shall provide an application approval that states the engine is suitable for use in the vehicle as configured and installed. The Certification of performance and application approval shall be submitted with the bid. B. Auxiliary Engine Cooling System. The cooling system shall consist of a heavy -duty radiator constructed for maximum cooling. 1. The tanks shall be steel and the core shall be constructed of copper and brass. 1! 2. The engine cooling system shall be filled with permanent type antifreeze protecting the system to -40 degree F. 3. A spin -on, coolant filter housing shall be installed. 4. Silicone radiator and heater hoses shall be provided. 1 5. Bid Submittal — Auxiliary Engine Cooling System. Descriptions and technical data that demonstrate that the auxiliary engine cooling system meets the requirements shall be submitted with the bid. 6. Bid Submittal — Auxiliary Engine Cooling System Certification. The auxiliary engine manufacturer shall certify that the cooling system has suitable capacity to operate in ambient temperatures up to 115 degree F with engine operating at specified horsepower. Engine manufacturer shall provide an application approval that states the cooling system is suitable for use in the vehicle as configured and installed. The certification of performance and application G:\PROJECTS\2011 \11055\ 2014 -02-00 Snowsweeper Carrier Vehicle Spec.Dorx 9 -14 1 I approval shall be submitted with the bid. C. Cowling. The total power plant shall be housed in a sturdy enclosure constructed of sheet metal, fiberglass or other durable material and equipped with access doors to 1 facilitate equipment servicing. 1. Bid Submittal — Cowling. Descriptions, brochures and catalogue cut sheets that 1 demonstrate that the auxiliary engine enclosure meets the requirements shall be submitted with the bid. 2.8 Cooling System. A. General. The carrier vehicle drive engine cooling system shall be based on a liquid or forced air design. Internal temperatures shall be controlled by a by -pass thermostat that I regulates the flow of engine coolant. Even upon failure of the thermostat, the design of the system shall allow the engine to continue temporary operation without overheating. Drain cocks shall be installed at the lowest point of the cooling system and at other points necessary to completely drain the system. 1 B. Coolant Temperatures. Coolant temperatures shall not exceed 212 degree Fahrenheit nor be Tess than 140 degree Fahrenheit when operated in ambient temperatures during I snow removal operations. C. Cooling System. The cooling system shall consist of a heavy-duty radiator Y y y for constructed for maximum cooling with the tanks and side members bolted together to form a rigid I frame. The cooling system shall be as recommended by the engine manufacturer. 1. The engine cooling system shall be filled with permanent type antifreeze I protecting the system to -40 degree F. 2. Silicone radiator and heater hoses shall be provided. J 3. Fan belt shall be serpentine type equipped with an automatic belt tensioning device. 1 D. Transmission Cooler. A transmission cooler shall be located integral to the radiator. The cooling system shall be as recommended by the transmission manufacturer. E. Bid Submittal — Carrier Vehicle Drive Engine Cooling System. Descriptions and technical I data that demonstrate that the carrier vehicle drive engine cooling system meets the requirements shall be submitted with the bid. F. Bid Submittal — Carrier Vehicle Drive Engine Cooling System Certification. The carrier I vehicle drive engine manufacturer shall certify that the cooling system has suitable capacity to operate in ambient temperatures up to 115 degree F with engine operating at specified horsepower. Engine manufacturer shall provide an application approval that I states the cooling system is suitable for use in the vehicle as configured and installed. The certification of performance and application approval shall be submitted with the bid. 2.9 Fuel System A. General. The fuel system shall comply with Title 49 and be designed to eliminate to the possibility of vapor lock. It shall include a fuel injector, choke system, fuel pump, fuel I strainers, dry filter type air cleaners, fuel lines, valves, drains, and other accessories required to provide a complete operational system. I B. Fuel Tank(s) and Lines. Fuel tank(s) shall have the capacity to supply fuel continuously to the engine for a period of not less than (8) eight hours while it is operating at its rated horsepower under normal conditions. If dual tanks are used, the supply system shall be designed to ensure an uninterrupted flow of fuel to the engine. Fuel lines shall be I G:\PROJECTS\2011 \1105512014 -02 -08 Snowsweeper Carrier Vehicle Spec Docx 9 -15 1 securely fastened in place, installed to prevent chafing or strain, and protected by grommets where lines project through metal apertures. Each fuel tank is to be equipped with an accessible bronze or brass drain plug or a quick drain. The fuel tanks and lines shall meet the following requirements: 1. Fuel tank(s) and lines shall be constructed to meet Title 49 fuel tank and lines 1 requirements and be properly fastened to the frame. 2. Fuel tank(s) shall be constructed of steel or aluminum. 1 3. A heated fuel /water separator shall be installed in the supply line to the engine fuel injectors. 1 4. Provide a 110 -volt in -take fuel heater. 5. The fuel filler pipe(s) shall be located outside of the vehicle cab in an area 1 accessible for refueling from the ground. A light chain shall be attached near its opening and to the filler cap to prevent loss of the cap. The filler neck shall include a screen to prevent the entry of foreign objects into the tank. The fuel filler cap shall be painted a color appropriate for the type of fuel, and a permanent label shall be affixed as close as practical to the fill neck(s), in an area visible to the person refueling the vehicle, stating the appropriate fuel and capacity of the tank(s). 6. Air Cleaner. The air cleaner shall be of a two stage design. The first stage incorporates a centrifuging pre - cleaner while the second consists of a dry type replaceable paper filter. It shall display an indicator that shows when the dry type paper filter needs servicing. The connection between the air cleaner outlet(s) and the engine intake(s) shall be waterproof and dust tight. The air cleaner intake shall be positioned in a manner to discourage the ingestion of snow and other contaminants, e.g. within the hood cavity. C. Bid Submittal — Fuel System Certification. The carrier vehicle manufacturer shall certify that the fuel system complies with the fuel system requirements or Title 49. The certification shall be submitted with the bid. D. Bid Submittal — Fuel System. Descriptions and technical data that demonstrate that the fuel system meets the requirements shall be submitted with the bid. 2.10 Exhaust System and Muffler. The engine shall be equipped with an efficient and safe exhaust system including mufflers. Its location shall minimize noise and exhaust gases entering the vehicle cab under all operating conditions. Further noise reductions by noise suppression materials, such as muffler insulation, is encouraged. Horizontal portions of exhaust systems shall be protected whenever possible, from corrosive agents and fuel spills. Exhaust systems shall be positioned under the vehicle in a manner to minimize contact with slush and snow. Muffler(s) are to be made of aluminum, stainless steel, or materials coated with ceramics. Devices shall be installed to prevent snow and slush from entering vertical exhaust stacks. 1 A. Bid Submittal — Exhaust System. Descriptions and brochures that demonstrate that the exhaust system meets the requirements shall be submitted with the bid. 2.11 Governor. Carrier vehicle drive engine speed shall be regulated by a governor set to provide the maximum operating speed recommended by the engine, driveline, and power train manufacturers. 1 2.12 Engine Lubrication. The engines lubricating system shall be equipped with standard production fittings and accessories. Engine oil filter(s) shall be of either full -flow or by -pass design with either able to accept commercial replacement elements. All engine(s) shall receive lubrication prior to delivery with lubricants designated for use under ambient temperature conditions at the G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9 -16 1 point of delivery. The unit(s) shall be tagged to identify the proper lubricants and their temperature ranges. 2.13 Accessibility. A. Component Location. Engine and chassis components shall be positioned to allow easy access for inspection and maintenance purposes. Components that historically present maintenance problems or those that have the potential to cause operational problems shall be located in unobstructed areas. Locks, controls and fasteners shall be designed to prevent over - torqueing. Fluid capacities that must be checked during a pre -trip inspection, such as hydraulic oil level(s), windshield washer fluid level, and diesel fuel level shall be visually observable or otherwise capable of being checked without the need for tools, and without requiring work stands, portable ladders, or other equipment to check the service levels. B. Cover Plates. Cover plates shall be equipped with either quick - disconnect fastenings or hinges. 1 C. Drains, Filler, Plugs. Grease fittings, hydraulic lines, bleeders and checkpoints for all components shall be located to be readily accessible and shall not require special tools for servicing. D. All Components. All components shall be designed and protected so that heavy rain, snow, ice and slush will not interfere with normal service or operation. Adequate guards 1 shall be provided for rotating components. 2.14 Transmission. The transmission shall operate smoothly and efficiently and be capable of transmitting the maximum gross torque generated by the engine to the drive wheels through all gear reductions. Drivetrains shall be in conformance with SAE requirements and shall be designed to minimize the number of joints. Transmission shall be automatic as follows: Automatic or non - manual transmissions are either hydrostatic, automatic powershift, standard powershift, or fully automatic. Designs utilizing torque converters shall have a suitable torque ratio for the expected load ranges. The torque converter shall not operate at less than 70 percent efficiency. The gear or range selector shall have forward, neutral, and reverse positions clearly identified. A. Bid Submittal — Transmission. Descriptions, technical data and catalogue cut sheets that demonstrate that the transmission meets the requirements shall be submitted with the bid. B. Bid Submittal — Transmission Certification. Transmission manufacturer shall provide an application approval that states the transmission is suitable for use in the vehicle as configured and that the installation is approved by the transmission manufacturer. The application approval shall be submitted with the bid. 2.15 Transfer Case. The vehicle and transfer case manufacturers shall provide an application approval at the time of vehicle delivery that states the transfer case is suitable for use in the vehicle, as configured. Transfer case assemblies shall provide positive drive to the front and rear axles and be optional single or multi -speed design. Three proven alternatives are the manual front axle disconnect type, the center differential with manual or automatic lockout type, or an overriding clutch type, any of which may be selected by a purchaser as an option. The transfer 1 case may be a separate unit mounted independently or integrated with the transmission. A. Bid Submittal — Transfer Case. Descriptions, technical data and catalogue cut sheets that demonstrate that the transfer case meets the requirements shall be submitted with the bid. G:\PROJECTS\2011 \11055\201402 -06 Snowsweeper Carrier Vehicle Spec.Docx 9-17 1 B. Bid Submittal — Transfer Case Certification. Transfer case manufacturer shall provide an application approval that states the transfer case is suitable for use in the vehicle as configured and that the installation is approved by the transfer case manufacturer. The application approval shall be submitted with the bid. 2.16 Axles. The axle and vehicle manufacturers shall provide an application approval at the time of vehicle delivery that states the front and rear axles are suitable for use in the vehicle, as configured. The axle manufacturer's published rating shall at the least be equal to the load imposed at ground level when the vehicle is at its rated gross vehicle weight (GVW). Each non - steering axle shall be equipped with a retarding type device to ensure a torque transfer to each wheel having traction. When appropriate, manual lockout controls shall be located in the vehicle cab. The torque capacity of each axle and differential shall be at least 10 percent in excess of the maximum torque that the axle may experience under any GVW operating condition. The power transmitting shaft on the front steering axles shall incorporate steering joints that do not produce objectionable steering characteristics while the vehicle is operating on uneven surfaces. A. Bid Submittal — Axles. Descriptions, technical data and catalogue cut sheets that demonstrate that the front and rear axles meet the requirements shall be submitted with the bid. B. Bid Submittal — Axles Certification. Front and rear axles shall be certified by the axle manufacturer as suitable for use in this vehicle and designed for single tire mounting. The axle manufacturer shall provide an application approval that states the front and rear axles are suitable for use in the vehicle, as configured. The certifications and application approvals shall be submitted with the bid. 2.17 Brake System. Carrier vehicle service and emergency braking systems shall meet Title 49 requirements for vehicle of similar design. These systems, whether air, hydraulic, or of another design, shall be complete with all necessary equipment to safely control, stop and hold a fully equipped vehicle under all normal operating conditions. Both systems shall be readily accessible for external adjustment. Antilock brakes shall be installed for improved safety on the airport operational areas. Brakes shall meet the following requirements: A. Service Brakes. The service brakes shall be as approved by the axle manufacturer for this application. B. Air Compressor. Air compressor rated for 15.7 cfm, minimum, if equipped with air brakes. C. Antilock Brakes. Vehicle shall be equipped with 4S /4M electronic antilock brake system. D. Air Dryer. Brake system shall have air dryer, heated air tanks with drain, if equipped with 1 airbrakes. E. Disconnect. Provide a quick disconnect coupler on the right side of the vehicle to allow instruction of shop air into air system upstream of the air dryer for filling on board system with air, if equipped with air brakes. F. Remote Cable Drains. Remote cable drains shall be provided for each air tank, if 1 equipped with air brakes. G. Warning Light. Parking brake shall be independent of service brakes, shall be equipped 1 with warning light or buzzer. H. Parking Brake. Parking brakes shall be spring actuated, air released at the rear service brake air chambers with the air switch mounted inside the cab, if equipped with air brakes, or approved equal. Bid Submittal — Brake System. Descriptions and technical data that demonstrate that the 1 brake system meets the requirements shall be submitted with the bid. G:\PROJECTS\2011 \11055\2014 -02-06 Snowsweeper Carrier Vehicle Spec.Docx 9 -18 1 2.18 Steering Mechanism. The vehicle shall have a steering mechanism that is operated from the driver's seat. During normal operations, the mechanism shall be capable of controlling the vehicle with all equipment operating. The design of the steering mechanism should, in the event of a power assist failure, be capable of safely bringing the vehicle to a park position from the maximum design speed allowed on the airport. The steering system shall be as follows: A. Steering Controls. 1. For safety, there shall be a mechanical linkage maintained at all times between the steering wheel in the cab and the front axle to assure the ability to control the vehicle in the event of hydraulic or electrical system failure. B. Bid Submittal — Steering System. Descriptions, technical data and catalogue cut sheets that demonstrate that the steering system meets the requirements shall be submitted with the bid. 1 2.19 Suspension System. Vehicles shall be equipped with a current production model suspension system having a minimum rated capacity equal to the GVW of the carrier vehicle. System capacity may be determined by taking measurements from ground level with the vehicle loaded to its rated GVW and the attached equipment in its storage position. Front and rear axles shall have auxiliary suspension springs. Manufacture's capacity ratings may not be raised to conform to the requirements of this specification. The suspension system shall exhibit no permanent set after the load is removed. A. Springs. The unit shall have alloy steel springs of the semi - elliptical type, front and rear. The spring hangers, pins and supports shall be heavy duty to give long life. B. . Shocks. Front suspension to have heavy -duty shocks. C. Bid Submittal — Suspension System. Descriptions and technical data that demonstrate 1 that the suspension system meets the requirements shall be submitted with the bid. 2.20 Wheels, Rims, Tires and Tubes. 1 A. Wheels. Rim and tire ratings shall conform to the Tire and Rim Association's published recommendations. Wheels shall be one piece, constructed of steel. Multi -piece wheels will not be acceptable. B. Tires. Each tire shall have a rated carrying capacity at least equal to the loads imposed on them by a fully loaded vehicle measured at each wheel. Tires on each axle shall be of the same size, except where dual tires require different sizes, and they shall have an aggressive tire tread. Tires shall meet the first line commercial grade requirements for the speed and type of service required. The front and rear tread widths shall not vary by more than 4 percent. . C. Spare Rim/Tire. Each rubber -tired vehicle shall be equipped with a spare rim and tire set. 1 D. Bid Submittal — Wheels, Rims and Tires. Descriptions and catalogue cut sheets that demonstrate that the wheels, rims and tires meet the requirements shall be submitted with the bid. 2.21 Hydraulic System. A. General. The hydraulic system shall consist of appropriate ramps, pumps, piping, fittings, valves, controls, fluid reservoirs and filters, coolers, and other parts essential to its full operation. The system shall be capable of hydraulically positioning equipment through the entire range of its design limits. It shall be capable of operating all controls simultaneously without a noticeable reduction in power response. All hydraulic controls shall be located in the vehicle cab. The system shall be ruggedly constructed and able to withstand all loads imposed on it without relying on the use of mechanical locks. Filters G: IPROJECTS1201111105512014.02 -06 Snowsweeper Camer Vehicle Spec.Docx 9-1 9 • 1 within the hydraulic system shall conform to the Society of Automotive Engineers (SAE) Information Report, SAE J 931 - Hydraulic Power Circuit Filtration. The carrier vehicle drive engine hydraulic system shall operate the truck hitch. B. Pump and Power Takeoff. The pump shall be ruggedly constructed and powered by the engine through a crankshaft power takeoff. It shall have sufficient capacity to operate the hydraulic equipment specified herein under all operating conditions and speeds. C. Lines and Fittings. Only commercial quality hydraulic lines, hoses, and fittings that are I capable of withstanding system working pressures under load are acceptable. Hydraulic hoses shall have a bursting pressure of three times their rated working pressure. The use of fittings, joints, and connections shall be kept to a minimum. 1 1. Lines. All external hydraulic hoses and lines to be covered with abrasion - resistant cover and shall be secured with straps and clamps wherever vibration 111 and operation warrant. Install all lines required to control specified equipment and attachments. Lines shall be of sufficient size to permit free flow of hydraulic fluid at outside air temperatures to -40 degree F. 2. Hydraulic lines shall be sufficiently sheathed and properly routed to prevent damage from chafing. Hydraulic lines shall be routed to minimize interference with equipment and chassis components requiring periodic servicing. Hoses shall not be routed near exhaust systems, bolts and sharp edges. Hydraulic lines shall be run parallel to each other and to frame rails whenever possible. D. Controls. Equipped with all required controls to control specified equipment and attachments. All controls shall be located in the vehicle cab. All hydraulic function controls shall be electric over hydraulic vaiving. There shall be no hydraulic lines within the operator station. Connectors to the solenoids shall be interlocking type to provide a secure connection, which can withstand normal pressure washing procedures. All hydraulic positioning functions shall be equipped with a hydraulic position locking system. E. Fluid Tank. The hydraulic fluid tank shall have; a filler neck with a strainer, a drain plug, a shutoff valve, an air vent and baffles. Its capacity shall exceed the volume of oil required for the operation of any combination of attachments by 50 percent, and it shall have a hydraulic fluid quantity level measurement. A sight glass, or other means, shall be provided to allow the operator to verify that fluid level is sufficient for safe operation without the necessity of opening the system. An oil level warning and shutdown devices shall be provided in the cab for all hydraulic systems. F. System Winterization. The hydraulic system shall meet the same low temperature requirements as the engine coolant system. G. Bid Submittal — Hydraulic System(s). Descriptions, technical data and catalogue cut sheets that demonstrate that the hydraulic system(s) meets the requirements shall be submitted with the bid. 2.22 Electrical System. ' A. General. The electrical system shall be negatively grounded and installed in accordance with current state -of- the -art practices and appropriate Federal requirements. All parts of the electrical system shall be waterproof, easily accessible, securely mounted, and protected against extreme temperatures, physical damage, snow, oil, and corrosion. All electrical circuit wiring shall be made of stranded conductors with a capacity exceeding the anticipated maximum circuit loading. Insulation of electrical wiring shall be equal to the recommended standards established for insulation materials by the Society of Automotive Engineers (SAE). G:\PROJECTS2011\11055 2014-02.06 Snowsweeper Carrier Vehicle Spec Door 9 -20 11 B. Power Supply. The carrier vehicle shall be equipped with a self - regulating electric alternator having an output capacity that exceeds the anticipated electrical Toad. Provide high capacity alternator with built -in voltage regulator. C. Batteries. Batteries shall be securely mounted and adequately protected against physical injury, water, chemicals, and exhaust heat. They shall be properly sized based on vehicle manufacturer recommendations and be readily accessible for changeout and for other purposes. Enclosed battery compartments shall have adequate ventilation. Battery capacity (cranking amps, voltage, reserve power, continuous /deep cycle demand) shall be compatible with the size of the engine and the anticipated electrical load expected under normal operating conditions. Minimum battery size to start the engine shall be rated at 120 ampere -hours over a 20 -hour discharge rate. D. Starting Device. The vehicle shall have an electrical starter that shall not introduce a voltage drop sufficient to affect adversely the ignition system. It shall be equipped with an overload protection device. One of the following electrical /starting systems shall be provided: 1. 12 volt electrical and starting. 2. 12 volt electrical /24 volt starting. 3. 24 volt electrical and starting. E. Ignition System. Diesel engines may be equipped with or without glowplugs, depending 1 on make, model, and manufacturer. A block heater shall be installed. F. Sounding Device. Excluding pick -up trucks, each vehicle shall be equipped with an audible sounding device that is activated when the vehicle is shifted into reverse gear. Provide backup alarm with auto adjustment for ambient noise level. G. Other Electrical Equipment. Other electrical equipment to be installed includes the 1 following: 1. Battery disconnect in -cab control. 1 2. Remote jump -start terminals. 3. Electric horn or air horn. 1 H. Bid Submittal — Electrical System(s). Descriptions and technical data that demonstrate that the electrical system(s) meets the requirements shall be submitted with the bid. 1 2.23 Lighting System. The lighting system, including reflectors and clearance lights, shall be standard equipment currently used by the manufacturer. Task - oriented lights should be capable of lighting those areas to be cleared. The system shall include: 1 A. Headlights. The carrier vehicle shall be equipped with two or more sealed -beam quartz - halogen or equivalent headlights with upper and lower driving beams and a foot or hand controlled switch for beam selection. Snow removal attachments and other accessories should not be positioned so as to obstruct the illumination of these lights. B. Dual Tail Lights and Dual Stop Lights. Each vehicle operating on airport property shall be equipped with dual tail lights and dual stop lights. The stop lights shall be activated whenever service brakes are applied. C. Turn Signals. The carrier vehicle shall be equipped with two front and two rear turn signals that conform to SAE Turn Signal Units, Type 1 Class A, with self - cancelling controls and a visual /audible indicator. In addition to signalizing turning movements, the system shall also be capable of signaling a hazardous condition by flashing 1 simultaneously with the ignition of the vehicle turned on or off. 1 G.WROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Corner Vehicle Spec.Oocx 9 -21 1 D. Spotlight. There shall be a corrosion resistant spotlight securely mounted on the cab roof. It shall be operable by hand from within the cab. E. Reflectors, Markers, and Clearance Lights. This equipment shall conform to the requirements of Title 49. The clearance lights shall have commercial truck lenses. F. Engine Compartment Lights. These lights shall adequately illuminate both sides of the 1 engine(s). Location of the switches shall be in the engine compartment(s) with proper clearances so that operators wearing heavy winter gloves and outer garments can activate them. 1 G. Backup Lights. There shall be at least two backup lights installed at the rear of and at either side of the vehicle that will automatically be activated when the vehicle is shifted into reverse gear. H. Vehicle Identification Lights. The vehicle shall have a minimum of two amber strobe lights, one mounted on cab and one mounted on rear engine enclosure (see AC 150/5210 -5B, Painting, Marking, and Lighting of Vehicles on an Airport). The Tight emitted from the beacon should not reflect off rearview mirrors and into the operator's eyes. The beacon shall be steady burning with the following characteristics: 1 1. Low - intensity lighting with an upper limit of 400 candelas (effective) to avoid damage to night vision. The minimum effective intensity range in the horizontal plane should be at least 40 candelas but not more than 400 candelas. 1 2. 360 degree azimuth (horizontal) coverage. 3. Peak intensity from 0 to 10 degree above the horizontal and reduced intensity to 1 1/10 peak intensity from 10 to 15 degree above the horizontal. Work Lights. The following work lights shall be installed: 1 1. Two HID lights mounted at front of cab. 2. HID light at rear engine enclosure, switch in cab. 1 3. Amber front - mounted work lights. J. Bid Submittal — Lighting. Descriptions, technical data and catalogue cut sheets that demonstrate that the lighting system meets the requirements shall be submitted with the bid. 1 2.24 Operator's Cab. A. General. Carrier vehicle cabs shall be made of either metal or fiberglass construction 1 and be of conventional, cab forward or cab -over design. They shall be fully enclosed accommodating a single operator plus assistant/trainee (full cab). A definite separation shall exist between the engine and operator's compartment. All non -glass surfaces, such as the floor, sides, and roof of the cab, shall have insulation to reduce exterior noise. The maximum interior cab noise measured at the operator's seat shall not exceed 85 dBa under the following conditions: windows closed, heater and defrost systems at maximum operation, and carrier vehicle and equipment engines operating at maximum rated capacity. To the extent possible, the interior of the cab shall be ergonomically designed providing the operator with a pleasant working atmosphere that is devoid of the stark conditions normally associated with older equipment. 1 1. Cab shall be equipped as follows: a. Tilt/telescoping steering column. 1 G.\PROJECTS\ 2011 \11055\ 2014 -02 -00 Snowsweeper Carrier Vehicle Spec.Docx 9 -22 1 b. Cab shall be equipped with two side entry doors, one each side of cab, with full - length stainless steel piano hinges or steel pin style hinges and locks. Interior lower panels of doors to have a nonmetallic liner to assist in sound absorption. 1 c. Cigarette lighter and additional 12 -volt power outlet. d. Self- cancelling turn signals with hazard switch. e. Key type starter switch for chassis engine. Integrated safety checks to prevent starting when an unsafe condition is detected. Real time feedback to the message center to report condition preventing the system from attempting an engine start. f. Coat hooks. g. Cup holders (two). h. Ashtray. All digitally controlled electrical circuits shall be protected by solid -state circuitry and logic. Power supplies to control modules shall be protected by manual reset circuit breakers. Manual reset circuit breakers controlling all analog circuits shall be easily accessible. j. Master connection point for radios in control console. 2. Bid Submittal — Cab. Descriptions, brochures and catalogue cut sheets that demonstrate that the cab shall be constructed and equipped to meet the requirements shall be submitted with the bid. B. Communications Equipment Space. Transceivers shall be installed in carrier vehicles to establish voice communication with other vehicles, the air traffic control tower, snow control center and maintenance facilities. The vehicle cab shall be designed to provide convenient space near the operator for the installation of a pair of transceivers. 1. An emergency services two -way receiver radio, complete with antennae and microphone shall be installed. Emergency services radio shall be a Motorola CM 300 mobile radio, or approved equal, to be locally programmed at Bidder's expense. 2. Cab shall also be equipped with manufacturer's standard AM /FM, weather band radio system with CD player. 3. Bid Submittal — Radios. Descriptions and catalogue cut sheets that demonstrate that the radios meet the requirements shall be submitted with the bid. C. Fire Extinguishers. The vehicle cab shall have at least one 2A -10BC interior mounted fire extinguisher that is readily accessible to the operator. The vehicle shall be equipped with one 20BC Purple K type fire extinguisher installed on the vehicle or equipment at a place readily accessible from the ground. 1. Bid Submittal — Fire Extinguishers. Descriptions that demonstrate that the fire extinguishers meet the requirements shall be submitted with the bid. D. Operator Seat. The vehicle cab shall provide an operator seat that can easily be adjusted up and down, fore and aft, a minimum of three inches in each direction. The seat should also be capable of reducing the effect of vehicle vibration by featuring air - cushion shock absorbing seat systems or systems of comparable design. All vehicle seats shall have approved seat belts. Seats shall be fully upholstered with a good quality G:\PROJECTS\2011 \11055\2014-02 -06 Snowsweeper Cartier Vehicle Spec.Docx 9-23 1 fabric or plastic material. 1. Bid Submittal — Operator Seat. Descriptions that demonstrate that the operator's 1 seat meets the requirements shall be submitted with the bid. E. Windows. The vehicle cab shall maximize the use of glass, including the placement of panels if possible in the lower sections of door panels, to increase the operator's view of operational areas and ground surfaces. All installed glass shall be laminated and safety rated. The location and size of the windshield shall minimize visual obstructions to the operator. The windshield shall be designed to avoid snow buildup and be equipped with at least one two speed automatically operating wiper (standard or wet) that is capable of sweeping a clear view for all occupants. The windshield washer reservoir shall have a capacity of at least one -half gallon (2 liter). Fluid applicators shall be located to provide at least 75 percent coverage to the windshield. The cab shall be equipped with sun visors. 1. Lower side sight windows located in each door or each side of cab, or windows 1 that extend to be the bottom of the door, to provide the operator a view, at a minimum, of the ground surface directly outside the front tires. 2. Cab shall be equipped with power roll down type or manual sliding side windows, one on each side of cab. Side windows may be mounted in each door. 3. Window(s) mounted in the rear of the cab shall be fixed. 1 4. Rear facing, or s/ corner windows, one located on each side at the rear of the cab to provide the operator a clear view of the processed pavement surface. 1 5. Lower front windows, or extended windshield to provide operator with a view of working head, hitch and casters. 6. OWNER may accept alternatives to the specified visibility configurations if the OWNER considers them equal in achieving the visibility requirements necessary to operate this equipment in its normal operating environment. Failure to provide acceptable visibility may result in rejection of equipment. 7. Bid Submittal — Windows, Wipers and Visibility. Descriptions, brochures and catalogue cut sheets that demonstrate that the cab windows, wipers and visibility meet the requirements shall be submitted with the bid. F. Exterior Rearview Mirrors. Two electrically heated exterior rear view mirrors of the extension arm type shall be mounted on each side of the vehicle cab. Each mirror shall have an area of not less than 100 square inches. 1. Bid Submittal — Mirrors. Descriptions and brochures that demonstrate that the 1 rearview mirrors meet the requirements shall be submitted with the bid. G. Heater - Defroster. 1 1. The carrier vehicle cab shall have a heating system that is capable of maintaining a minimum interior temperature of 65 degree Fahrenheit at an ambient outside temperature of -20 degree Fahrenheit. Heat output shall be controllable from within the cab by a selector switch that is conveniently located to the operator. Under all conditions of heating and ventilation, the temperatures measured in the operator's immediate environment should be uniform within 9 degree Fahrenheit (See SAE J 1503, Performance test for Air - conditioned, Heated and Ventilated off -Road Self Propelled Work Machines). 2. Cab shall be equipped with air conditioning. 1 G \PROJECTS\2011\ 11055\2014-02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9-24 1 3. Windshield. Windshields and other glass surfaces in the vehicle cab used in the 1 operation of the vehicle and or to view pavement surfaces, including rear windows, shall be defrosted through a heat energy transfer system. I 4. Bid Submittal — Heater - defroster. Descriptions that demonstrate that the heater /defroster system meets the requirements shall be submitted with the bid. H. Ventilation. Each vehicle cab occupant should receive a minimum of 25 cubic feet / m of I filtered fresh air under all heating and ventilating conditions (see SAE J 1503). Cab ventilator intakes should be screened and positioned in such a manner to minimize the entry of snow. O 1. A screened, louvered vent shall be positioned near cab rear for fresh air intake into heater /ventilation unit. 1 2. Climate control to include auto mode for fan to provide rapid warm up of cab with automatic throttling down of fan as requested temperature is reached. I 3. Vent controls shall be provided from panel selection including defrost mode dictating outside air intake for maximum drying effect. 4. Bid Submittal — Ventilation. Descriptions that demonstrate that the cab 1 ventilation meets the requirements hall be submitted with the bid. I. Hourmeters. Every engine permanently attached to a carrier vehicle shall be equipped I with an hourmeter that registers engine operation time from zero to 9999 hours. Hourmeters shall be prominently displayed so that they can be easily read by an operator or service personnel. The hourmeters shall be of direct read design and shall only register when the engine is running. I J. Instrumentation. The cab shall display an instrument panel equipped with rocker and /or toggle switches and controls (instruments) that are user friendly to operators wearing I bulky weather clothing. Toggle switches, where used, shall have a minimum length of 1 1 /2 inches. Frequently used instruments shall be located in direct line -of -sight and within forearm reach of a medium -sized person sitting in the operator's position. All instruments shall be clearly identified with labels that indicate their function. Instruments should I display urgency -of- action lights, i.e. green for normal operation, amber for warning, and red for emergency. Instruments shall be illuminated by background lighting regulated by dimmer switches capable of providing infinitely variable lighting intensities. Circuit a breakers shall be grouped for each access and convenience. Typical instruments that report' and track major functions of a carrier vehicle are as follows: 1. Engine. 1 a. Voltmeter b. Lubricating Oil Pressure Gauges I c. Coolant Temperature Gauge(s) d. Tachometer(s) including hourmeter(s) e. Starting Controls (including auxiliary cold start controls) f. Hydraulic Oil Pressure and Temperature Gauge I 2. Vehicle Chassis I a. Brake -air Pressure Gauges b. Low -air Pressure Warning (visual and audible) c. Light Switches and Headlight beam Indicator d. Speedometer with Recording Odometer I e. Field Quantity Gauge(s) f. Equipment Controls 1 G.\ PROJECTS\ 2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec Docx 9 -25 1 3. Sweeper and Auxiliary Engine Instrumentation. a. Engine speed control and display. 1 b. Oil pressure with visual and audible warning alarms. c. Coolant temperature with visual and audible warning alarms. d. Hydraulic oil pressure and temperature gauge with visual and audible warning alarms if applicable. e. Engine tachometer. f. Engine hour meter. g. Voltmeter and warning indicators. h. Alarms for engine diagnostics and visual warning indicators and displayed faults. Sweeper speed, rotation, stopped. 1 4. The controls in the chassis cab shall have the necessary functions to operate the sweeper and shall include the following: a. System on /off (keyed). b. Joystick for sweeper head control. The joystick control shall be microprocessor controlled. 1 5. Bid Submittal — Instrumentation. Descriptions that demonstrate the cab instruments meets the requirements shall be submitted with the bid. 2.25 Sheet Metal Components. The carrier vehicle engine, as well as its mechanical components, shall be protected .wherever possible from snow, rain and other winter elements. Body and engine enclosures shall be fabricated from aluminum, fiberglass, and steel. Self tapping bolts are unacceptable in the construction of these enclosures. A. Body Accessories. The following parts and accessories are necessary for operational safety: 1. Steps. Four -way safety tread design steps are required to ascend and descend certain high profile carrier vehicles. These steps, together with assist handles, 111 shall be of ample size to ensure safe and easy access for person wearing bulky weather clothing. 2. Walkway. A four -way safety tread design walkway shall be provided for access. 1 3. Handrails. Handrails shall be provided as required at all steps, walkways, and work stations. They shall be made of corrosion - resistant materials or otherwise treated to prevent corrosion. 4. Fenders. All carrier vehicles shall be equipped with fenders and non -sail mudflaps to prevent wheels from throwing snow and other debris. 1 5. Drains. Plugged or free flowing drains shall be provided at all body and compartment locations where standing water can collect. Free flowing drains shall not drain onto sensitive mechanical or electrical components or on areas anticipated to be occupied be personnel during normal operations. 6. Doors. Doors shall be equipped with a positive closing mechanism and, where 1 appropriate, a locking mechanism. Top hinged compartment doors shall be held in the open position by support arms. 7. Gutters. The vehicle cab shall be equipped with gutters, located above the 1 entrance doors, of sufficient length to span the door width and provide runoff protection to occupants either entering or exiting the cab. G:\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Carrier Vehicle Spec. Dons 9-26 1 8. Bid Submittal — Sheet Metal and Body Components. Descriptions, brochures 1 and catalogue cut sheets that demonstrate that the sheet metal and body meet the requirements shall be submitted with the bid. 2.26 Painting, Marking, and Lighting of Vehicles. The vehicle shall be painted Chrome - Yellow in accordance with color tolerance charts that have been made available for FAA regional airport inspectors and key potential users in the aviation safety equipment industry (see AC 150/5210 - I 5B) A. Preparation and Finish. The carrier vehicle and all mounted and towed equipment shall be cleaned first, then treated with a corrosion inhibitor, primed, puttied, sanded, and finally painted. The pain shall consist of not Tess than two coats of Chrome - Yellow polyurethane enamel having a combined minimum thickness of 7 mils. B. Quality. The finished paint shall be free of "fisheye ", "orange peel ", chips, runs, or other 1 imperfections that detract from the equipment's corrosion resistance and appearance. C. Bid Submittal — Painting and Marking. Descriptions and brochures that demonstrate that the vehicle shall be painted and finished to meet the requirements shall be submitted with the bid. 2.27 Miscellaneous. A. Name, Service, and Instruction Plates. All infdrmation plates shall be made of either non- corrosive metal, or plastic with the information engraved, stamped, or etched thereon. Plates shall be mounted in a conspicuous place with screws, bolts, rivets, or exterior type pressure sensitive tape. 1. Plastic plates. Plastic plates are acceptable only in locations that are not 1 exposed to the elements and subject to weathering or excessive heat. 2. Information. Plates shall identify make, model, serial number, and any other relevant data. 3. Technical Publications. The manufacturer shall furnish two sets of the following publications: 1 a. Operator's Manual. The operator's manual includes lubrication charts and instructions. 1 b. Parts Manual. The parts manual identifies and lists all parts, components, and sub - assemblies used in the fabrication of the carrier vehicle. 1 c. Maintenance and Service Manual. A maintenance and service manual provides guidance to non - specialists performing routine services. The manual should also describe in detail with appropriate schematics the overhaul and major maintenance procedures required to maintain the vehicle. 4. Accessories and Tools. The carrier vehicle shall be equipped with the following tools and accessories. They shall be kept in a secure and readily accessible enclosure that is permanently affixed to the vehicle. 1 a. Tire Tools. b. Jack. A jack specifically adapted to the carrier vehicle that is capable of 1 raising it to a position where a flat tire can be changed. G:\PROJECTS 2011 \11055\2014.02 -06 Snowsweeper Cartier Vehicle Spec.Docx 9-27 1 c. Shear Pins. A minimum of six pins shall be provided in support of each shear pin located on the carrier vehicle and auxiliary equipment. d. Specialized Tools. Specialized tools required for routine servicing of the carrier vehicle and its auxiliary equipment. 1 e. Tow Chain. Tow chains shall have a minimum link size of %2 -inch. f. Bid Submittal — Accessories and Tools. Descriptions that indicate the accessories and tools to be provided shall be submitted with the bid. 2.28 Delivery. 1 A. Preparation for Delivery 1. Shipment. The vendor "seller" is responsible for the safe and timely delivery of the vehicle and its accessories, spare parts, and tools to the agreed place of delivery. 2. Marking. Carrier vehicles shall be marked for shipment in accordance with 1 instructions agreed to by the purchaser. 3. Instruction and Training. The manufacturer shall, at no additional cost, furnish the services of trained personnel to the purchaser at a time and place agreed to by all parties. These individuals shall provide instructions to airport personnel sufficient for the personnel to familiarize themselves with the operational and maintenance characteristics of the vehicle and its auxiliary equipment. The period of instruction shall not be less than 24 hours. PART 3 — EQUIPMENT — SWEEPER 1 Snowsweepers (sweepers) are primarily used in the high -speed sweeping and cleaning of snow and debris from airport operational areas. They incorporate high speed brooms that consist of a number of brush sections which in this case will be front mounted to a carrier vehicle. All are capable of sweeping wet slushy snow as well as fine dry snow from pavement surfaces. The sweeper framework shall be designed to provide continuous service under difficult working conditions in cold climates. The sweeper will be complimented by an air blast system located behind the brush assembly. The sweeper air blast system is used to; sweep the pavement area clean of snow, slush, sand and other debris, help dry the pavement surface, and clear snow from around runway lights. The sweeper shall measure 36 inches in diameter and be 20 feet in length. Turned at the optimum angle, 1 the sweeper width shall be no longer than 18 feet measured parallel to the truck bumper. The width is important to ensure clearance inside the snow removal equipment building. A. The brush frame, which supports the brush assembly, shall be connected to a push mount, located in front of the carrier vehicle. B. Caster Location. Sweepers shall be equipped with either two or four equally spaced 1 heavy duty swivel type casters mounted on the rear of the brush frame. C. Engine Skid Assembly. The skid assembly shall be designed for easy installation by 1 overhead crane or forklift. It shall be equipped with two channel members, one on each side of the skid, to enhance safe movement and adjustment. 1. A fuel tank, sufficient for 8 hours of continuous engine operation, shall be 1 included with the skid assembly. The sweeper shall be capable of operating at variable speeds controlled by the operator in the cab of the carrier vehicle. G:\PROJECTS\2011 \11055\2014.02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9-28 1 3.1 MATERIALS 1 Materials used on the sweeper shall conform to the specifications listed in this document and Advisory Circular 150/5220 -20. When not specifically listed, materials shall be of the best quality available for their intended commercial use. Component parts shall be new and free of all defects and imperfections that could affect the serviceability of the finished product. All materials supplied shall be of current serial numbers representing that the materials are current and readily available upon need due to failure and normal replacement. No obsolete, or unused parts shall 1 be utilized in the manufacturing of this equipment. 3.2 COMPONENT PARTS A. Materials used on the sweeper shall conforrn, where appropriate, to the specifications contained in AC 150/5220 -20. A B. Accessories and attachments shall be the manufacturer's standard commercial product. Components should be readily accessible for repair and replacement, with minimal removal or disturbance to adjacent parts or components. C. Parts, such as grommets and bushings, which are exposed to wear shall be capable of being replaced. D. Regular maintenance and servicing should be readily accomplished under normal working conditions. 3.3 Brush Assembly. The brush assembly shall consist of a vehicular attachment mechanism, cylindrically shaped core, brush frame, hood and deflector, angling system, drive system, and casters. A. Vehicular Attachment. The brush assembly shall be designed for quick attachment to and removal from its carrier vehicle or trailer. Once attached, it shall be capable of sustaining all loads, including side loads. The assembly shall not transmit bounce or oscillatory motion to the carrier vehicle and shall permit normal operational turning without binding or damage. B. Core. The brush core is the rotating horizontal cylinder that secures the bristle sections of the bush in place for sweeping operations. The core shall be bearing supported and may be driven from either end, center, or from both ends. It shall be designed to allow bristle sections to be easily removed in the field and replaced. 1 C. Hood. The brush hood shall be fabricated from heavy gauge sheet alloy steel or other durable material and be securely bolted to the brush frame. It shall shield the top half of the brush completely and shall include provisions for mounting a snow deflector on the front of the hood. The hood shall be of nonclog design to prevent ice buildup during freezing slush removal operations. It shall provide for necessary quick access to the brush for inspections and replacement of worn brush sections. 1. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the hood meets the requirements shall be submitted with the bid. 1 D. Snow Deflector System. A snow deflector shall be mounted on the front of the brush hood. The deflector shall have the ability to influence the angle that snow leaves the broom. The deflector shall be readily adjustable at the sweeper or remotely adjustable from the operators cab in the carrier vehicle. 1. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the snow deflector system meets the requirements shall be submitted with the bid. G:\PROJECTS\2011\ 11055\ 2014 -02 -06 Snowsweeper Camer Vehicle Spec.Docx 9 -29 1 E. Angularity System. The broom shall be self - leveling to assure a clean sweep and longer brush wear and life. Its angling mechanism shall be hydraulically actuated and controlled from the operators seat. The broom shall be able to swing at least 30 degrees left and 30 degrees right from the transverse position and have the necessary degree of freedom to follow the pavement while sweeping at the rated speed. 1. Bid Submittal. Descriptions, brochures and catalogue cut sheets that 1 demonstrate that the angularity system meets the requirements shall be submitted with the bid. F. Drive. The brush core may be driven by a drive system of geared, hydrostatic or chain and sprocket design. When a chain type drive is used, adjustable idlers shall be installed to compensate for wear slack. Provisions shall be made for the operator to vary broom speed by remote control from the operators cab. Broom rotational speed shall be variable throughout a minimum range of 0 to 500 RPM. Drive shafts, universal joints, and mechanical units shall not depart from driveline rotational planes at excessive angles (greater than 15 degrees) during normal lifting or tilting operations of the broom. 1 1. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the drive system meets the requirements shall be submitted with the bid. G. Casters. Casters shall be capable of revolving a full 360 degrees and be equipped with hydraulic or friction shimmy dampeners. All tires shall have a minimum 10 -ply rating and may be filled with a foam type product to dissipate heat and prevent flats. Casters will be mounted on the rear of the brush frame and shall track within the path swept by the brush. When adjusted according to manufacturer's instructions, the casters shall be able to operate on bare pavement without damage to the tire. In addition, they shall not bind or come into contact with the brush assembly or rub against any other surface on the sweeper throughout their full rotational arc. 111 1. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the casters meet the requirements shall be submitted with the bid. 1 H. Brush shall be straight wafer type. Brush bristles are to be made of a combination of polypropylene plastic (poly) and wire by equal parts. J. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the brush assembly meets the requirements shall be submitted with the bid. 3.4 Elevation Mechanism. The broom shall be equipped with a remotely actuated hydraulic elevation 1 mechanism that is capable of raising and lowering it for transport. A. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the elevation system meets the requirements shall be submitted with the bid. 3.5 Wear and Leveling. An automatic or easily accessible height adjustment that "fine tunes" the degree of brush pattern should be provided. The adjustment, when preset, shall act as a stop for the remote elevation mechanism. 3.6 Controls. The carrier vehicle shall be equipped with secure and conveniently mounted in -cab controls that are user friendly and easily accessed by operators wearing heavy winter clothing. The controls shall allow the operator to start and stop the broom and airblast systems, turn on system lights, reposition snow deflector, regulate broom speed, angle and lift, engine speed, and airblast speed and direction. Gauges showing fluid pressure, temperature, and warning readings 1 shall also be furnished. The control display area shall be lighted for night operations. G:\PROJECTS\2011 \1105512014 -02 -06 Snawsweeper Cartier Vehicle Spec Does 9 -30 1 A. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that 1 the controls meet the requirements shall be submitted with the bid. 3.7 Airblast System. The system shall feature either a single or double outlet centrifugal blower I having a minimum capacity of 6,000 CFM and producing an air velocity of at least 270 MPH at each outlet. The blower shall be driven by a variable displacement closed bop hydrostatic pump through a hydrostatic motor mounted directly to the fan blade shaft. It shall be capable of varying I its speed throughout a range of 0 to 2200 RPM. When the broom is angled, the airblast shall automatically change, directing air perpendicular to the direction of travel and toward the direction of broom discharge. The air chutes shall be capable of moving in a vertical direction, raising and lowering as needed for travel or to clean runway Tights. Each nozzle shall be capable of being 1 completely turned off. Nozzles and broom shall be designed for independent use. A. An airblast system will be incorporated into the design of the sweeper unit. The system will be mounted on the front of the vehicle behind the brush frame. I B. The airblast system shall be removable from the carrier vehicle. I C. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the air blast system meets the requirements shall be submitted with the bid. 3.8 Hydraulic System. The hydraulic system shall meet the requirements of the carrier vehicle unless I superseded by information contained under this section. The system shall supply fluid under pressure to the broom and blower drive circuits and to all hydraulically actuated components of the sweeper. All high pressure hydraulic hoses shall meet the requirements of the carrier vehicle I or have a safe operating pressure rating of not less than 5,000 psi. Low pressure hoses shall have a pressure rating of not Tess than 500 psi. High and low pressure hoses shall be sized to ensure a proper flow of oil to working parts. Hoses should be equipped with male and female quick couplers to facilitate rapid removal and attachment. A hydraulic oil cooling system, which is I capable of cooling the oil under all temperature conditions and is equipped with oil sight and temperature gauges, shall be supplied. I A. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the hydraulic system meets the requirements shall be submitted with the bid. 3.9 Cowling. The total power plant, including hydraulic and electrical components, and accessories I shall be housed in a sturdy enclosure constructed or sheet metal, fiberglass or other durable material and equipped with louvered access doors to prevent overheating and to facilitate equipment servicing. 1 3.10 Engine(s). Based on the sweeper configuration, the engine(s) must be capable of producing sufficient power to meet the maximum continuous operational requirements. Refer to carrier vehicle and auxiliary engine characteristics. I 3.11 Lighting. In addition to the lighting described for the carrier vehicle, clearance lights shall be mounted on each edge of the brush assembly for safety and to assist the operator in controlling I the brush line of travel. These lights shall not - come in contact with the vehicle frame nor interference with the operation of the assembly. These lights shall be controlled from within the carrier vehicle cab and be clearly visible when approaching. I A. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that the lighting system meets the requirements shall be submitted with the bid. I 3.12 Electrical. The electrical system shall conform to the requirements of the carrier vehicle. 3.13 COWLING I A. The total power plant, including hydraulic and electrical components, and accessories shall be housed in a sturdy enclosure constructed of sheet metal, fiberglass or other durable material and equipped with louvered access doors to prevent overheating and to I G:\PROJECTS\2011 \11055\2014 -02 -08 Snowsweeper Canner Vehicle Spec Docx 9 -31 1 facilitate equipment servicing. B. Bid Submittal. Descriptions, brochures and catalogue cut sheets that demonstrate that 1 the cowling meets the requirements shall be submitted with the bid. 3.14 ENGINE 1 A. The engine must be capable of producing sufficient power to meet the maximum continuous requirements of the broom and blower either working in combination or separately. PART 4 — OPERATIONAL STANDARDS AND TESTING 4.1 GENERAL 1 A. Sweepers shall be capable of varying their brush rotational speed, angle of attack„ and the degree of brush pressure applied to a surface area. B. The unit shall be able to start and perform normal operations at an ambient temperature of 10 degree F below the lowest temperature in which the sweeper is expected to operate. C. The unit must be capable of broadcasting snow to either side of the vehicle. D. The sweeper shall be designed to allow all performance and monitoring functions be controlled or observed by a single operator from the carrier vehicle cab. E. The brush should show no performance degradation when sweeping thin deposits of 1 sand, ash, water or other Tight debris. Each Bidder shall certify that the equipment offered complies with the performance requirements 1 of FAA Advisory Circular 150/5220 -20, Airport Snow and Ice Control Equipment. Each Bidder shall submit certification with the bid. Equipment testing shall be conducted on standard production models and not on specially constructed prototypes. The operational and performance information shall be from testing conducted no more than five years prior to the bid opening. 4.2 SWEEPER TESTS 1 The Bidder shall conduct the following performance and compliance tests to verify sweeper capacity and casting distance. The Bidder shall submit test results that indicate conformations with the following specifications. A. Testing Requirements. 1. Pre - Testing. Each test vehicle shall be examined to ensure that it is a standard production model and not a specially constructed unit made specifically for the test. 1 2. Prior to testing, all controls, adjusting mechanisms, hydraulic systems and other assemblies shall be operated to ensure against leaks, restrictions and malfunctions. Once assured that the unit is fit, actual testing may begin. 1 3. Testing shall be conducted on a runway or taxiway having a length of at least 1,000 feet. Snow depth can vary, but the sweeper should be capable of removing snow at the following depths and densities: a. Three inches of light snow having density of 8 to 15 pounds per cubic 1 feet, and G.\PROJECTS\2011 \11055\2014 -02 -06 Snowsweeper Garner Vehicle Spec.Docx 9-32 1 b. One inch of slush at density of 40 pounds per cubic feet. 4. Testing speed should be as high as practical but not Tess than 25 MPH. 5. The resulting swath width should be reasonably clean without snow deposits resulting from bounding or skipping of the brush. B. Bid Submittal — Sweeper Tests. Test results indicating that the sweeper meets the performance requirements specified shall be submitted with the bid. The Bidder shall submit the location and serial number of the unit(s) tested. C. Bidder shall certify that its equipment meets the advertised operational and performance specifications. 4.3 ADDITIONAL TESTS. The OWNER may conduct his own operational, performance, and capacity tests on the equipment prior to acceptance. The manufacturer shall have the opportunity to witness the performance of these tests, but interpretation of results is the sole responsibility of the OWNER. The OWNER shall not accept equipment that fails to comply with the performance requirements of the specification or the requirements of FAA Advisory Circular 150/5220 -20. 1 PART 5 — MEASUREMENT 5.1 Equipment. 1 Equipment shall be measured by the lump sum for High Speed Sweeper with Carrier Vehicle as identified in the Bid Schedule. The Equipment is all the tangible personal property to be furnished under the Contract Documents and Specifications. 1 5.2 SPECIAL SERVICES Special Services shall not be measured for payment but shall be considered incidental to the Equipment to which they are associated. Special Services are as described in Specification Section 1. PART 6 — PAYMENT Payment for Equipment will be made as described in the Contract Documents. 1 1 1 1 1 G: IPROJECTS1201111105512014 -02 -06 Snowsweeper Carrier Vehicle Spec.Docx 9 -33 ENDORSEMENT NUMBER: 2014 -1 POLICY NUMBER: EXT36262 INSURED: TEAM EAGLE LTD. AND EAGLE AIRFIELD LTD., TEAM EAGLE INC., EAGLE INTEGRATED SOLUTIONS INCORPORATED, STABILITY DYNAMICS LTD., A DIVISION OF TEAM EAGLE LTD. AND KATHRYN MCKEOWN AND AVIATION FURY, LLC, STAN DOEPKE, BOB LAWSON, ALEX GERTSEN, RON OLSSON AND ROBERT LAWSON CONSULTING, LLC EFFECTIVE: JANUARY 6, 2015 ADDITIONAL INSURED WITH NOTICE OF CANCELLATION It is agreed that the following is /are added to this policy as Additional Insured(s), but only as respects to liability arising out of the operations of the Named Insured covered by this policy The Contracting Agency and its' officer, elected officals, employees, agents, and volunteers: City of Yakima, its employees, agents, elected and appointed officals: Huibregtse, Louman Associates Inc. (HLA) Should any of the above described policies be cancelled before the expiration date thereof, the issuing Company will endeavour to mail 30 days written notice to the named certificate holder, but failure to mall such notice shall impose no obligation or liability of any kind upon the Company. All other terms and conditions remain unFhanged IN WITNESS WHEREOF, the Insurer hasicaused 1 _ this Endorsement to be signed by an <•.. • Authorized Representative I �•'.•.' °: ENDORSEMENT NUMBER: 2014 -1 POLICY NUMBER: TCEP0709 INSURED: TEAM EAGLE LTD. AND EAGLE AIRFIELD LTD., TEAM EAGLE INC., EAGLE INTEGRATED SOLUTIONS INCORPORATED, STABILITY DYNAMICS LTD., A DIVISION OF TEAM EAGLE LTD. AND KATHRYN MCKEOWN AND AVIATION FURY, LLC, STAN DDEPKE, BOB LAWSON, ALEX GERTSEN, RON OLSSON AND ROBERT LAWSON CONSULTING, LLC EFFECTIVE: JANUARY 6, 2015 ADDITIONAL INSURED WITH NOTICE OF CANCELLATION It is agreed that the following is /are added to this policy as Additional Insured(s), but only as respects to liability arising out of the operations of the Named Insured covered by this policy: The Contracting Agency and its' officer, elected officals, employees, agents, and volunteers: City of Yakima, its employees, agents, elected and appointed officals: Huibregtse, Louman Associates Inc. (HLA) Should any of the above described policies be cancelled before the expiration date thereof, the issuing Company will endeavour to mall 30 days written notice to the named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the Company. All other terms and conditions remain unchanged.' „- =• i - IN WITNESS WHEREOF, the Insurer has caused this Endorsement to be signed by an ' 7 � Authnri7pd Rpnrpcpntativa 1 '. 4r X fl r