Loading...
HomeMy WebLinkAboutRNT - Bid Final Contract Documents - WSK & 243 Bldg Aprons_BID.General Bid Information: Builders Exchange of Washington, Inc. (425) 258-1303 City Contact: William Adams, PE (206) 775-6862 Award Amount: ________________ Award Date: ________________ Award To: ________________ ________________ ________________ Contract No.: CAG-25-013 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Contract Provisions Prepared by: Public Works Department Airport Division Renton Municipal Airport 243 W Perimeter Rd Renton, Washington 98057 Volume 1 of 1 Public Works Department Airport Division Approved for Bid _______________________ _________ City of Renton Date: INTENTIONALLY LEFT BLANK CITY OF RENTON RENTON, WASHINGTON Contract Provisions for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation City Contract Number CAG-25-013 February 2025 Renton Municipal Airport 243 W Perimeter Rd Renton, WA 98057 INTENTIONALLY LEFT BLANK PROFESSIONAL RESPONSIBILITIES AND SEALS These specifications were developed by, or under the direct supervision of Wesley A. Holden, P.E., DOWL, 15325 SE 30th Pl., Bellevue, WA 98007. Phone: 425-406-7135 Email: wholden@dowl.com INTENTIONALLY LEFT BLANK Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Table of Contents CAG-25-013 Page 1 of 2 2025 CITY OF RENTON Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Table of Contents VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III. PROJECT PROPOSAL 1. * PROJECT PROPOSAL COVER SHEET 2. * PROPOSAL 3. * SCHEDULE OF PRICES 4. * NON-COLLUSION DECLARATION 5. * LOCAL AGENCY SUBCONTRACTOR LIST 6. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 7. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND IV. AGREEMENT FORMS 1. ❖ AGREEMENT 2. ❖ CONTRACT BOND TO THE CITY OF RENTON 3. ❖ FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. ❖ RETAINAGE METHOD SELECTION * Submit as part of the bid. ❖ Submit within 10 days after Notice of Award. V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. TECHNICAL SPECIFICATIONS C-102 – Temporary Air and Water Pollution, Soil Erosion and Siltation Control C-105 – Mobilization G-100 – CSPP Compliance and SPCD A-101 – FOD Prevention Controls P-101 – Removal of Existing Pavements P-151 – Clearing and Grubbing P-152 – Excavation, Subgrade, and Embankment Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Table of Contents CAG-25-013 Page 2 of 2 2025 P-154 – Subbase Course P-209 – Crushed Aggregate Base Course P-403 – Asphalt Mix Pavement Surface Course P-603 – Emulsified Asphalt Tack Coat P-610 – Concrete for Miscellaneous Structures P-620 – Taxilane and Miscellaneous Markings P-650 – Aircraft Tiedowns F-162 – Chain-Link Fence and Gate Relocation D-751 – Manhole and Catch Basin Adjustments T-908 – Mulching APPENDICES A – WA State L&I Prevailing Wage Rates & Benefit Key Code B – Shoreline Exemption C – SEPA Determination of Non-Significance – Mitigated (DNS-M) D – Civil Permit E – Construction Safety & Phasing Plans VOLUME II – PLANS City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ I. CALL FOR BIDS INTENTIONALLY LEFT BLANK Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Call for Bids CAG-25-013 2025 CITY OF RENTON CALL FOR BIDS Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation CAG-25-013 Sealed bids will be received until 1:00 PM on March 20, 2025, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. Sealed bids will be opened and publicly read via the Zoom video- conferencing web application at 2:00 PM, March 20, 2025 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. •Please include bidder’s name, address, and the name of the project on the envelope. •The bid opening meeting can be accessed via videoconference by: •Clicking this link to join the Zoom meeting: •https://us02web.zoom.us/j/85175436619?pwd=gIwL8CJ5EnzSFm0j5QSswjYQVR4EgE.1 •Using the Zoom app: Meeting ID: 851 7543 6619; Passcode: 280897 •Via telephone by dialing: 253-215-8782, followed by 85175436619# ... 0# … 280897#. •Zoom is free to use and is available at https://zoom.us/. The improvement for which bids will be received is described below: •Reconstruction of two general aviation aircraft parking aprons, including new asphalt pavement, aircraft tiedown anchor installation, and paint marking application •Relocation of an existing automated vehicle gate, including operator and access controls •Reconstruction of an existing vehicle parking lot •An optional pre-bid conference will be held at the airport office on March 6, 2025 at 243 W Perimeter Rd. at 11 am with site visit to follow. A total of 66 working days is allowed for completion of the entirety of the project. The project will comprise of two separate work areas. Work area #1 is allotted 29 working days to complete. Work area #2 is allotted 37 working days. Contract time assumes Work area #1 and Work area #2 will not occur simultaneously simultaneously. The Engineer’s Estimate range is $1,750,000 - $1,950,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available until March 20, 2025. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Bid Documents will also be available at http://rentonwa.gov/bids/ under “Call for Bids.” GENERAL CIVIL RIGHTS PROVISIONS In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Call for Bids CAG-25-013 2025 limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. The above provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. The City of Renton, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses, or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Questions about the project shall be addressed to: William Adams, Public Works Department, at 206-775- 6862 or wadams@rentonwa.gov. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City’s Fair Practices, Non-Discrimination, and Americans with Disabilities Act Policies shall apply. Jason A. Seth, City Clerk Published: Daily Journal of Commerce 2/20/2025 and 2/27/2025 City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ II. INFORMATION AND CHECKLIST FOR BIDDERS INTENTIONALLY LEFT BLANK Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Information and Checklist for Bidders CAG-25-013 Page 1 of 3 2025 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of Advertisement are provided in the Appendices. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions in writing to Renton Municipal Airport – 243 W Perimeter Rd Renton, WA 98057, Attn: William Adams, or • Submit questions via e-mail: wadams@rentonwa.gov. o Put “Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation” in the subject line No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City of Renton may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Information and Checklist for Bidders CAG-25-013 Page 2 of 3 2025 in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet - The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. e. Local Agency Subcontractor List - This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non- responsive and the Bid will be rejected. f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid Documents must be used; no substitute will be accepted. g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. i. Proposal Bid Bond – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Information and Checklist for Bidders CAG-25-013 Page 3 of 3 2025 a. Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. b. Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d. Retainage Method Selection - The form included in these Bid Documents must be used; no substitute will be accepted. e. Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. INTENTIONALLY LEFT BLANK Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Summary of American Disabilities Act Policy CAG-25-013 2025 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Summary of Fair Practices Policy CAG-25-013 2025 City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ III. PROJECT PROPOSAL Project Name: Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation City Contract Number: CAG-25-013 Company: Address: Telephone No.: Fax No.: Total Bid Amount: $ Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal CAG-25-013 2025 PROPOSAL Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal Cover (2025) TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within sixty-six (66) working days. Contract time shall begin on the first working day following the Notice to Proceed date. ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE TOTAL PRICE A1 Mobilization C-105 LS 1 A2 Construction Surveying GP-50-07 LS 1 A3 FOD Prevention Controls A-101 LS 1 A4 CSPP Compliance and SPCD G-100 LS 1 A5 Temporary Erosion and Sediment Control C-102 LS 1 A6 Asphalt Pavement Removal P-101 SY 7,412 A7 Tiedown Anchor Removal P-101 EA 23 A8 Remove Existing Markings P-101 LF 197 A9 Unclassified Excavation P-152 CY 3,213 A10 Subbase Course P-154 TON 3,199 A11 Crushed Aggregate Base Course P-209 TON 2,400 A12 Asphalt Mixture Surface Course P-403 TON 1,950 A13 Emulsified Asphalt Tack Coat P-603 GAL 545 A14 Initial Paint Markings - Yellow P-620 SF 789 SCHEDULE OF PRICES Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE A: WINDSOCK GENERAL AVIATION APRON Windsock 243 Bldg. GA Apron Parking Lot Rehabilitation CAG-25-013 Page 1 of 4 Schedule of Prices 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE TOTAL PRICE A15 Final Paint Markings - Yellow P-620 SF 789 A16 Aircraft Tiedown Anchor - per set (3)P-650 EA 22 A17 Adjust Manhole or Catch Basin D-751 EA 2 SUBTOTAL SCHEDULE A = Windsock 243 Bldg. GA Apron Parking Lot Rehabilitation CAG-25-013 Page 2 of 4 Schedule of Prices 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE TOTAL PRICE B1 Mobilization C-105 LS 1 B2 Construction Surveying GP-50-07 LS 1 B3 FOD Prevention Controls A-101 LS 1 B4 CSPP Compliance and SPCD G-100 LS 1 B5 Temporary Erosion and Sediment Control C-102 LS 1 B6 Asphalt Pavement Removal P-101 SY 3,916 B7 Concrete Pavement Removal P-101 SY 1,375 B8 Extruded Curb Removal P-101 LF 429 B9 Tiedown Anchor Removal P-101 EA 6 B10 Clearing and Grubbing P-151 ACRE 0.13 B11 Unclassified Excavation P-152 CY 2,332 B12 Subbase Course P-154 TON 2,407 B13 Crushed Aggregate Base Course P-209 TON 1,805 B14 Asphalt Mixture Surface Course P-403 TON 1,467 B15 Emulsified Asphalt Tack Coat P-603 GAL 362 B16 Cement Concrete Curb and Gutter P-610 LF 632 SCHEDULE B: 243 BUILDING APRON & PARKING LOT Windsock 243 Bldg. GA Apron Parking Lot Rehabilitation CAG-25-013 Page 3 of 4 Schedule of Prices 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE TOTAL PRICE B17 Precast Concrete Wheel Stop -EA 31 B18 Initial Paint Markings - White P-620 SF 368 B19 Final Paint Markings - White P-620 SF 368 B20 Initial Paint Markings - Yellow P-620 SF 204 B21 Final Paint Markings - Yellow P-620 SF 204 B22 Aircraft Tiedown Anchor - per set (3)P-650 EA 6 B23 Remove & Salvage Chain-Link Fence and Gate F-162 LS 1 B24 Reinstall Salvaged Chain-Link Fence and Gate F-162 LS 1 B25 Black Vinyl Chain-Link Fence F-162 LF 40 B26 Adjust Manhole or Catch Basin D-751 EA 1 B27 Mulching T-908 SY 222 B28 Remove Abandoned Sanitary Sewer Force Main & Cap -LS 1 B29 Type 2 Junction Box -EA 2 B30 25-TA Electrical Vault -EA 1 B31 3" Schedule 40 PVC Conduit -LF 190 SUBTOTAL SCHEDULE B = SUBTOTAL SCHEDULE A + SCHEDULE B WA STATE SALES TAX (10.3%) = Printed Name of Bidder's Authorized Representative Signature of Bidder's Authorized Representative TOTAL BID AMOUNT (SCHEDULE A & SCHEDULE B) = Windsock 243 Bldg. GA Apron Parking Lot Rehabilitation CAG-25-013 Page 4 of 4 Schedule of Prices 2025 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Local Agency Non-Collusion Declaration CAG-25-013 2025 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Local Agency Subcontractor List CAG-25-013 2025 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal For Incorporating Recycled Materials CAG-25-013 2025 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Contractor Certification, Wage Law Compliance – Responsibility Criteria CAG-25-013 2025 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal – Signature Page CAG-25-013 2025 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. 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. [Signature of Authorized Official] * [Business Name] [Printed Name] [Address Line 1] [Title] [Address Line 2] [Date] [Telephone Number] * NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. NOTE: The address and phone number listed above will be used for all communications regarding this proposal. Type of business entity (e.g. corporation, partnership, etc.): State of Incorporation, or State where business entity was formed: Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal – Signature Page CAG-25-013 2025 WA State Contractor’s Registration # UBI # Industrial Insurance Account # Employment Security Department # State Excise Tax Registration # DUNS # N/A The Surety Company which will furnish the required Contract Bond is [Surety] [Address Line 1] [Telephone Number] [Address Line 2] Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal Bid Bond to the City of Renton CAG-25-013 2025 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ________ day of ____________________, 20______. Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Proposal Bid Bond to the City of Renton CAG-25-013 2025 PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: Telephone: Surety WAOIC # Surety NAIC # City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ IV. AGREEMENT FORMS INTENTIONALLY LEFT BLANK Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Agreement CAG-25-013 2025 AGREEMENT CONTRACT NO. CAG-25-013 THIS AGREEMENT, made and entered into this __________ day of ___________, ___________ by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and _________________________________________________________________, hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contr act and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation, CAG-25-013, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $___________, unless modified by an approved change order or addendum . The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Agreement CAG-25-013 2025 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR: CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION: [Enter state of incorporation] CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: ___________________________________________ City of Renton ___________________________________________ 1055 South Grady Way ___________________________________________ Renton, WA 98057 ___________________________________________ _________________________________________________ ___________________________________________ _________________________________________________ Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and fi rm or trade name. Any one partner may sign the contract. If the business is a limited Liability Company, an authorized managing member or manager must sign followed by his/her title. Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Contract Bond to the City of Renton CAG-25-013 2025 CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of________________________________________________ US Dollars ($________________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-25-013 providing for construction of the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth.  The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation.  This Contract Bond shall be governed and construed by the laws of the State of Washington, and Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Contract Bond to the City of Renton CAG-25-013 2025 venue shall be in King County, Washington. FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY:  Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract;  Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract;  Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law;  Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Fair Practices and Non-Discrimination Declaration CAG-25-013 2025 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Retainage Method Selection CAG-25-013 2025 RETAINAGE METHOD SELECTION CONTRACT NO. CAG-25-013 Project Name: Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation In accordance with Specification Section 1-09.9(1) and RCW 60.28, a sum of five percent (5%) of the monies earned by the Contractor will be retained from progress payments. The Contractor may select one of two options for the monies retained: 1. Retained in a fund by the Contracting Agency, or 2. Deposited by the Contracting Agency in an escrow (interest-bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the Contracting Agency and are not to be allowed to be withdrawn without the Contracting Agency’s written authorization. The Contracting Agency will issue a check representing the sum of the monies reserved, payable to the bank or trust company. Such check shall be converted into bonds and securities chosen by the Contractor as the interest accrues. Option selected by Contractor: Option 1 Option 2 N/A – Retainage Bond Provided Contractor: ____________________________________________________________________ By: ___________________________________________________________________________ Date: _________________________ Required information if Option 2 is selected: Name of bank or trust company: ___________________________________________________ Address: ______________________________________________________________________ Agent name: ___________________________________________________________________ Agent phone number: ___________________________________________________________ Account Number: _______________________________________________________________ Contractor assumes full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ V. CONTRACT SPECIFICATIONS INTENTIONALLY LEFT BLANK City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ SPECIAL PROVISIONS INTENTIONALLY LEFT BLANK Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 1 2025 INTRODUCTION TO THE SPECIAL PROVISIONS 1 2 3 4 (January 4, 2024 APWA GSP, Option B) 5 6 The work on this project shall be accomplished in accordance with the Standard Specifications for Road, 7 Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of 8 Transportation (WSDOT) and the American Public Works Association (APWA), Washington State 9 Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or 10 supplemented by these Special Provisions, all of which are made a part of the Contract Documents, 11 shall govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, 14 which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either 15 supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The 16 deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications 17 is meant to pertain only to that particular portion of the section, and in no way should it be interpreted 18 that the balance of the section does not apply. 19 20 The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. 21 For example: 22 23 (March 8, 2013 APWA GSP) 24 (April 1, 2013 (for WSDOT GSPs, only use date) 25 (May 1, 2013 AWPA GSP) Agency Special Provision 26 27 28 Also incorporated into the Contract Documents by reference are: 29 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, 30 with Washington State modifications, if any 31 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT Manual M21-01, current 32 edition 33 34 Contractor shall obtain copies of these publications, at Contractor’s own expense. 35 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 2 2025 DIVISION 1 1 2 GENERAL REQUIREMENTS 3 4 DESCRIPTION OF WORK 5 6 This Contract provides for the improvement of the Wind Sock General Aviation Apron and the 243 7 Building General Aviation Apron and Parking lot. Work will include pavement reconstruction, sanitary 8 sewer installation, tiedown anchor installation, parking lot reconstruction, vehicle gate and fence 9 relocation, pavement markings, and other work, all in accordance with the attached Contract Plans, 10 these Contract Provisions, and the Standard Specifications. 11 12 1-01.3 Definitions 13 (January 19, 2022 APWA GSP) 14 15 Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with 16 the following: 17 18 Dates 19 Bid Opening Date 20 The date on which the Contracting Agency publicly opens and reads the Bids. 21 Award Date 22 The date of the formal decision of the Contracting Agency to accept the lowest responsible and 23 responsive Bidder for the Work. 24 Contract Execution Date 25 The date the Contracting Agency officially binds the Agency to the Contract. 26 Notice to Proceed Date 27 The date stated in the Notice to Proceed on which the Contract time begins. 28 Substantial Completion Date 29 The day the Engineer determines the Contracting Agency has full and unrestricted use and 30 benefit of the facilities, both from the operational and safety standpoint, any remaining traffic 31 disruptions will be rare and brief, and only minor incidental work, replacement of temporary 32 substitute facilities, plant establishment periods, or correction or repair remains for the Physical 33 Completion of the total Contract. 34 Physical Completion Date 35 The day all of the Work is physically completed on the project. All documentation required by 36 the Contract and required by law does not necessarily need to be furnished by the Contractor 37 by this date. 38 Completion Date 39 The day all the Work specified in the Contract is completed and all the obligations of the 40 Contractor under the contract are fulfilled by the Contractor. All documentation required by the 41 Contract and required by law must be furnished by the Contractor before establishment of this 42 date. 43 Final Acceptance Date 44 The date on which the Contracting Agency accepts the Work as complete. 45 46 Supplement this Section with the following: 47 48 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 3 2025 All references in the Standard Specifications or WSDOT General Special Provisions, to the terms 1 “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, 2 “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised 3 to read “Contracting Agency”. 4 5 All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless 6 the reference is to an administrative agency of the State of Washington, a State statute or 7 regulation, or the context reasonably indicates otherwise. 8 9 All references to “State Materials Laboratory” shall be revised to read “Contracting Agency 10 designated location”. 11 12 All references to “final contract voucher certification” shall be interpreted to mean the Contracting 13 Agency form(s) by which final payment is authorized, and final completion and acceptance 14 granted. 15 16 Additive 17 A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which 18 may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. 19 20 Alternate 21 One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, 22 from which the Contracting Agency may make a choice between different methods or material of 23 construction for performing the same work. 24 25 Business Day 26 A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. 27 28 Contract Bond 29 The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) 30 are required by the Contract Documents, which may be a combination of a Payment Bond and a 31 Performance Bond. 32 33 Contract Documents 34 See definition for “Contract”. 35 36 Contract Time 37 The period of time established by the terms and conditions of the Contract within which the Work 38 must be physically completed. 39 40 Notice of Award 41 The written notice from the Contracting Agency to the successful Bidder signifying the Contracting 42 Agency’s acceptance of the Bid Proposal. 43 44 Notice to Proceed 45 The written notice from the Contracting Agency or Engineer to the Contractor authorizing and 46 directing the Contractor to proceed with the Work and establishing the date on which the Contract 47 time begins. 48 49 Traffic 50 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian 51 traffic. 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 4 2025 1 1-02 BID PROCEDURES AND CONDITIONS 2 3 1-02.1 Prequalification of Bidders 4 5 Delete this section and replace it with the following: 6 7 1-02.1 Qualifications of Bidder 8 (January 24, 2011 APWA GSP) 9 10 Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 11 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 12 13 1-02.2 Plans and Specifications 14 (June 27, 2011 APWA GSP) 15 16 Delete this section and replace it with the following: 17 18 Information as to where Bid Documents can be obtained or reviewed can be found in the Call for 19 Bids (Advertisement for Bids) for the work. 20 21 After award of the contract, plans and specifications will be issued to the Contractor at no cost as 22 detailed below: 23 24 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. 25 Additional plans and Contract Provisions may be obtained by the Contractor from the source 26 stated in the Call for Bids, at the Contractor’s own expense. 27 28 1-02.4(1) General 29 (December 30, 2022 APWA GSP Option A) 30 31 The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is 32 revised to read: 33 34 Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall 35 request the explanation or interpretation in writing soon enough to allow a written reply to reach 36 all prospective Bidders before the submission of their Bids. 37 38 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 5 2025 Subsurface Information 1 2 1-02.5 Proposal Forms 3 (July 31, 2017 APWA GSP) 4 5 Delete this section and replace it with the following: 6 7 The Proposal Form will identify the project and its location and describe the work. It will also list 8 estimated quantities, units of measurement, the items of work, and the materials to be furnished at 9 the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not 10 limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where 11 applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, 12 telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a 13 State of Washington Contractor’s Registration Number; and a Business License Number, if 14 applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black 15 ink. The required certifications are included as part of the Proposal Form. 16 17 The Contracting Agency reserves the right to arrange the proposal forms with alternates and 18 additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates 19 and additives set forth in the Proposal Form unless otherwise specified. 20 21 1-02.6 Preparation of Proposal 22 (January 4, 2024 APWA GSP 1-02.6, Option B) 23 24 Supplement the second paragraph with the following: 25 4. If a minimum bid amount has been established for any item, the unit or lump sum price must 26 equal or exceed the minimum amount stated. 27 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the 28 signer of the bid. 29 30 Delete the last two paragraphs, and replace them with the following: 31 32 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance 33 form, provided by the Contracting Agency. Failure to return this certification as part of the Bid 34 Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor 35 Certification of Wage Law Compliance form is included in the Proposal Forms. 36 37 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 38 39 A bid by a corporation shall be executed in the corporate name, by the president or a vice 40 president (or other corporate officer accompanied by evidence of authority to sign). 41 42 A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy 43 of the partnership agreement shall be submitted with the Bid Form if any DBE requirements are to 44 be satisfied through such an agreement. 45 46 A bid by a joint venture shall be executed in the joint venture name and signed by a member of the 47 joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any DBE 48 requirements are to be satisfied through such an agreement. 49 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 6 2025 1 1-02.6(1) Recycled Materials Proposal 2 (January 4, 2016 APWA GSP) 3 4 The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the 5 project, using the form provided in the Contract Provisions. 6 7 1-02.7 Bid Deposit 8 (March 8, 2013 APWA GSP) 9 10 Supplement this section with the following: 11 12 Bid bonds shall contain the following: 13 1. Contracting Agency-assigned number for the project; 14 2. Name of the project; 15 3. The Contracting Agency named as obligee; 16 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents 17 five percent of the maximum bid amount that could be awarded; 18 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the 19 person authorized to submit the bid should agree with the signature on the bond, and the title 20 of the person must accompany the said signature; 21 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. 22 23 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract 24 Provisions. 25 26 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 27 28 1-02.9 Delivery of Proposal 29 (January 4, 2024 APWA GSP, Option A) 30 31 DBE DOCUMENT SUBMITTAL REQUIREMENTS 32 General 33 Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project 34 Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as 35 otherwise required in the Bid Documents, to ensure proper handling and delivery. 36 37 To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the 38 following items, as required by Section 1-02.6: 39 40 • DBE Utilization Certification (WSDOT 272-056) 41 • DBE Written Confirmation Document (WSDOT 422-031) from each DBE firm listed on the 42 Bidder’s completed DBE Utilization Certification 43 • Good Faith Effort (GFE) Documentation (if applicable) 44 • DBE Bid Item Breakdown (WSDOT 272-054) 45 46 Proposals that are received as required will be publicly opened and read as specified in Section 1-47 02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the 48 time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than 49 that specified in the Call for Bids. The Contracting Agency will not open or consider any 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 7 2025 “Supplemental Information” (DBE confirmations, or GFE documentation) that is received after the 1 time specified above, or received in a location other than that specified in the Call for Bids. 2 3 If an emergency or unanticipated event interrupts normal work processes of the Contracting 4 Agency so that Proposals cannot be received at the office designated for receipt of bids as 5 specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be 6 extended to the same time of day specified in the solicitation on the first work day on which the 7 normal work processes of the Contracting Agency resume. 8 T 9 DBE Utilization Certification (WSDOT Form 272-056) 10 The DBE Utilization Certification shall be received at the same location and no later than the time 11 required for delivery of the Proposal. The Contracting Agency will not open or consider any 12 Proposal when the DBE Utilization Certification is received after the time specified for receipt of 13 Proposals or received in a location other than that specified for receipt of Proposals. The DBE 14 Utilization Certification may be submitted in the same envelope as the Bid deposit. 15 16 DBE Written Confirmation (WSDOT Form 422-031) and/or GFE Documentation, (if 17 applicable) 18 The DBE Written Confirmation Documents and/or GFE Documents are not required to be 19 submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall 20 be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be 21 received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for 22 delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation 23 Documentation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification 24 and/or the GFE as required by Section 1-02.6. 25 26 DBE Bid Item Breakdown (WSDOT form 272-0-54) 27 The DBE Bid Item Breakdown shall be received either with the Bid Proposal or as a Supplement to 28 the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays 29 and Holidays) after the time for delivery of the Proposal. The successful Bidder shall submit a 30 completed DBE Bid Item Breakdown, however, minor errors and corrections to DBE Bid Item 31 Breakdown will be returned for correction for a period up to five calendar days after bid opening (not 32 including Saturdays, Sundays and Holidays) DBE Bid Item Breakdown that are still incorrect after 33 the correction period will be determined to be non-responsive. 34 35 The DBE Bid Item Breakdown will not be included as part of the executed Contract. 36 37 1-02.10 Withdrawing, Revising, or Supplementing Proposal 38 (July 23, 2015 APWA GSP) 39 40 Delete this section, and replace it with the following: 41 42 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, 43 or supplement it if: 44 45 1. The Bidder submits a written request signed by an authorized person and physically 46 delivers it to the place designated for receipt of Bid Proposals, and 47 2. The Contracting Agency receives the request before the time set for receipt of Bid 48 Proposals, and 49 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency 50 before the time set for receipt of Bid Proposals. 51 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 8 2025 If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the 1 time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal 2 package to the Bidder. The Bidder must then submit the revised or supplemented package in its 3 entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be 4 considered withdrawn. 5 6 Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by 7 the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, 8 revise, or supplement a Bid Proposal are not acceptable. 9 10 1-02.13 Irregular Proposals 11 (January 4, 2024 APWA GSP) 12 13 Delete this section and replace it with the following: 14 15 1. A Proposal will be considered irregular and will be rejected if: 16 a. The Bidder is not prequalified when so required; 17 b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter 18 into the Contract; 19 c. A price per unit cannot be determined from the Bid Proposal; 20 d. The Proposal form is not properly executed; 21 e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-22 015), if applicable, as required in Section 1-02.6; 23 f. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise 24 Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; 25 g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each 26 DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in 27 agreement with the bidder’s DBE participation commitment, if applicable, as required in 28 Section 1-02.6, or if the written confirmation that is submitted fails to meet the 29 requirements of the Special Provisions; 30 h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as 31 required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate 32 that a Good Faith Effort to meet the Condition of Award in accordance with Section 1-33 07.11; 34 i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if 35 applicable, as required in Section 1-02.6, or if the documentation that is submitted fails 36 to meet the requirements of the Special Provisions; 37 j. The Bid Proposal does not constitute a definite and unqualified offer to meet the 38 material terms of the Bid invitation. 39 40 2. A Proposal may be considered irregular and may be rejected if: 41 a. The Proposal does not include a unit price for every Bid item; 42 b. Any of the unit prices are excessively unbalanced (either above or below the amount of 43 a reasonable Bid) to the potential detriment of the Contracting Agency; 44 c. The authorized Proposal Form furnished by the Contracting Agency is not used or is 45 altered; 46 d. The completed Proposal form contains unauthorized additions, deletions, alternate 47 Bids, or conditions; 48 e. Receipt of Addenda is not acknowledged; 49 f. A member of a joint venture or partnership and the joint venture or partnership submit 50 Proposals for the same project (in such an instance, both Bids may be rejected); or 51 g. If Proposal form entries are not made in ink. 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 9 2025 1 1-02.14 Disqualification of Bidders 2 (May 17, 2018 APWA GSP, Option A) 3 4 Delete this section and replace it with the following: 5 6 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder 7 responsibility criteria in RCW 39.04.350(1), as amended. 8 9 The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility 10 criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the 11 right to request documentation as needed from the Bidder and third parties concerning the Bidder’s 12 compliance with the mandatory bidder responsibility criteria. 13 14 If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility 15 criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency 16 shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with 17 this determination, it may appeal the determination within two (2) business days of the Contracting 18 Agency’s determination by presenting its appeal and any additional information to the Contracting 19 Agency. The Contracting Agency will consider the appeal and any additional information before 20 issuing its final determination. If the final determination affirms that the Bidder is not responsible, 21 the Contracting Agency will not execute a contract with any other Bidder until at least two business 22 days after the Bidder determined to be not responsible has received the Contracting Agency’s final 23 determination. 24 25 1-02.15 Pre Award Information 26 (December 30, 2022 APWA GSP) 27 28 Revise this section to read: 29 30 Before awarding any contract, the Contracting Agency may require one or more of these items or 31 actions of the apparent lowest responsible bidder: 32 1. A complete statement of the origin, composition, and manufacture of any or all materials to be 33 used, 34 2. Samples of these materials for quality and fitness tests, 35 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time 36 required for the various phases of the work, 37 4. A breakdown of costs assigned to any bid item, 38 5. Attendance at a conference with the Engineer or representatives of the Engineer, 39 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the 40 work is located. 41 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the 42 lowest responsible bidder. 43 44 1-03 AWARD AND EXECUTION OF CONTRACT 45 46 1-03.1 Consideration of Bids 47 (December 30, 2022 APWA GSP) 48 49 Revise the first paragraph to read: 50 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 10 2025 After opening and reading proposals, the Contracting Agency will check them for correctness of 1 extensions of the prices per unit and the total price. If a discrepancy exists between the price per 2 unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount 3 has been established for any item and the bidder’s unit or lump sum price is less than the minimum 4 specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the 5 minimum specified amount and recalculate the extension. The total of extensions, corrected where 6 necessary, including sales taxes where applicable and such additives and/or alternates as selected 7 by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the 8 Awarded Contract Price amount and the amount of the contract bond. 9 10 1-03.1(1) Identical Bid Totals 11 (December 30, 2022 APWA GSP) 12 13 Revise this section to read: 14 15 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker 16 will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one 17 marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the 18 marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder 19 shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as 20 registered with the Washington State Department of Licensing. The slips shall be unfolded and the 21 firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for 22 Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the 23 lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to 24 the highest proposed recycled materials amount, are eligible to draw. 25 26 1-03.3 Execution of Contract 27 (January 19, 2022 APWA GSP) 28 29 Revise this section to read: 30 31 Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the 32 successful Bidder shall provide the information necessary to execute the Contract to the 33 Contracting Agency. The Bidder shall send the contact information, including the full name, email 34 address, and phone number, for the authorized signer and bonding agent to the Contracting 35 Agency. 36 37 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for 38 signature by the successful bidder on the first business day following award. The number of copies 39 to be executed by the Contractor will be determined by the Contracting Agency. 40 41 Within 10 calendar days after the award date, the successful bidder shall return the signed 42 Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a 43 satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the 44 Construction Stormwater General Permit with sections I, III, and VIII completed when provided. 45 Before execution of the contract by the Contracting Agency, the successful bidder shall provide 46 any pre-award information the Contracting Agency may require under Section 1-02.15. 47 48 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency 49 nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The 50 Contractor shall bear all risks for any work begun outside such areas and for any materials ordered 51 before the contract is executed by the Contracting Agency. 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 11 2025 1 If the bidder experiences circumstances beyond their control that prevents return of the contract 2 documents within the calendar days after the award date stated above, the Contracting Agency 3 may grant up to a maximum of 2 additional calendar days for return of the documents, provided the 4 Contracting Agency deems the circumstances warrant it. 5 6 1-03.4 Contract Bond 7 (July 23, 2015 APWA GSP) 8 9 Delete the first paragraph and replace it with the following: 10 11 The successful bidder shall provide executed payment and performance bond(s) for the full 12 contract amount. The bond may be a combined payment and performance bond; or be separate 13 payment and performance bonds. In the case of separate payment and performance bonds, each 14 shall be for the full contract amount. The bond(s) shall: 15 1. Be on Contracting Agency-furnished form(s); 16 2. Be signed by an approved surety (or sureties) that: 17 a. Is registered with the Washington State Insurance Commissioner, and 18 b. Appears on the current Authorized Insurance List in the State of Washington published by 19 the Office of the Insurance Commissioner, 20 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and 21 conditions under the Contract, including but not limited to the duty and obligation to indemnify, 22 defend, and protect the Contracting Agency against all losses and claims related directly or 23 indirectly from any failure: 24 a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of 25 the Contractor) to faithfully perform and comply with all contract obligations, conditions, and 26 duties, or 27 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to 28 pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or 29 any other person who provides supplies or provisions for carrying out the work; 30 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project 31 under titles 50, 51, and 82 RCW; and 32 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; 33 and 34 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor 35 or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or 36 vice president, unless accompanied by written proof of the authority of the individual signing 37 the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to 38 such effect signed by the president or vice president). 39 40 Add the following new section: 41 42 1-03.4(1) Retainage in Lieu of Contract Bond 43 (May 17, 2018 APWA GSP) 44 45 For contracts of 35,000 or less, the Contractor may, at the Contractor’s option, authorize the 46 Contracting Agency to retain 5% of the contract amount in lieu of furnishing a performance and/or 47 payment bond. If the Contractor elects this option, the retainage shall be held for a period of thirty 48 (30) days after the date of final acceptance, or until receipt of all necessary releases from the 49 Departments of Revenue and of Labor and Industries and settlement of any liens filed under RCW 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 12 2025 60.28, whichever is later. The Contractor must advise the Contracting Agency in writing of the 1 Contractor's election to authorize retainage in lieu of a bond, at the time of execution of the 2 Contract. 3 4 In choosing this option, the Contractor agrees that if the Contractor, its heirs, executors, 5 administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly 6 keep and perform the covenants, conditions and agreements in the Contract, and shall faithfully 7 perform all the provisions of such contract and shall also well and truly perform and fulfill all the 8 undertakings, covenants, terms, conditions and agreements of any and all duly authorized 9 modifications of the Contract that may hereafter be made, at the time and in the manner therein 10 specified, and shall pay all laborers, mechanics, subcontractors, and material suppliers, and all 11 persons who shall supply such person or persons, or subcontractors, with provisions and supplies 12 for the carrying on of such work, on his or her part, and shall indemnify and save harmless the 13 Contracting Agency, its officers and agents from any claim for such payment, then the funds retained 14 in lieu of a performance bond shall be released at the time provided above; otherwise, the funds 15 shall be retained until the Contractor fulfills the said obligations. 16 17 1-03.7 Judicial Review 18 (December 30, 2022 APWA GSP) 19 20 Revise this section to read: 21 22 All decisions made by the Contracting Agency regarding the Award and execution of the Contract 23 or Bid rejection shall be conclusive subject to the scope of judicial review permitted under 24 Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county 25 where the Contracting Agency headquarters is located, provided that where an action is asserted 26 against a county, RCW 36.01.050 shall control venue and jurisdiction. 27 28 1-04 SCOPE OF WORK 29 30 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and 31 Addenda 32 (December 30, 2022 APWA GSP) 33 34 Revise the second paragraph to read: 35 36 Any inconsistency in the parts of the contract shall be resolved by following this order of 37 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 38 1. Addenda, 39 2. Proposal Form, 40 3. Special Provisions, 41 4. Contract Plans, 42 5. Standard Specifications, 43 6. Contracting Agency’s Standard Plans or Details (if any), and 44 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 45 46 1-04.4 Changes 47 (January 19, 2022 APWA GSP) 48 49 The first two sentences of the last paragraph of Section 1-04.4 are deleted. 50 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 13 2025 1-04.4(1) Minor Changes 1 (May 30, 2019 APWA GSP) 2 3 Delete the first paragraph and replace it with the following: 4 5 Payments or credits for changes amounting to $25,000 or less may be made under the Bid item 6 “Minor Change”, if included on the Proposal Form. At the discretion of the Contracting Agency, this 7 procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in 8 Section 1-04.4, Changes. All “Minor Change” work will be within the scope of the Contract Work 9 and will not change Contract Time. 10 11 1-05 CONTROL OF WORK 12 13 1-05.4 Conformity With and Deviations from Plans and Stakes 14 15 Supplement this section with the following: 16 17 Roadway and Utility Surveys 18 (July 23, 2015 APWA GSP, Option 1, Modified) 19 20 The Contractor shall be responsible to furnish all principal lines, grades, and measurements the 21 Engineer deems necessary for completion of the work. These shall generally consist of one initial 22 set of: 23 1. Slope stakes for establishing grading; 24 2. Curb grade stakes; 25 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 26 4. Offset points to establish line and grade for underground utilities such as water, sewers, and 27 storm drains. 28 29 The Engineer shall not be responsible for providing any survey information. 30 31 1-05.7 Removal of Defective and Unauthorized Work 32 (October 1, 2005 APWA GSP) 33 34 Supplement this section with the following: 35 36 If the Contractor fails to remedy defective or unauthorized work within the time specified in a 37 written notice from the Engineer, or fails to perform any part of the work required by the Contract 38 Documents, the Engineer may correct and remedy such work as may be identified in the written 39 notice, with Contracting Agency forces or by such other means as the Contracting Agency may 40 deem necessary. 41 42 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be 43 an emergency situation, the Engineer may have the defective and unauthorized work corrected 44 immediately, have the rejected work removed and replaced, or have work the Contractor refuses to 45 perform completed by using Contracting Agency or other forces. An emergency situation is any 46 situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or 47 might cause serious risk of loss or damage to the public. 48 49 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying 50 defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 14 2025 by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, 1 the Contractor. Such direct and indirect costs shall include in particular, but without limitation, 2 compensation for additional professional services required, and costs for repair and replacement of 3 work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s 4 unauthorized work. 5 6 No adjustment in contract time or compensation will be allowed because of the delay in the 7 performance of the work attributable to the exercise of the Contracting Agency’s rights provided by 8 this Section. 9 10 The rights exercised under the provisions of this section shall not diminish the Contracting 11 Agency’s right to pursue any other avenue for additional remedy or damages with respect to the 12 Contractor’s failure to perform the work as required. 13 14 1-05.11 Final Inspection 15 16 Delete this section and replace it with the following: 17 18 1-05.11 Final Inspections and Operational Testing 19 (October 1, 2005 APWA GSP) 20 21 1-05.11(1) Substantial Completion Date 22 23 When the Contractor considers the work to be substantially complete, the Contractor shall so notify 24 the Engineer and request the Engineer establish the Substantial Completion Date. The 25 Contractor’s request shall list the specific items of work that remain to be completed in order to 26 reach physical completion. The Engineer will schedule an inspection of the work with the 27 Contractor to determine the status of completion. The Engineer may also establish the Substantial 28 Completion Date unilaterally. 29 30 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially 31 complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set 32 the Substantial Completion Date. If, after this inspection the Engineer does not consider the work 33 substantially complete and ready for its intended use, the Engineer will, by written notice, so notify 34 the Contractor giving the reasons therefor. 35 36 Upon receipt of written notice concurring in or denying substantial completion, whichever is 37 applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, 38 the work necessary to reach Substantial and Physical Completion. The Contractor shall provide 39 the Engineer with a revised schedule indicating when the Contractor expects to reach substantial 40 and physical completion of the work. 41 42 The above process shall be repeated until the Engineer establishes the Substantial Completion Date 43 and the Contractor considers the work physically complete and ready for final inspection. 44 45 1-05.11(2) Final Inspection and Physical Completion Date 46 47 When the Contractor considers the work physically complete and ready for final inspection, the 48 Contractor by written notice, shall request the Engineer to schedule a final inspection. The 49 Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final 50 inspection and the Engineer will notify the Contractor in writing of all particulars in which the final 51 inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 15 2025 such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall 1 be pursued vigorously, diligently, and without interruption until physical completion of the listed 2 deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have 3 been corrected. 4 5 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written 6 notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take 7 whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. 8 The Contractor will not be allowed an extension of contract time because of a delay in the 9 performance of the work attributable to the exercise of the Engineer’s right hereunder. 10 11 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting 12 Agency, in writing, of the date upon which the work was considered physically complete. That date 13 shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the 14 work or that all the obligations of the Contractor under the contract have been fulfilled. 15 16 1-05.11(3) Operational Testing 17 18 It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and 19 operable system. Therefore when the work involves the installation of machinery or other 20 mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; 21 buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate 22 and test the work for a period of time after final inspection but prior to the physical completion date. 23 Whenever items of work are listed in the Contract Provisions for operational testing they shall be 24 fully tested under operating conditions for the time period specified to ensure their acceptability 25 prior to the Physical Completion Date. During and following the test period, the Contractor shall 26 correct any items of workmanship, materials, or equipment which prove faulty, or that are not in 27 first class operating condition. Equipment, electrical controls, meters, or other devices and 28 equipment to be tested during this period shall be tested under the observation of the Engineer, so 29 that the Engineer may determine their suitability for the purpose for which they were installed. The 30 Physical Completion Date cannot be established until testing and corrections have been completed 31 to the satisfaction of the Engineer. 32 33 The costs for power, gas, labor, material, supplies, and everything else needed to successfully 34 complete operational testing, shall be included in the unit contract prices related to the system 35 being tested, unless specifically set forth otherwise in the proposal. 36 37 Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s 38 guaranties or warranties furnished under the terms of the contract. 39 40 1-05.13 Superintendents, Labor and Equipment of Contractor 41 (August 14, 2013 APWA GSP) 42 43 Delete the sixth and seventh paragraphs of this section. 44 45 1-05.15 Method of Serving Notices 46 (January 4, 2024 APWA GSP) 47 48 Revise the second paragraph to read: 49 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 16 2025 All correspondence from the Contractor shall be served and directed to the Engineer. All 1 correspondence from the Contractor constituting any notification, notice of protest, notice of 2 dispute, or other correspondence constituting notification required to be furnished under the 3 Contract, must be written in paper format, hand delivered or sent via certified mail delivery service 4 with return receipt requested to the Engineer's office. Electronic copies such as e-mails or 5 electronically delivered copies of correspondence will not constitute such notice and will not 6 comply with the requirements of the Contract. 7 8 1-05.16 Water and Power 9 (October 1, 2005 APWA GSP) 10 11 The Contractor shall make necessary arrangements, and shall bear the costs for power and water 12 necessary for the performance of the work, unless the contract includes power and water as a pay 13 item. 14 15 1-05.18 Record Drawings 16 (March 8, 2013 APWA GSP, modified) 17 18 The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear 19 and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of 20 information that a change in Work has occurred. The Contractor shall not conceal any work until 21 the required information is recorded. 22 23 This Record Drawing set shall be used for this purpose alone, shall be kept separate from other 24 Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be 25 kept on site at the Contractor’s field office, and shall be available for review by the Contracting 26 Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for 27 review. 28 29 The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a 30 single, experienced, and qualified individual. The quality of the Record Drawings, in terms of 31 accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify 32 the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record 33 Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. 34 35 The Record Drawing markups shall document all changes in the Work, both concealed and visible. 36 Items that must be shown on the markups include but are not limited to: 37 38 • Actual dimensions, arrangement, and materials used when different than shown in the 39 Plans. 40 • Changes made by Change Order or Field Order. 41 • Changes made by the Contractor. 42 • Accurate locations of storm sewer, sanitary sewer, water mains and other water 43 appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, 44 landscaping areas, building footprints, channelization and pavement markings, etc. Include 45 pipe invert elevations, top of castings (manholes, inlets, etc.). 46 47 If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting 48 Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record 49 Drawings. 50 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 17 2025 When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits 1 include, but are not limited to the following: 2 Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± 0.001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot 3 Making Entries on the Record Drawings: 4 5 • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to 6 the following color code: 7 • Additions - Red 8 • Deletions - Green 9 • Comments - Blue 10 • Dimensions - Graphite 11 • Provide the applicable reference for all entries, such as the change order number, the 12 request for information (RFI) number, or the approved shop drawing number. 13 • Date all entries. 14 • Clearly identify all items in the entry with notes similar to those in the Contract Drawings 15 (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). 16 17 The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction 18 of built conditions, and in conformance with the requirements detailed above. The Contractor shall 19 submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the 20 Record Drawings is one of the requirements for achieving Physical Completion. 21 22 No payment will be made for Record Drawings. 23 24 1-06 CONTROL OF MATERIAL 25 26 1-06.1(4) Fabrication Inspection Expense 27 (June 27, 2011 AWPA GSP) 28 29 Delete this section in its entirety. 30 31 1 -06.6 Recycled Materials 32 (January 4, 2016 APWA GSP) 33 34 Delete this section, including its subsections, and replace it with the following: 35 36 The Contractor shall make their best effort to utilize recycled materials in the construction of the 37 project. Approval of such material use shall be as detailed elsewhere in the Standard 38 Specifications. 39 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 18 2025 1 Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were 2 utilized in the construction of the project for each of the items listed in Section 9-03.21. The report 3 shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and 4 other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned 5 to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials 6 Reporting. 7 8 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 9 10 1-07.1 Laws to be Observed 11 (October 1, 2005 APWA GSP) 12 13 Supplement this section with the following: 14 15 In cases of conflict between different safety regulations, the more stringent regulation shall apply. 16 17 The Washington State Department of Labor and Industries shall be the sole and paramount 18 administrative agency responsible for the administration of the provisions of the Washington 19 Industrial Safety and Health Act of 1973 (WISHA). 20 21 The Contractor shall maintain at the project site office, or other well known place at the project site, 22 all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, 23 and make known to all employees, procedures for ensuring immediate removal to a hospital, or 24 doctor’s care, persons, including employees, who may have been injured on the project site. 25 Employees should not be permitted to work on the project site before the Contractor has 26 established and made known procedures for removal of injured persons to a hospital or a doctor’s 27 care. 28 29 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the 30 Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, 31 or improper maintenance, use, or operation. The Contractor shall be solely and completely 32 responsible for the conditions of the project site, including safety for all persons and property in the 33 performance of the work. This requirement shall apply continuously, and not be limited to normal 34 working hours. The required or implied duty of the Engineer to conduct construction review of the 35 Contractor’s performance does not, and shall not, be intended to include review and adequacy of 36 the Contractor’s safety measures in, on, or near the project site. 37 38 1-07.2 State Taxes 39 40 Delete this section, including its sub-sections, in its entirety and replace it with the following: 41 42 1-07.2 State Sales Tax 43 (June 27, 2011 APWA GSP) 44 45 The Washington State Department of Revenue has issued special rules on the State sales tax. 46 Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should 47 contact the Washington State Department of Revenue for answers to questions in this area. The 48 Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood 49 tax liability. 50 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 19 2025 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract 1 amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) 2 describes this exception. 3 4 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-5 funded Project) only if the Contractor has obtained from the Washington State Department of 6 Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). 7 The Contracting Agency may deduct from its payments to the Contractor any amount the 8 Contractor may owe the Washington State Department of Revenue, whether the amount owed 9 relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 10 11 1-07.2(1) State Sales Tax — Rule 171 12 13 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, 14 etc., which are owned by a municipal corporation, or political subdivision of the state, or by the 15 United States, and which are used primarily for foot or vehicular traffic. This includes storm or 16 combined sewer systems within and included as a part of the street or road drainage system and 17 power lines when such are part of the roadway lighting system. For work performed in such cases, 18 the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item 19 prices, or other contract amounts, including those that the Contractor pays on the purchase of the 20 materials, equipment, or supplies used or consumed in doing the work. 21 22 1-07.2(2) State Sales Tax — Rule 170 23 24 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing 25 buildings, or other structures, upon real property. This includes, but is not limited to, the 26 construction of streets, roads, highways, etc., owned by the state of Washington; water mains and 27 their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and 28 disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, 29 electrical power distribution lines, or other conduits or lines in or above streets or roads, unless 30 such power lines become a part of a street or road lighting system; and installing or attaching of 31 any article of tangible personal property in or to real property, whether or not such personal 32 property becomes a part of the realty by virtue of installation. 33 34 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail 35 sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to 36 each payment to the Contractor. For this reason, the Contractor shall not include the retail sales 37 tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the 38 following exception. 39 40 Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a 41 subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable 42 supplies not integrated into the project. Such sales taxes shall be included in the unit bid item 43 prices or in any other contract amount. 44 45 1-07.2(3) Services 46 47 The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly 48 for professional or other services (as defined in Washington State Department of Revenue Rules 49 138 and 244). 50 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 20 2025 1-07.9(5)A Required Documents 1 (December 30, 2022 APWA GSP) 2 3 This section is revised to read as follows: 4 5 All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified Payrolls, 6 including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the 7 Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. 8 9 1-07.18 Public Liability and Property Damage Insurance 10 11 Delete this section in its entirety, and replace it with the following: 12 13 1-07.18 Insurance 14 (January 4, 2024 APWA GSP) 15 16 1-07.18(1) General Requirements 17 A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-18 07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: 19 VII and licensed to do business in the State of Washington. The Contracting Agency reserves the 20 right to approve or reject the insurance provided, based on the insurer’s financial condition. 21 22 B. The Contractor shall keep this insurance in force without interruption from the commencement of 23 the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical 24 Completion date, unless otherwise indicated below. 25 26 C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all 27 subsequent renewals, shall be no later than the effective date of this Contract. The policy shall 28 state that coverage is claims made and state the retroactive date. Claims-made form coverage 29 shall be maintained by the Contractor for a minimum of 36 months following the Completion Date 30 or earlier termination of this Contract, and the Contractor shall annually provide the Contracting 31 Agency with proof of renewal. If renewal of the claims made form of coverage becomes 32 unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting 33 period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure 34 financial responsibility for liability for services performed. 35 36 D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability 37 insurance policies shall be primary and non-contributory insurance as respects the Contracting 38 Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or 39 self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s 40 insurance and shall not contribute with it. 41 42 E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice 43 of any policy cancellation, within two business days of their receipt of such notice. 44 45 F. The Contractor shall not begin work under the Contract until the required insurance has been 46 obtained and approved by the Contracting Agency 47 48 G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a 49 material breach of contract, upon which the Contracting Agency may, after giving five business 50 days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its 51 discretion, procure or renew such insurance and pay any and all premiums in connection 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 21 2025 therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at 1 the sole discretion of the Contracting Agency, offset against funds due the Contractor from the 2 Contracting Agency. 3 4 H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the 5 Contract and no additional payment will be made. 6 7 I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining 8 coverage, to satisfy insurance requirements for any policy required under this Section. A “wrap up 9 policy” is defined as an insurance agreement or arrangement under which all the parties working 10 on a specified or designated project are insured under one policy for liability arising out of that 11 specified or designated project. 12 13 1-07.18(2) Additional Insured 14 All insurance policies, with the exception of Workers Compensation, and of Professional Liability and 15 Builder’s Risk (if required by this Contract) shall name the following listed entities as additional 16 insured(s) using the forms or endorsements required herein: 17 ▪ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers 18 19 The above-listed entities shall be additional insured(s) for the full available limits of liability maintained 20 by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than 21 those required by this Contract, and irrespective of whether the Certificate of Insurance provided by 22 the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. 23 24 For Commercial General Liability insurance coverage, the required additional insured endorsements 25 shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 26 for completed operations. 27 28 1-07.18(3) Subcontractors 29 The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies 30 with all applicable requirements of the Contractor-provided insurance as set forth herein, except the 31 Contractor shall have sole responsibility for determining the limits of coverage required to be obtained 32 by subcontractors. 33 34 The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as 35 additional insureds, and provide proof of such on the policies as required by that section as detailed in 36 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations 37 and CG 20 37 10 01 for completed operations. 38 39 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency 40 evidence of insurance and copies of the additional insured endorsements of each subcontractor of 41 every tier as required in 1-07.18(4) Verification of Coverage. 42 43 1-07.18(4) Verification of Coverage 44 The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements 45 for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the 46 signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage 47 with these insurance requirements or failure of Contracting Agency to identify a deficiency from the 48 insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to 49 maintain such insurance. 50 51 Verification of coverage shall include: 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 22 2025 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 1 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) 2 as additional insured(s), showing the policy number. The Contractor may submit a copy of any 3 blanket additional insured clause from its policies instead of a separate endorsement. 4 3. Any other amendatory endorsements to show the coverage required herein. 5 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these 6 requirements – actual endorsements must be submitted. 7 8 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full 9 and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full 10 and certified copy of that policy is required when the Contractor delivers the signed Contract for the 11 work. 12 13 1-07.18(5) Coverages and Limits 14 The insurance shall provide the minimum coverages and limits set forth below. Contractor’s 15 maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed 16 to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the 17 Contracting Agency’s recourse to any remedy available at law or in equity. 18 19 All deductibles and self-insured retentions must be disclosed and are subject to approval by the 20 Contracting Agency. The cost of any claim payments falling within the deductible or self-insured 21 retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability 22 subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention 23 shall be the responsibility of the Contractor. 24 25 1-07.18(5)A Commercial General Liability 26 Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO 27 occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop 28 gap liability, independent contractors, products-completed operations, personal and advertising injury, 29 and liability assumed under an insured contract. There shall be no exclusion for liability arising from 30 explosion, collapse or underground property damage. 31 32 The Commercial General Liability insurance shall be endorsed to provide a per project general 33 aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 34 35 Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s 36 completed operations for at least three years following Substantial Completion of the Work. 37 38 Such policy must provide the following minimum limits: 39 $2,000,000 Each Occurrence 40 $3,000,000 General Aggregate 41 $3,000,000 Products & Completed Operations Aggregate 42 $2,000,000 Personal & Advertising Injury each offence 43 $2,000,000 Stop Gap / Employers’ Liability each accident 44 45 1-07.18(5)B Automobile Liability 46 Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on 47 a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of 48 pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. 49 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 23 2025 Such policy must provide the following minimum limit: 1 $1,000,000 Combined single limit each accident 2 3 1-07.18(5)C Workers’ Compensation 4 The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial 5 Insurance laws of the State of Washington. 6 7 1-07.18(5)D Excess or Umbrella Liability 8 (January 4, 2016 APWA GSP) 9 10 The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than 2 million 11 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over 12 and as least as broad in coverage as the Contractor’s Commercial General and Auto Liability insurance 13 14 All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on 15 the Contractor’s Excess or Umbrella Liability insurance policy. 16 17 This requirement may be satisfied instead through the Contractor’s primary Commercial General and 18 Automobile Liability coverages, or any combination thereof that achieves the overall required limits of 19 insurance. 20 21 1-07.18(5)E LHWCA Insurance 22 (January 4, 2016 APWA GSP) 23 24 If this Contract involves work on or adjacent to Navigable Waters of the United States, the Contractor 25 shall procure and maintain insurance coverage in compliance with the statutory requirements of the U.S. 26 Longshore and Harbor Workers' Compensation Act (LHWCA). 27 28 Such policy must provide the following minimum limits: 29 $1,000,000 Bodily Injury by Accident – each accident 30 $1,000,000 Bodily Injury by Disease – each employee 31 $1,000,000 Bodily Injury by Disease – policy limits 32 33 1-07.18(5)F Protection & Indemnity Insurance Including Jones Act 34 (January 4, 2016 APWA GSP) 35 36 If this Contract involves marine activities, or work from a boat, vessel, or floating platform, the Contractor 37 shall procure and maintain Protection and Indemnity (P&I) coverage including collision liability, injury to 38 crew (Merchant Marine Act of 1920 - Jones Act) and passengers, removal of wreck and liability for 39 seepage, pollution, containment and cleanup using form SP-23 or SP 38 or a form as least as broad. 40 41 All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on 42 the Contractor’s Protection and Indemnity insurance policy. 43 44 Such policy must provide the following minimum limits: 45 $1,000,000 Bodily Injury by Accident – each accident or occurrence 46 $1,000,000 Bodily Injury by Disease – each employee 47 $1,000,000 Bodily Injury by Disease – policy limits 48 49 1-07.18(5)G Hull and Machinery 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 24 2025 (January 4, 2016 APWA GSP) 1 2 If this Contract involves use of a boat, vessel, or floating platform, the Contractor shall procure and 3 maintain coverage at Market Value of vessel on American Institute Hull Clauses, 6/2/77 form. 4 5 1-07.24 Rights of Way 6 (July 23, 2015 APWA GSP) 7 8 Delete this section and replace it with the following: 9 10 Street Right of Way lines, limits of easements, and limits of construction permits are indicated in 11 the Plans. The Contractor’s construction activities shall be confined within these limits, unless 12 arrangements for use of private property are made. 13 14 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and 15 easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this 16 are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued 17 Addendum. 18 19 Whenever any of the work is accomplished on or through property other than public Right of Way, 20 the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 21 obtained by the Contracting Agency from the owner of the private property. Copies of the 22 easement agreements may be included in the Contract Provisions or made available to the 23 Contractor as soon as practical after they have been obtained by the Engineer. 24 25 Whenever easements or rights of entry have not been acquired prior to advertising, these areas 26 are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas 27 where right of way, easements or rights of entry have not been acquired until the Engineer certifies 28 to the Contractor that the right of way or easement is available or that the right of entry has been 29 received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency 30 in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an 31 extension of time. The Contractor agrees that such delay shall not be a breach of contract. 32 33 Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This includes 34 entry onto easements and private property where private improvements must be adjusted. 35 36 The Contractor shall be responsible for providing, without expense or liability to the Contracting 37 Agency, any additional land and access thereto that the Contractor may desire for temporary 38 construction facilities, storage of materials, or other Contractor needs. However, before using any 39 private property, whether adjoining the work or not, the Contractor shall file with the Engineer a 40 written permission of the private property owner, and, upon vacating the premises, a written release 41 from the property owner of each property disturbed or otherwise interfered with by reasons of 42 construction pursued under this contract. The statement shall be signed by the private property 43 owner, or proper authority acting for the owner of the private property affected, stating that 44 permission has been granted to use the property and all necessary permits have been obtained or, 45 in the case of a release, that the restoration of the property has been satisfactorily accomplished. 46 The statement shall include the parcel number, address, and date of signature. Written releases 47 must be filed with the Engineer before the Completion Date will be established. 48 49 1-08 PROSECUTION AND PROGRESS 50 51 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 25 2025 Add the following new section: 1 2 1-08.0 Preliminary Matters 3 (May 25, 2006 APWA GSP) 4 5 Add the following new section: 6 7 1-08.0(1) Preconstruction Conference 8 (October 10, 2008 APWA GSP) 9 10 Prior to the Contractor beginning the work, a preconstruction conference will be held between the 11 Contractor, the Engineer and such other interested parties as may be invited. The purpose of the 12 preconstruction conference will be: 13 1. To review the initial progress schedule; 14 2. To establish a working understanding among the various parties associated or affected by the 15 work; 16 3. To establish and review procedures for progress payment, notifications, approvals, submittals, 17 etc.; 18 4. To establish normal working hours for the work; 19 5. To review safety standards and traffic control; and 20 6. To discuss such other related items as may be pertinent to the work. 21 22 The Contractor shall prepare and submit at the preconstruction conference the following: 23 1. A breakdown of all lump sum items; 24 2. A preliminary schedule of working drawing submittals; and 25 3. A list of material sources for approval if applicable. 26 27 Add the following new section: 28 29 1-08.0(2) Hours of Work 30 (December 8, 2014 APWA GSP) 31 32 Except in the case of emergency or unless otherwise approved by the Engineer, the normal 33 working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 34 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the 35 normal working hours stated above, the request must be submitted in writing prior to the 36 preconstruction conference, subject to the provisions below. The working hours for the Contract 37 shall be established at or prior to the preconstruction conference. 38 39 All working hours and days are also subject to local permit and ordinance conditions (such as noise 40 ordinances). 41 42 If the Contractor wishes to deviate from the established working hours, the Contractor shall submit 43 a written request to the Engineer for consideration. This request shall state what hours are being 44 requested, and why. Requests shall be submitted for review no later than 48 hours prior to the 45 day(s) the Contractor is requesting to change the hours. 46 47 If the Contracting Agency approves such a deviation, such approval may be subject to certain 48 other conditions, which will be detailed in writing. For example: 49 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 26 2025 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency 1 for the costs in excess of straight-time costs for Contracting Agency representatives who 2 worked during such times. (The Engineer may require designated representatives to be 3 present during the work. Representatives who may be deemed necessary by the Engineer 4 include, but are not limited to: survey crews; personnel from the Contracting Agency’s 5 material testing lab; inspectors; and other Contracting Agency employees or third party 6 consultants when, in the opinion of the Engineer, such work necessitates their presence.) 7 2. Considering the work performed on Saturdays, Sundays, and holidays as working days 8 with regard to the contract time. 9 3. Considering multiple work shifts as multiple working days with respect to contract time even 10 though the multiple shifts occur in a single 24-hour period. 11 4. If a 4-10 work schedule is requested and approved the non working day for the week will be 12 charged as a working day. 13 If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded 14 properly on certified payroll 15 16 1-08.1 Subcontracting 17 (December 30, 2022 APWA GSP, Option A) 18 19 Section 1-08.1 is supplemented with the following: 20 21 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit 22 to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the 23 Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor 24 has been executed. This certification shall also guarantee that these subcontract agreements 25 include all the documents required by the Special Provision Federal Agency Inspection. 26 27 A subcontractor or lower tier subcontractor will not be permitted to perform any work under the 28 contract until the following documents have been completed and submitted to the Engineer: 29 30 1. Request to Sublet Work (WSDOT Form 421-012), and 31 32 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects 33 (WSDOT Form 420-004). 34 35 The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT 36 Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every 37 subcontractor and lower tier subcontractor’s retainage has been released. 38 39 The Contractor's records pertaining to the requirements of this Special Provision shall be open to 40 inspection or audit by representatives of the Contracting Agency during the life of the contract and 41 for a period of not less than three years after the date of acceptance of the contract. The 42 Contractor shall retain these records for that period. The Contractor shall also guarantee that these 43 records of all subcontractors and lower tier subcontractors shall be available and open to similar 44 inspection or audit for the same time period. 45 46 1-08.3(2)B Type B Progress Schedule 47 (January 4, 2024 APWA GSP) 48 49 Revise the first paragraph to read: 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 27 2025 1 The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the 2 preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of 3 these requirements and the requirements of Section 1-08.3(2), except that it may be limited to only 4 those activities occurring within the first 60-working days of the project. 5 6 Revise the first sentence of the second paragraph to read: 7 The Contractor shall submit 2 copies of a Type B Progress Schedule depicting the entire project no 8 later than 7 calendar days after the preconstruction conference. 9 10 1-08.4 Prosecution of Work 11 12 Delete this section and replace it with the following: 13 14 1-08.4 Notice to Proceed and Prosecution of Work 15 (July 23, 2015 APWA GSP) 16 17 Notice to Proceed will be given after the contract has been executed and the contract bond and 18 evidence of insurance have been approved and filed by the Contracting Agency. The Contractor 19 shall not commence with the work until the Notice to Proceed has been given by the Engineer. The 20 Contractor shall commence construction activities on the project site within ten days of the Notice 21 to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the 22 work to the physical completion date within the time specified in the contract. Voluntary shutdown 23 or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to 24 complete the work within the time(s) specified in the contract. 25 26 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to 27 delineate all areas for protection or restoration, as described in the Contract. Installation of high 28 visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and 29 traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the 30 Contractor shall request the Engineer to inspect the fence. No other work shall be performed on 31 the site until the Contracting Agency has accepted the installation of high visibility fencing, as 32 described in the Contract. 33 34 1-08.5 Time for Completion 35 (December 30, 2022 APWA GSP, Option B) 36 37 Revise the third and fourth paragraphs to read: 38 39 Contract time shall begin on the first working day following the Notice to Proceed date. If the 40 Contractor starts work on the project at an earlier date, then contract time shall begin on the first 41 working day when onsite work begins. 42 43 Each working day shall be charged to the contract as it occurs, until the contract work is physically 44 complete. If substantial completion has been granted and all the authorized working days have 45 been used, charging of working days will cease. Each week the Engineer will provide the 46 Contractor a statement that shows the number of working days: (1) charged to the contract the 47 week before; (2) specified for the physical completion of the contract; and (3) remaining for the 48 physical completion of the contract. The statement will also show the nonworking days and all 49 partial or whole days the Engineer declares as unworkable. The statement will be identified as a 50 Written Determination by the Engineer. If the Contractor does not agree with the Written 51 Determination of working days, the Contractor shall pursue the protest procedures in accordance 52 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 28 2025 with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be 1 deemed as having accepted the statement as correct. If the Contractor is approved to work 10 2 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 3 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be 4 charged as a working day whether or not the Contractor works on that day. 5 6 Revise the sixth paragraph to read: 7 8 The Engineer will give the Contractor written notice of the completion date of the contract after all 9 the Contractor’s obligations under the contract have been performed by the Contractor. The 10 following events must occur before the Completion Date can be established: 11 1. The physical work on the project must be complete; and 12 2. The Contractor must furnish all documentation required by the contract and required by law, to 13 allow the Contracting Agency to process final acceptance of the contract. The following 14 documents must be received by the Project Engineer prior to establishing a completion date: 15 a. Certified Payrolls (per Section 1-07.9(5)). 16 b. Material Acceptance Certification Documents 17 c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract 18 Provisions. 19 d. Final Contract Voucher Certification 20 e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all 21 subcontractors 22 f. A copy of the Notice of Termination sent to the Washington State Department of Ecology 23 (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of 24 Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This 25 requirement will not apply if the Construction Stormwater General Permit is transferred 26 back to the Contracting Agency in accordance with Section 8-01.3(16). 27 g. Property owner releases per Section 1-07.24 28 29 1-08.9 Liquidated Damages 30 (March 3, 2021 APWA GSP, Option A) 31 32 Replace Section 1-08.9 with the following: 33 34 Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, 35 interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax 36 payers undue sums of money, adding time needed for administration, engineering, inspection, and 37 supervision. 38 39 Accordingly, the Contractor agrees: 40 41 1. To pay liquidated damages in the amount of *** $$1$$ *** for each working day beyond 42 the number of working days established for Physical Completion, and 43 44 2. To authorize the Engineer to deduct these liquidated damages from any money due or 45 coming due to the Contractor. 46 47 When the Contract Work has progressed to Substantial Completion as defined in the Contract, the 48 Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the 49 Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 29 2025 after the date so established, liquidated damages identified above will not apply. For overruns in 1 Contract time occurring after the Substantial Completion Date, liquidated damages shall be 2 assessed on the basis of direct engineering and related costs assignable to the project until the 3 actual Physical Completion Date of all the Contract Work. The Contractor shall complete the 4 remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor 5 shall furnish a written schedule for completing the physical Work on the Contract. 6 7 Liquidated damages will not be assessed for any days for which an extension of time is granted. 8 No deduction or payment of liquidated damages will, in any degree, release the Contractor from 9 further obligations and liabilities to complete the entire Contract. 10 11 1-09 MEASUREMENT AND PAYMENT 12 13 1-09.2(1) General Requirements for Weighing Equipment 14 (December 30, 2022 APWA GSP, Option 2) 15 16 Revise item 4 of the fifth paragraph to read: 17 18 4. Test results and scale weight records for each day’s hauling operations are provided to the 19 Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless 20 the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. 21 The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 22 23 1-09.2(5) Measurement 24 (December 30, 2022 APWA GSP) 25 26 Revise the first paragraph to read: 27 28 Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification 29 checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of 30 Work. 31 32 1-09.6 Force Account 33 (December 30, 2022 APWA GSP) 34 35 Supplement this section with the following: 36 37 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to 38 be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts 39 are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant 40 expressly or by implication, that the actual amount of work will correspond with those estimates. 41 Payment will be made on the basis of the amount of work actually authorized by the Engineer. 42 43 1-09.7 Mobilization 44 (December 30, 2022 APWA GSP) 45 46 Delete this Section and replace it with the following: 47 48 Mobilization consists of preconstruction expenses and the costs of preparatory Work and 49 operations performed by the Contractor typically occurring before 10 percent of the total original 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 30 2025 amount of an individual Bid Schedule is earned from other Contract items on that Bid Schedule. 1 Items which are not to be included in the item of Mobilization include but are not limited to: 2 3 1. Portions of the Work covered by the specific Contract item or incidental Work which is to be 4 included in a Contract item or items. 5 2. Profit, interest on borrowed money, overhead, or management costs. 6 3. Costs incurred for mobilizing equipment for force account Work. 7 8 Based on the lump sum Contract price for “Mobilization”, partial payments will be made as follows: 9 10 1. When 5 percent of the total original Bid Schedule amount is earned from other Contract 11 items on that original Bid Schedule, excluding amounts paid for materials on hand, 50 12 percent of the Bid Item for mobilization on that original Bid Schedule, 5 percent of the total 13 of that original Bid Schedule, or 5 percent of the total original Contract amount, whichever 14 is the least, will be paid. 15 2. When 10 percent of the total original Bid Schedule amount is earned from other Contract 16 items on that original Bid Schedule, excluding amounts paid for materials on hand, 100 17 percent of the Bid Item for mobilization on that original Bid Schedule, 10 percent of the total 18 of that original Bid Schedule, or 10 percent of the total original Contract amount, whichever 19 is the least, will be paid. 20 3. When the Substantial Completion Date has been established for the project, payment of 21 any remaining amount Bid for mobilization will be paid. 22 23 Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the 24 Contract. 25 26 1-09.9 Payments 27 (December 30, 2022 APWA GSP) 28 29 Section 1-09.9 is revised to read: 30 31 The basis of payment will be the actual quantities of Work performed according to the Contract and 32 as specified for payment. 33 34 The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction 35 Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. 36 A breakdown is not required for lump sum items that include a basis for incremental payments as 37 part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make 38 a determination based on information available. The Project Engineer’s determination of the cost of 39 work shall be final. 40 41 Progress payments for completed work and material on hand will be based upon progress 42 estimates prepared by the Engineer. A progress estimate cutoff date will be established at the 43 preconstruction conference. 44 45 The initial progress estimate will be made not later than 30 days after the Contractor commences 46 the work, and successive progress estimates will be made every month thereafter until the 47 Completion Date. Progress estimates made during progress of the work are tentative, and made 48 only for the purpose of determining progress payments. The progress estimates are subject to 49 change at any time prior to the calculation of the final payment. 50 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 31 2025 1 The value of the progress estimate will be the sum of the following: 2 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work 3 completed multiplied by the unit price. 4 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum 5 breakdown for that item, or absent such a breakdown, based on the Engineer’s 6 determination. 7 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other 8 storage area approved by the Engineer. 9 4. Change Orders — entitlement for approved extra cost or completed extra work as 10 determined by the Engineer. 11 12 Progress payments will be made in accordance with the progress estimate less: 13 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 14 2. The amount of progress payments previously made; and 15 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract 16 Documents. 17 18 Progress payments for work performed shall not be evidence of acceptable performance or an 19 admission by the Contracting Agency that any work has been satisfactorily completed. The 20 determination of payments under the contract will be final in accordance with Section 1-05.1. 21 22 Failure to perform obligations under the Contract by the Contractor may be decreed by the 23 Contracting Agency to be adequate reason for withholding any payments until compliance is 24 achieved. 25 26 Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the 27 Contractor under the Contract will be paid based upon the final estimate made by the Engineer and 28 presentation of a Final Contract Voucher Certification to be signed by the Contractor. The 29 Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor 30 unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is 31 expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. 32 The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final 33 acceptance date (Section 1-05.12). 34 35 If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification 36 or any other documentation required for completion and final acceptance of the Contract, the 37 Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting 38 the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will 39 occur only after the Contractor has been provided the opportunity, by written request from the 40 Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal 41 notification of the impending establishment of a Completion Date and unilateral final acceptance will 42 be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which 43 will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar 44 day period will begin on the date the email with delivery confirmation is received by the Contractor. 45 The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall 46 constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by 47 the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically 48 Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance 49 Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project Special Provisions CAG-25-013 Page | 32 2025 with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not 1 in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or 2 local laws, ordinances, and regulations that affect the Work under the Contract. 3 4 Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be 5 subject to controlling laws. 6 7 1-09.11(3) Time Limitation and Jurisdiction 8 (December 30, 2022 APWA GSP) 9 10 Revise this section to read: 11 12 For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims 13 or causes of action which the Contractor has against the Contracting Agency arising from the 14 Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-15 05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or 16 causes of action shall be brought only in the Superior Court of the county where the Contracting 17 Agency headquarters is located, provided that where an action is asserted against a county, RCW 18 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the 19 Contractor’s failure to bring suit within the time period provided, shall be a complete bar to all such 20 claims or causes of action. It is further mutually agreed by the parties that when claims or causes of 21 action which the Contractor asserts against the Contracting Agency arising from the Contract are 22 filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting 23 Agency to have timely access to all records deemed necessary by the Contracting Agency to assist 24 in evaluating the claims or action. 25 26 1-09.13(3) Claims $250,000 or Less 27 Not listed on AWPA list 28 29 1-09.13(3)A Arbitration General 30 (January 19, 2022 APWA GSP) 31 32 Revise the third paragraph to read: 33 34 The Contracting Agency and the Contractor mutually agree to be bound by the decision of the 35 arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior 36 Court of the county in which the Contracting Agency’s headquarters is located, provided that where 37 claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and 38 jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision 39 shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 40 City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation ______________________________________________________________________________ TECHNICAL SPECIFICATIONS C-102 – Temporary Air and Water Pollution, Soil Erosion and Siltation Control C-105 – Mobilization G-100 – CSPP Compliance and SPCD A-101 – FOD Prevention Controls P-101 – Removal of Existing Pavements P-151 – Clearing and Grubbing P-152 – Excavation, Subgrade, and Embankment P-154 – Subbase Course P-209 – Crushed Aggregate Base Course P-403 – Asphalt Mix Pavement Surface Course P-603 – Emulsified Asphalt Tack Coat P-610 – Concrete for Miscellaneous Structures P-620 – Taxilane and Miscellaneous Markings P-650 – Aircraft Tiedowns F-162 – Chain-Link Fence and Gate Relocation D-751 – Manhole and Catch Basin Adjustments T-908 – Mulching INTENTIONALLY LEFT BLANK ITEM C-102 – TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL Renton Municipal Airport (RNT) Temp. Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation C-102 – 1 Technical Specifications CAG-25-013 DESCRIPTION 102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by the Resident Project Representative (RPR) during the life of a contract to control pollution of air and water, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. Temporary erosion control shall be in accordance with the approved erosion control plan; the approved Construction Safety and Phasing Plan (CSPP) and AC 150/5370-2, Operational Safety on Airports During Construction. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be designed, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public-use airports. MATERIALS 102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T-901 shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 102-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per Item T-908. Mulches shall not create a wildlife attractant. 102-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 102-2.4 Triangular Silt Dikes. Triangular silt dikes shall be constructed with a wire fabric structure with non-woven geotextile filter fabric. Triangular silt dikes shall meet the requirements listed in ASTM D3574-95. 102-2.5 Silt Fence. Silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 102-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by the RPR before being incorporated into the project. ITEM C-102 – TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL Renton Municipal Airport (RNT) Temp. Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation C-102 – 2 Technical Specifications CAG-25-013 CONSTRUCTION REQUIREMENTS 102-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The RPR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 102-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules in accordance with the approved Construction Safety and Phasing Plan (CSPP) and the plans for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the RPR. 102-3.3 Construction Details. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the plans and approved CSPP. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading operations and permanent erosion control features can follow immediately if project conditions permit. Temporary erosion control measures are required if permanent measures cannot immediately follow grading operations. The RPR shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor’s capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the RPR. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the RPR. If temporary erosion and pollution control measures are required due to the Contractor’s negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the RPR, the work shall be performed by the Contractor and the cost shall be incidental to this item. The RPR may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be maintained by the Contractor during the construction period. Provide temporary structures whenever construction equipment must cross watercourses at frequent intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. ITEM C-102 – TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL Renton Municipal Airport (RNT) Temp. Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation C-102 – 3 Technical Specifications CAG-25-013 102-3.4 Installation, Maintenance, and Removal of Silt Fence. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the RPR. 102-3.5 Installation, Maintenance, and Removal of Triangular Silt Dikes. Triangular silt dikes shall extend a minimum of 15 inches above the ground surface. Triangular silt dikes consist of a wire fabric structures which is overlaid with non-woven geotextile. Geotextile shall be cut from a continuous roll to the length required minimizing joints where possible. A minimum 6 inch overlap on abutting dikes must be provided. Geotextile shall extend 12 inches on the upslope side of the triangular silt dike and shall be securely fastened via anchors. The Contractor shall remove and dispose of the silt that accumulates during construction and shall ensure the triangular silt dikes are maintained in good working condition. Triangular silt dikes shall be removed upon approval from the RPR. METHOD OF MEASUREMENT 102-4.1 Based upon the contract lump sum price for “Temporary Erosion and Sediment Control” partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials, the final 10%. Temporary erosion and pollution control work required will be performed as scheduled or directed by the RPR. Completed and accepted work will be measured as follows: a. The cost for erosion control measures as necessary shall be included and paid for in the contract bid item “Temporary Erosion Control.” The bid item “Temporary Erosion Control” is set and listed at a predetermined cost. If necessary, the predetermined cost will be adjusted up or down to accommodate actual costs for additional erosion control measures necessary to facilitate construction of this project. Any adjustments shall be determined by the Owner. Payment for this item will be for actual documented costs of erosion control measures only, as determined by the Owner. Payment for this item shall include all materials, equipment, labor, placement, maintenance, and removal at the completion of the project. BASIS OF PAYMENT 102-5.1 Payment will be made under: Item C-102 Temporary Erosion and Sediment Control – Lump Sum ITEM C-102 – TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL Renton Municipal Airport (RNT) Temp. Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation C-102 – 4 Technical Specifications CAG-25-013 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports AC 150/5370-2 Operational Safety on Airports During Construction ASTM International (ASTM) ASTM D6461 Standard Specification for Silt Fence Materials United States Department of Agriculture (USDA) FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel END OF ITEM C-102 ITEM C-105 – MOBILIZATION Renton Municipal Airport (RNT) Mobilization City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation C-105 – 1 Technical Specifications CAG-25-013 105-1 Description. This item of work shall consist of, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-2 Mobilization Limit. Mobilization shall be limited to 10 percent of the total project cost. 105-3 Posted Notices. Prior to commencement of construction activities, the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the Law” in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL “Notice to All Employees” Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-4 Engineer/RPR Field Office. An Engineer/RPR field office is not required. METHOD OF MEASUREMENT 105-5 Basis of Measurement and Payment. Based upon the contract lump sum price for “Mobilization” partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials, the final 10%. BASIS OF PAYMENT 105-6 Payment will be made under: Item C-105 Mobilization – Lump Sum REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Office of Federal Contract Compliance Programs (OFCCP) Executive Order 11246, as amended EEOC-P/E-1 – Equal Employment Opportunity is the Law Poster United States Department of Labor, Wage and Hour Division (WHD) WH 1321 – Employee Rights under the Davis-Bacon Act Poster END OF ITEM C-105 INTENTIONALLY LEFT BLANK SECTION G-100 – CSPP COMPLIANCE AND SPCD Renton Municipal Airport (RNT) CSPP Compliance and SPCD City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation G-100 – 1 Technical Specifications CAG-25-013 DESCRIPTION 100-1 This item shall consist of all items needed to meet the requirements of the Construction Safety and Phasing Plan (CSPP) included with the Contract Documents and the Contractor’s Safety Plan Compliance Document (SPCD). This includes but is not limited to: a. Formulation and acceptance of the Contractor’s Safety Plan Compliance Document (SPCD). b. All temporary flagging, marking, and signing, traffic control, maintenance of access and haul roads, Contractor-supplied barricades, flaggers, and access gate control throughout the duration of the project. c. All placement and all required maintenance of Runway Closure X’s. d. All other items required per the Contract Plans and to preserve the safety of the work areas. Haul route traffic control shall be in accordance with the Washington State Department of Transportation (WSDOT), Manual of Uniform Traffic Control Devices (MUTCD), FAA AC 150/5370-2, current edition, the Contract Documents, and the Contract Drawings. The Contractor shall supply a gate guard at all times construction traffic is crossing active airfield areas. The gate guard will be required to communicate with any vehicle to cross active airfield areas and direct around any aviation traffic. All temporary project lighting, including flood lights or other lights used for nighttime work shall be shown on marked-up plan sheets and provided in the SPCD. All temporary lighting shall be directed away from active airfield surfaces. Direct or shade lighting to prevent interference with taxiing aircraft in open areas, helicopter operations on the apron and other base operations. BASIS OF MEASUREMENT AND PAYMENT 100-2 Based upon the contract lump sum price for “CSPP Compliance and SPCD” partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, staging area clean-up and all site work is complete, the final 10%. END OF ITEM G-100 INTENTIONALLY LEFT BLANK ITEM A-101 – FOD PREVENTION CONTROLS Renton Municipal Airport (RNT) FOD Prevention Controls City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation A-101 – 1 Technical Specifications CAG-25-013 DESCRIPTION 101-1 This item shall consist of providing manpower personnel and equipment necessary to avoid the possibility for Foreign Object Debris (FOD). FOD is considered to be objects/debris of any visible size or if ingested into a jet engine, foreign object damage. FOD present on an active runway, taxiway, shoulder, ramp, road, or any other paved surfaces may result in aircraft damage from engine ingestion, engine blast, or any high-speed ground operation. To prevent such damage from occurring, FOD prevention controls must be maintained throughout the duration of the contract period. Active aircraft surfaces shall be kept clean as work progresses and shall be free of FOD as described above before these surfaces are opened to aircraft operations. All active airfield surfaces subject to construction traffic shall be continuously monitored and cleaned as necessary to eliminate FOD. EQUIPMENT AND MATERIALS 101-2 Equipment shall include power brooms, power vacuum sweepers and hand tools as necessary to eliminate all FOD. CONSTRUCTION 101-3.1 Procedures to be followed for purposes of preventing FOD shall be observed with the maximum degree of effort. It shall be understood that unlike general "best effort" cleanup requirements associated with typical construction projects, the FOD prevention controls are to be considered a primary project objective. The Contractor shall review the safety and phasing requirements carefully as presented in the Construction Safety Phasing Plan (CSPP), Contract Drawings and Specifications and submit a FOD Control Plan for with the Contractor's proposed project schedule. The basic philosophy of the FOD Control Plan shall be to minimize the work necessary to remove debris from aircraft movement areas by minimizing the source debris along immediate haul and access routes. 101-3.2 Construction Requirements. The Contractor's foreman and primary field personnel shall attend a FOD awareness meeting at the Airport Office before commencing construction and shall become familiar with: a. The ramifications of FOD on airport pavements b. Airport Staff expectations for FOD control c. Typical FOD generators d. Proven methods for controlling FOD The Contractor shall prepare a FOD Control Plan and designate one employee as a FOD Manager for the duration of this project. The plan and the selection of a FOD manager will be subject to approval by the airport staff and the Engineer. Access/haul routes shall be confined strictly to the areas designated on the Contract Drawings and CSPP. These routes will be confined to the smallest possible area in order to limit the ITEM A-101 – FOD PREVENTION CONTROLS Renton Municipal Airport (RNT) FOD Prevention Controls City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation A-101 – 2 Technical Specifications CAG-25-013 amount of sweeping and cleanup required. These routes shall be marked clearly by the Contractor with signs and cones, so vehicles will not stray from the designated routes. Material from Airport work areas and waste sites (loose asphalt pavement, rocks, vegetation, etc.) shall not contaminate adjacent haul routes. The assigned FOD Control laborers shall clean paved surfaces as appropriate. The Contractor shall return all aircraft movement areas to a clean, FOD-free state before re- opening those surfaces to aircraft traffic. FOD cleanup equipment and methods used by the Contractor are subject to approval by the Engineer and/or Airport Staff Equipment judged to be unsuitable by the Engineer shall be replaced by the Contractor.101-3.4 Concrete spall or failed asphaltic concrete pavement repair. The key elements of this specification section are: a. FOD Awareness b. FOD Prevention c. FOD Control — "Clean as You Go" The Contractor shall plan for continuous sweeping operations during construction operations for any work within the airport perimeter fence. The Contractor shall provide immediate cleanup of any FOD identified on active airfield surfaces. The Contractor shall provide signs, barricades, and cones to delineate clearly and confine access routes to prevent vehicle and aircraft conflicts and to prevent FOD. METHOD OF MEASUREMENT 101-4 FOD Prevention Control shall be measured by the lump sum for all equipment and personnel used to provide FOD Prevention in compliance with this specification. Whenever directed by the Engineer, the Contractor shall begin cleanup operations or shut down cleanup operations already in progress. In the event the Airport or Engineer determines any active aircraft movement area to be unusable due to construction generated debris, and if the Contractor is not on site, cleanup equipment will be called to the Airport and the cost shall be borne solely by the Contractor. Measurement will be based on the number of working days completed on the project as a percentage of the total working days allotted for the project. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at the contract lump sum price for FOD Prevention Control. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to control, remove, and dispose of all potential FOD materials within work areas and along airport haul routes. Payment will be made under: Item A-101-5.1 FOD Prevention Controls — per lump sum ITEM A-101 – FOD PREVENTION CONTROLS Renton Municipal Airport (RNT) FOD Prevention Controls City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation A-101 – 3 Technical Specifications CAG-25-013 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International (ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM A-101 INTENTIONALLY LEFT BLANK ITEM P-101 – REMOVAL OF EXISTING PAVEMENTS AND OTHER ITEMS Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-101 – 1 Technical Specifications CAG-25-013 DESCRIPTION 101-1 This item shall consist of removal of existing pavement, removal of existing tiedowns, markings, curb, pipe, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable plans. EQUIPMENT AND MATERIALS 101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by the Resident Project Representative (RPR). The equipment shall not cause damage to any pavement to remain in place. CONSTRUCTION 101-3.1 Removal and Pulverization of Existing Pavement. The Contractor’s removal operation shall be controlled to not damage adjacent pavement structure, and base material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pavement. a. Concrete Pavement Removal. Full depth saw cuts shall be made perpendicular to the slab surface. The Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which will not cause distress in the pavement which is to remain in place. Adjacent concrete slab to remain that are damaged by removal activities shall be repaired or removed and replaced as directed by the RPR. Not used. b. Asphalt Pavement Removal. Asphalt pavement to be removed shall be cut to the full depth of the asphalt pavement around the perimeter of the area to be removed. c. Repair or Removal of Base, Subbase, and/or Subgrade. All failed material including surface, base course, subbase course, and subgrade shall be removed and repaired as shown on the plans or as directed by the RPR. Materials and methods of construction shall comply with the applicable sections of these specifications. Any damage caused by Contractor’s removal process shall be repaired at the Contractor’s expense. d. Pavement Pulverization. The approximate areas of pavement pulverization are shown on the Plans. All pulverized concrete, asphalt and base materials shall be hauled offsite and legally disposed of, or as directed by the RPR. 101-3.2 Marking Removal. Remove at least 90% of pain from existing pavement by surface grinding or hydroblasting. Contractor shall limit pressure and depth of pavement removal to avoid pavement damage. Areas that require removal are designated on the plans and as directed by the RPR in the field during construction. 101-3.3 Maintenance. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the ITEM P-101 – REMOVAL OF EXISTING PAVEMENTS AND OTHER ITEMS Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-101 – 2 Technical Specifications CAG-25-013 RPR. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor’s expense. 101-3.4 Removal of Tiedown Anchors. Remove existing aircraft tiedowns, including anchors, cables, mounts, hardware, and all associated equipment. 101-3.5 Removal of Extruded Curb. The approximate areas of extruded curb removal are shown on the Plans. Removed extruded curb shall be hauled offsite and legally disposed of, or as directed by the RPR. METHOD OF MEASUREMENT 101-4.1 Pavement Removal. The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. No direct measurement or payment shall be made for saw cutting. Saw cutting shall be incidental to pavement removal. 101-4.2 Remove Existing Markings. The unit of measurement for removing existing paint markings shall be per linear foot. 101-4.3 Tiedown Anchor Removal. Tiedown removal shall be measured by the set, each of which contains three anchors. 101-4.4 EXTRUDED CURB REMOVAL. THE UNIT OF MEASUREMENT FOR REMOVING EXTRUDED CURB SHALL BE PER LINEAR FOOT REMOVED BY THE CONTRACTOR. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P 101-5.1 Asphalt Pavement Removal - per square yard Item P-101-5.2 Concrete Pavement Removal – per square yard Item P 101-5.3 Remove Existing Markings – per linear foot Item P-101-5.4 Tiedown Anchor Removal - per each Item P-101-5.5 Extruded Curb Removal – per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ITEM P-101 – REMOVAL OF EXISTING PAVEMENTS AND OTHER ITEMS Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-101 – 3 Technical Specifications CAG-25-013 Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International (ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-101 INTENTIONALLY LEFT BLANK ITEM P-151 – CLEARING AND GRUBBING Renton Municipal Airport (RNT) Clearing and Grubbing City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-151 – 1 Technical Specifications CAG-25-013 DESCRIPTION 151-1.1 This item shall consist of clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Resident Project Representative (RPR). a. Clearing and Grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the RPR is unsuitable for the foundation of strips, pavements, or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing. CONSTRUCTION METHODS 151-2.1 General. The areas denoted on the plans to be cleared and grubbed shall be staked on the ground by the Contractor as indicated on the plans. The removal of existing structures and utilities required to permit orderly progress of work shall be accomplished by local agencies, unless otherwise shown on the plans. Whenever a telephone pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, the Contractor shall advise the RPR who will notify the proper local authority or owner to secure prompt action. 151-2.1.1 Disposal. All materials removed by clearing or by clearing and grubbing shall be disposed of outside the Airport’s limits at the Contractor’s responsibility, except when otherwise directed by the RPR. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry that cannot be used in construction and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor. In no case, shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the RPR and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits, the Contractor shall obtain and file with the RPR permission in writing from the property owner for the use of private property for this purpose. 151-2.1.2 Blasting. Blasting shall not be allowed. 151-2.2 Clearing. Not used. 151-2.3 Clearing and Grubbing. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials as indicated on the plans, shall be removed, except where embankments exceeding 3-1/2 feet in depth will be constructed outside of paved areas. For embankments constructed outside of paved areas, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off flush with the original ground and allowed to remain. Tap roots and other projections over 1-1/2 inches in diameter shall be grubbed out to a depth of at least 18 inches below the finished subgrade or slope elevation. ITEM P-151 – CLEARING AND GRUBBING Renton Municipal Airport (RNT) Clearing and Grubbing City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-151 – 2 Technical Specifications CAG-25-013 Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials shall be disposed of by removal from the site. The cost of removal is incidental to this item. The remaining or existing foundations, wells, cesspools, and like structures shall be destroyed by breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material that cannot be used in backfill shall be removed and disposed of at the Contractor’s expense. The holes or openings shall be backfilled with acceptable material and properly compacted. All holes in embankment areas remaining after the grubbing operation shall have the sides of the holes flattened to facilitate filling with acceptable material and compacting as required in Item P-152. The same procedure shall be applied to all holes remaining after grubbing in areas where the depth of holes exceeds the depth of the proposed excavation. METHOD OF MEASUREMENT 151-3.1 The quantities of clearing and grubbing as shown by the limits on the plans shall be the number of acres or fractions thereof of land specifically cleared and grubbed. BASIS OF PAYMENT 151-4.1 Payment shall be made at the contract unit price per acre for clearing and grubbing. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-151-4.1 Clearing and grubbing – per acre or fractions thereof END OF ITEM P-151 ITEM P-152 – EXCAVATION, SUBGRADE, AND EMBANKMENT Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-152 – 1 Technical Specifications CAG-25-013 DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 Classification. All material excavated shall be classified as defined below: a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature. CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be cleared and grubbed in accordance with Item P-151. When the Contractor’s excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the RPR notified. At the direction of the RPR, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Areas outside the limits of the pavement areas where the top layer of soil has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches, to loosen and pulverize the soil. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the RPR, who shall arrange for their removal if necessary. The Contractor, at their own expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor’s operations during the period of the contract. a. Blasting. Blasting shall not be allowed. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the RPR has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. The Contractor and RPR shall agree that the original ground lines shown on the original topographic mapping are accurate, or agree to any adjustments made to the original ground lines. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the RPR. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes as shown on the plans. The grade shall be maintained so that the surface is well drained at all times. When the volume of the excavation exceeds that required to construct the embankments to the grades as indicated on the plans, the excess shall be used to grade the areas of ultimate development or disposed as directed by the RPR. When the volume of excavation is not ITEM P-152 – EXCAVATION, SUBGRADE, AND EMBANKMENT Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-152 – 2 Technical Specifications CAG-25-013 sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material designated by the RPR shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas until it can be placed. The more suitable material shall then be placed and compacted as specified. Selective grading shall be considered incidental to the work involved. The cost of stockpiling and placing the material shall be included in the various pay items of work involved. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the RPR. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed off the airport. The cost is incidental to this item. This excavated material shall be paid for at the contract unit price per cubic yard for unsuitable excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. Undercutting will be paid as unclassified excavation. c. Over-Break. Over-break, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the RPR. All over-break shall be graded or removed by the Contractor and disposed of as directed by the RPR. The RPR shall determine if the displacement of such material was unavoidable and their own decision shall be final. Payment will not be made for the removal and disposal of over-break that the RPR determines as avoidable. Unavoidable over-break will be classified as “Unclassified Excavation.” d. Removal of Utilities. Removal of utilities is not required. 152-2.3 Borrow Excavation. Borrow areas are not required. 152-2.4 Drainage Excavation. Not used. 152-2.5 Preparation of Cut Areas or Areas where Existing Pavement has been Removed. In those areas on which a subbase or base course is to be placed, the top 12 inches of subgrade shall be compacted to not less than 100% of maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D698. As used in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI) of less than 3 as determined by ASTM D4318. 152-2.6 Preparation of Embankment Area. Not used. 152-2.7 Control Strip. The first half-day of construction of subgrade and/or embankment shall be considered as a control strip for the Contractor to demonstrate, in the presence of the RPR, that the materials, equipment, and construction processes meet the requirements of this specification. The sequence and manner of rolling necessary to obtain specified density requirements shall be determined. The maximum compacted thickness may be increased to a maximum of 12 inches upon the Contractor’s demonstration that approved equipment and operations will uniformly compact the lift to the specified density. The RPR must witness this demonstration and approve the lift thickness prior to full production. ITEM P-152 – EXCAVATION, SUBGRADE, AND EMBANKMENT Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-152 – 3 Technical Specifications CAG-25-013 Control strips that do not meet specification requirements shall be reworked, re-compacted, or removed and replaced at the Contractor’s expense. Full operations shall not begin until the control strip has been accepted by the RPR. The Contractor shall use the same equipment, materials, and construction methods for the remainder of construction, unless adjustments made by the Contractor are approved in advance by the RPR. 152-2.8 Formation of Embankments. Not used. 152-2.9 Proof Rolling. The purpose of proof rolling the subgrade is to identify any weak areas in the subgrade and not for compaction of the subgrade. After compaction is completed, the subgrade area shall be proof rolled with a 20 ton Tandem axle Dual Wheel Dump Truck loaded to the legal limit with tires inflated to 80 psi in the presence of the RPR. Apply a minimum of 60% coverage, or as specified by the RPR, under pavement areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch or show permanent deformation greater than 1 inch shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. Removal and replacement of soft areas is incidental to this item. 152-2.10 Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 12 inches and to a density of not less than 100 percent of the maximum dry density as determined by ASTM D698. The subgrade in areas outside the limits of the pavement areas shall be compacted to a depth of 12 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). When the material has greater than 30 percent retained on the 3/4 inch sieve, follow the methods in ASTM D698. Tests for moisture content and compaction will be taken at a minimum of 3,000 S.Y. of subgrade. All quality assurance testing shall be done by the Contractor’s laboratory in the presence of the RPR, and density test results shall be furnished upon completion to the RPR for acceptance determination. The in-place field density shall be determined in accordance with ASTM D1556. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. If the specified density is not attained, the entire lot shall be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached. All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the RPR and the finished subgrade shall be maintained. 152-2.11 Finishing and Protection of Subgrade. Finishing and protection of the subgrade is incidental to this item. Grading and compacting of the subgrade shall be performed so that it will drain readily. All low areas, holes or depressions in the subgrade shall be brought to grade. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. All ruts or rough places that develop in the completed subgrade shall be graded, re-compacted, and retested. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. ITEM P-152 – EXCAVATION, SUBGRADE, AND EMBANKMENT Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-152 – 4 Technical Specifications CAG-25-013 The Contractor shall maintain the completed course in satisfactory condition throughout placement of subsequent layers. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been accepted by the RPR. 152-2.12 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or to the subgrade as a result of hauling operations. Any damage caused as a result of the Contractor's hauling operations shall be repaired at the Contractor's expense. The Contractor shall be responsible for providing, maintaining and removing any haul roads or routes within or outside of the work area, and shall return the affected areas to their former condition, unless otherwise authorized in writing by the Owner. No separate payment will be made for any work or materials associated with providing, maintaining and removing haul roads or routes. 152-2.13 Surface Tolerances. In those areas on which a subbase or base course is to be placed, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches, reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s expense. a. Smoothness. The finished surface shall not vary more than +/- ½ inch when tested with a 12-foot straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously forward at half the length of the 12-foot straightedge for the full length of each line on a 50-foot grid. b. Grade. The grade and crown shall be measured on a 50-foot grid and shall be within +/- 0.05 feet of the specified grade. On safety areas, turfed areas and other designated areas within the grading limits where no subbase or base is to placed, grade shall not vary more than 0.10 feet from specified grade. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.14 Topsoil. When topsoil is specified or required as shown on the plans or under Item T- 905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall be located as shown on the plans and the approved CSPP, and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the RPR, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further re- handling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as shown on the plans and as required in Item T-905. Topsoil shall be paid for as provided in Item T-905. No direct payment will be made for topsoil under Item P-152. ITEM P-152 – EXCAVATION, SUBGRADE, AND EMBANKMENT Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-152 – 5 Technical Specifications CAG-25-013 METHOD OF MEASUREMENT 152-3 The quantity of unclassified excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. BASIS OF PAYMENT 152-4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation - per cubic yard REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. American Association of State Highway and Transportation Officials (AASHTO) AASHTO T-180 Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop ASTM International (ASTM) ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) Advisory Circulars (AC) AC 150/5370-2 Operational Safety on Airports During Construction Software FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design U.S. Department of Transportation FAA RD-76-66 Design and Construction of Airport Pavements on Expansive Soils END OF ITEM P-152 INTENTIONALLY LEFT BLANK ITEM P-154 – SUBBASE COURSE Renton Municipal Airport (RNT) Subbase Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-154 – 1 Technical Specifications CAG-25-013 DESCRIPTION 154-1.1 This item shall consist of a subbase course composed of granular materials constructed on a prepared subgrade or underlying course in accordance with these specifications, and in conformity with the dimensions and typical cross-section shown on the plans. MATERIALS 154-2.1 Materials. The subbase material shall consist of hard durable particles or fragments of granular aggregates. The material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with proper blending. The materials from these sources shall meet the requirements for gradation, quality, and consistency. The material shall be free from vegetative matter, excessive amounts of clay, and other objectionable substances; uniformly blended; and be capable of being compacted into a dense, stable subbase. A Fill Source Statement certified by a professional engineer or geologist licensed in the State of Washington shall be required for all subbase material, unless imported subbase comes from a Washington State Department of Transportation approved source. The subbase material shall exhibit a California Bearing Ratio (CBR) value of at least 20 when tested in accordance with ASTM D1883. The subbase material shall meet the gradation specified in the table below. Subbase Gradation Requirements Sieve designation Percentage by weight passing sieves Contractor’s Final Gradation Job Control Grading Band Tolerances1 (Percent) Subbase Aggregate 3 inch 100 0 1-1/2 inch 0 3/4 inch 70-100 ±10 No. 10 20-100 ±10 No. 40 5-60 ±5 No. 200 0-10 ±5 1The “Job Control Grading Band Tolerances” shall be applied to “Contractor’s Final Gradation” to establish the job control grading band. The portion of the material passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than six (6) when tested in accordance with ASTM D4318. 154-2.2 Sampling and Testing. a. Aggregate Base Materials. Samples shall be taken by the Contractor per ASTM D75 for initial aggregate subbase requirements and gradation. Material shall meet the requirements in ITEM P-154 – SUBBASE COURSE Renton Municipal Airport (RNT) Subbase Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-154 – 2 Technical Specifications CAG-25-013 paragraphs 154-2.1. The Contractor shall submit to the Resident Project Representative (RPR) certified test results showing that the aggregate meets the Material requirements of this section. Tests shall be representative of the material to be used for the project. b. Gradation Requirements. The Contractor shall take at least one aggregate subbase sample per day in the presence of the RPR to check the final gradation. Samples shall be taken from the in-place, un-compacted material at sampling locations determined by the RPR on a random basis per ASTM D3665. Sampling shall be per ASTM D75 and tested per ASTM C136 and ASTM C117. Results shall be furnished to the RPR by the Contractor each day during construction. Material shall meet the requirements in paragraph 154-2.1. 154-2.3 Separation Geotextile. Not used. 154-2.4 Geogrid. Not used. CONSTRUCTION METHODS 154-3.1 General. The subbase course shall be placed where designated on the plans or as directed by the RPR. The material shall be shaped and thoroughly compacted within the tolerances specified. Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support the construction equipment without movement, shall be mechanically modified to the depth necessary to provide stability as directed by the RPR. The mechanical modification shall include the addition of a fine-grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so the course will not deform under construction equipment traffic. 154-3.2 Preparing Underlying Course. Prior to constructing the subbase course, clean the underlying course or subgrade of all foreign substances. The surface of the underlying course or subgrade shall meet specified compaction and surface tolerances in accordance with Item P- 152. Correct ruts, soft yielding spots in the underlying courses, and subgrade areas having inadequate compaction and/or deviations of the surface from the specified requirements, by loosening and removing soft or unsatisfactory material, adding approved material, reshaping to line and grade, and recompacting to specified density requirements. For cohesionless underlying courses or subgrades containing sands or gravels, as defined in ASTM D2487, the surface shall be stabilized prior to placement of the overlying course by mixing the overlying course material into the underlying course, and compacting by approved methods. The stabilized material shall be considered as part of the underlying course and shall meet all requirements for the underlying course. The finished underlying course shall not be disturbed by traffic or other operations and shall be maintained in a satisfactory condition until the overlying course is placed. The underlying course shall be checked and accepted by the RPR before placing and spreading operations are started. To protect the subgrade and to ensure proper drainage, spreading of the subbase shall begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one-way slope. 154-3.3 Control Strip. The first half-day of subbase construction shall be considered as a control strip for the Contractor to demonstrate, in the presence of the RPR, that the materials, equipment, and construction processes meet the requirements of this specification. The sequence and manner of rolling necessary to obtain specified density requirements shall be determined. The maximum compacted thickness may be increased to a maximum of 12 inches upon the Contractor’s demonstration that approved equipment and operations will uniformly ITEM P-154 – SUBBASE COURSE Renton Municipal Airport (RNT) Subbase Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-154 – 3 Technical Specifications CAG-25-013 compact the lift to the specified density. The RPR must witness this demonstration and approve the lift thickness prior to full production. Control strips that do not meet specification requirements shall be reworked, re-compacted, or removed and replaced at the Contractor’s expense. Full operations shall not begin until the control strip has been accepted by the RPR. The Contractor shall use the same equipment, materials, and construction methods for the remainder of construction, unless adjustments made by the Contractor are approved in advance by the RPR. 154-3.4 Placement. The material shall be placed and spread on the prepared underlying layer by spreader boxes or other devices as approved by the RPR, to a uniform thickness and width. The equipment shall have positive thickness controls to minimize the need for additional manipulation of the material. Dumping from vehicles that require re-handling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. The material shall not be placed when the underlying course is soft or yielding. The material shall meet gradation and moisture requirements prior to compaction. Material may be free-draining and the minimum moisture content shall be established for placement and compaction of the material. The material shall be constructed in lifts as established in the control strip, but not less than 4 inches nor more than 12 inches of compacted thickness. When more than one lift is required to establish the layer thickness shown on the plans, the construction procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest any material placed which does not meet the specifications. 154-3.5 Compaction. The subbase material shall be compacted, adjusting moisture as necessary, to be within ±2% of optimum moisture. The field density of the compacted material shall be at least 100% of the maximum density as specified in paragraph 154-3.9a. If the specified density is not attained, the area of the lift represented by the test shall be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. 154-3.6 Weather Limitation. Material shall not be placed unless the ambient air temperature is at least 40°F and rising. Work on subbase course shall not be conducted when the subgrade is wet or frozen or the subbase material contains frozen material. 154-3.7 Maintenance. No base or surface course shall be placed on the subbase until the subbase has been accepted by the RPR. The Contractor shall maintain the completed course in satisfactory condition throughout placement of subsequent layers. When material has been exposed to excessive rain, snow, or freeze-thaw conditions, the Contractor shall verify that materials still meet all specification requirements before placement of additional material. Equipment may be routed over completed sections of subbase course, provided the equipment does not damage the subbase course and the equipment is routed over the full width of the completed subbase course. Any damage to the subbase course from routing equipment over the subbase course shall be repaired by the Contractor at their expense. 154-3.8 Surface Tolerance. In those areas on which a subbase or base course is to be placed, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches, reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and approved by the RPR. The Contractor shall perform all final ITEM P-154 – SUBBASE COURSE Renton Municipal Airport (RNT) Subbase Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-154 – 4 Technical Specifications CAG-25-013 smoothness and grade checks in the presence of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s expense. a. Smoothness. The finished surface shall not vary more than +/- ½ inch when tested with a 12-foot straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously forward at half the length of the 12-foot straightedge for the full length of each line on a 50-foot grid. b. Grade. The grade and crown shall be measured on a 50-foot grid and shall be within +/- 0.05 feet of the specified grade. 154-3.9 Acceptance Sampling and Testing. The aggregate base course shall be accepted for density and thickness on an area basis. Two test shall be made for density and thickness for each 1200 square yards. Sampling locations will be determined on a random basis per ASTM D3665. a. Density. The Contractor’s laboratory shall perform all density tests in the RPR’s presence and provide the test results upon completion to the RPR for acceptance. Each area shall be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens compacted and tested per ASTM D698. The in-place field density shall be determined per ASTM D1556. If the specified density is not attained, the area represented by the failed test shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. When the material has greater than 30 percent retained on the ¾ inch sieve, use methods in ASTM D698 and the procedures in AASHTO T180 Annex for correction of maximum dry density and optimum moisture for oversized particles. b. Thickness. The thickness of the base course shall be within +0 and -1/2 inch of the specified thickness as determined by depth tests taken by the Contractor in the presence of the RPR for each area. Where the thickness is deficient by more than 1/2-inch, the Contractor shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches, adding new material of proper gradation, and the material shall be blended and recompacted to grade. The Contractor shall replace, at his expense, base material where depth tests have been taken. METHOD OF MEASUREMENT 154-4.1 Subbase course shall be measured by the number of tons of subbase course material placed and compacted to specified density and plan thickness requirements in the completed course. The quantity of subbase course material shall be measured in final position based upon survey of the completed work computed from elevations to the nearest 0.01 foot. On individual depth measurements, thicknesses more than 1/2 inch in excess of that shown on the plans shall be considered as the specified thickness plus 1/2 inch in computing the yardage for payment. Subbase materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 154-5.1 Payment shall be made at the contract unit price per ton for subbase course. This price shall be full compensation for furnishing all materials; for all preparation, hauling, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. ITEM P-154 – SUBBASE COURSE Renton Municipal Airport (RNT) Subbase Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-154 – 5 Technical Specifications CAG-25-013 Payment will be made under: Item P-154-5.1 Subbase Course - per ton REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4759 Practice for Determining the Specification Conformance of Geosynthetics ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) American Association of State Highway and Transportation Officials (AASHTO) M 288 Geotextile Specification for Highway Applications END OF ITEM P-154 INTENTIONALLY LEFT BLANK ITEM P-209 – CRUSHED AGGREGATE BASE COURSE Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-209 – 1 Technical Specifications CAG-25-013 DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross-sections shown on the plans. MATERIALS 209-2.1 Crushed Aggregate Base. Crushed aggregate shall consist of clean, sound, durable particles of crushed stone or crushed gravel, and shall be free from coatings of clay, silt, organic material, clay lumps or balls or other deleterious materials or coatings. The method used to produce the crushed gravel shall result in the fractured particles in the finished product as consistent and uniform as practicable. Fine aggregate portion, defined as the portion passing the No. 4 sieve shall consist of fines from the coarse aggregate crushing operation. The fine aggregate shall be produced by crushing stone or gravel that meet the coarse aggregate requirements for wear and soundness. Aggregate base material requirements are listed in the following table. Crushed Aggregate Base Material Requirements Material Test Requirement Standard Coarse Aggregate Resistance to Degradation Loss: 45% maximum ASTM C131 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Loss after 5 cycles: 12% maximum using Sodium sulfate - or - 18% maximum using magnesium sulfate ASTM C88 Percentage of Fractured Particles Minimum 90% by weight of particles with at least two fractured faces and 98% with at least one fractured face1 ASTM D5821 Flat Particles, Elongated Particles, or Flat and Elongated Particles 10% maximum, by weight, of flat, elongated, or flat and elongated particles 2 ASTM D4791 Fine Aggregate Liquid limit Less than or equal to 25 ASTM D4318 Plasticity Index Not more than five (5) ASTM D4318 1 The area of each face shall be equal to at least 75% of the smallest mid-sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. 2 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having a ratio of length to width greater than five (5). 209-2.2 Gradation Requirements. The gradation of the aggregate base material shall meet the requirements of the gradation given in the following table when tested per ASTM C117 and ASTM C136. The gradation shall be well graded from coarse to fine and shall not vary from the lower limit on one sieve to the high limit on an adjacent sieve or vice versa. ITEM P-209 – CRUSHED AGGREGATE BASE COURSE Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-209 – 2 Technical Specifications CAG-25-013 Gradation of Aggregate Base Sieve Size Design Range Percentage by Weight passing Contractor’s Final Gradation Job Control Grading Band Tolerances1 (Percent) 2 inch 100 0 1-1/2 inch 95-100 ±5 1 inch 70-95 ±8 3/4 inch 55-85 ±8 No. 4 30-60 ±8 No. 402 10-30 ±5 No. 2002 0-10 ±3 1 The “Job Control Grading Band Tolerances for Contractor’s Final Gradation” in the table shall be applied to “Contractor’s Final Gradation” to establish a job control grading band. The full tolerance still applies if application of the tolerances results in a job control grading band outside the design range. 2 The fraction of material passing the No 200 sieve shall not exceed two-thirds the fraction passing the No 40 sieve. 209-2.3 Sampling and Testing. a. Aggregate Base Materials. The Contractor shall take samples of the aggregate base in accordance with ASTM D75 to verify initial aggregate base requirements and gradation. Material shall meet the requirements in paragraph 209-2.1. This sampling and testing will be the basis for approval of the aggregate base quality requirements. b. Gradation Requirements. The Contractor shall take at least two aggregate base samples per day in the presence of the Resident Project Representative (RPR) to check the final gradation. Sampling shall be per ASTM D75. Material shall meet the requirements in paragraph 209-2.2. The samples shall be taken from the in-place, un-compacted material at sampling points and intervals designated by the RPR. 209-2.4 Separation Geotextile. Not used. CONSTRUCTION METHODS 209-3.1 Control Strip. The first half-day of construction shall be considered the control strip. The Contractor shall demonstrate, in the presence of the RPR, that the materials, equipment, and construction processes meet the requirements of the specification. The sequence and manner of rolling necessary to obtain specified density requirements shall be determined. The maximum compacted thickness may be increased to a maximum of 12 inches upon the Contractor’s demonstration that approved equipment and operations will uniformly compact the lift to the specified density. The RPR must witness this demonstration and approve the lift thickness prior to full production. Control strips that do not meet specification requirements shall be reworked, re-compacted or removed and replaced at the Contractor’s expense. Full operations shall not continue until the control strip has been accepted by the RPR. The Contractor shall use the same equipment, materials, and construction methods for the remainder of construction, unless adjustments made by the Contractor are approved by the RPR. ITEM P-209 – CRUSHED AGGREGATE BASE COURSE Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-209 – 3 Technical Specifications CAG-25-013 209-3.2 Preparing Underlying Subgrade and/or Subbase. The underlying subgrade and/or subbase shall be checked and accepted by the RPR before base course placing and spreading operations begin. Re-proof rolling of the subgrade or proof rolling of the subbase in accordance with Item P-152, at the Contractor’s expense, may be required by the RPR if the Contractor fails to ensure proper drainage or protect the subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or any other cause, shall be corrected before the base course is placed. To ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 209-3.3 Production. The aggregate shall be uniformly blended and, when at a satisfactory moisture content per paragraph 209-3.5, the approved material may be transported directly to the placement. 209-3.4 Placement. The aggregate shall be placed and spread on the prepared underlying layer by spreader boxes or other devices as approved by the RPR, to a uniform thickness and width. The equipment shall have positive thickness controls to minimize the need for additional manipulation of the material. Dumping from vehicles that require re-handling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. The aggregate shall meet gradation and moisture requirements prior to compaction. The base course shall be constructed in lifts as established in the control strip, but not less than 4 inches nor more than 12 inches of compacted thickness. When more than one lift is required to establish the layer thickness shown on the plans, the construction procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest any material placed which does not meet the specifications at the Contractor’s expense. 209-3.5 Compaction. Immediately after completion of the spreading operations, compact each layer of the base course, as specified, with approved compaction equipment. The number, type, and weight of rollers shall be sufficient to compact the material to the required density within the same day that the aggregate is placed on the subgrade. The field density of each compacted lift of material shall be at least 100% of the maximum density of laboratory specimens prepared from samples of the base material delivered to the jobsite. The laboratory specimens shall be compacted and tested in accordance with ASTM D698. The moisture content of the material during placing operations shall be within ±2 percentage points of the optimum moisture content as determined by ASTM D698. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. 209-3.6 Weather Limitations. Material shall not be placed unless the ambient air temperature is at least 40°F and rising. Work on base course shall not be conducted when the subgrade or subbase is wet or frozen or the base material contains frozen material. 209-3.7 Maintenance. The base course shall be maintained in a condition that will meet all specification requirements. When material has been exposed to excessive rain, snow, or freeze- thaw conditions, prior to placement of additional material, the Contractor shall verify that materials still meet all specification requirements. Equipment may be routed over completed sections of base course, provided that no damage results and the equipment is routed over the full width of the completed base course. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at the Contractor’s expense. ITEM P-209 – CRUSHED AGGREGATE BASE COURSE Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-209 – 4 Technical Specifications CAG-25-013 209-3.8 Surface Tolerances. After the course has been compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches, reshaped and recompacted to grade until the required smoothness and accuracy are obtained and approved by the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s expense. The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer. a. Smoothness. The finished surface shall not vary more than 3/8-inch when tested with a 12-foot straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously forward at half the length of the 12-foot straightedge for the full length of each line on a 50-foot grid. b. Grade. The grade and crown shall be measured on a 50-foot grid and shall be within +0 and -1/2 inch of the specified grade. 209-3.9 Acceptance Sampling and Testing. Crushed aggregate base course shall be accepted for density and thickness on an area basis. Two tests shall be made for density and thickness for each 1200 square yds. Sampling locations will be determined on a random basis per ASTM D3665 a. Density. The Contractor’s laboratory shall perform all density tests in the RPR’s presence and provide the test results upon completion to the RPR for acceptance. Each area shall be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens compacted and tested per ASTM D698. The in-place field density shall be determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. If the specified density is not attained, the area represented by the failed test must be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. b. Thickness. Depth tests shall be made by test holes at least 3 inches in diameter that extend through the base. The thickness of the base course shall be within +0 and -1/2 inch of the specified thickness as determined by depth tests taken by the Contractor in the presence of the RPR for each area. Where the thickness is deficient by more than 1/2-inch, the Contractor shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches, adding new material of proper gradation, and the material shall be blended and recompacted to grade. The Contractor shall replace, at his expense, base material where depth tests have been taken. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course will be determined by measurement of the number of tons of material actually constructed and accepted by the RPR as complying with the plans and specifications. Base materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per ton for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and ITEM P-209 – CRUSHED AGGREGATE BASE COURSE Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-209 – 5 Technical Specifications CAG-25-013 placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course - per ton REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4491 Standard Test Methods for Water Permeability of Geotextiles by Permittivity ASTM D4643 Standard Test Method for Determination of Water Content of Soil and Rock by Microwave Oven Heating ITEM P-209 – CRUSHED AGGREGATE BASE COURSE Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-209 – 6 Technical Specifications CAG-25-013 ASTM D4751 Standard Test Methods for Determining Apparent Opening Size of a Geotextile ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) ASTM D7928 Standard Test Method for Particle-Size Distribution (Gradation) of Fine-Grained Soils Using the Sedimentation (Hydrometer) Analysis American Association of State Highway and Transportation Officials (AASHTO) M288 Standard Specification for Geosynthetic Specification for Highway Applications END OF ITEM P-209 ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 1 Technical Specifications CAG-25-013 DESCRIPTION 403-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt binder mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross- sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 403-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should have no known history of detrimental pavement staining due to ferrous sulfides, such as pyrite. Coarse aggregate is the material retained on the No. 4 sieve. Fine aggregate is the material passing the No. 4 sieve. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the asphalt material and free from organic matter and other deleterious substances. Coarse aggregate material requirements are given in the table below. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 2 Technical Specifications CAG-25-013 Coarse Aggregate Material Requirements Material Test Requirement Standard Resistance to Degradation Loss: 40% maximum for surface, asphalt binder, and leveling course Loss: 50% maximum for base course ASTM C131 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Loss after 5 cycles: 12% maximum using Sodium sulfate - or - 18% maximum using magnesium sulfate ASTM C88 Clay lumps and friable particles 1.0 % maximum ASTM C142 Percentage of Fractured Particles Minimum 50% by weight of particles with at least two fractured faces and 65% with at least one fractured face1 ASTM D5821 Flat, Elongated, or Flat and Elongated Particles 8% maximum, by weight, of flat, elongated, or flat and elongated particles with a value of 5:1 2 ASTM D4791 Bulk density of slag3 Weigh not less than 70 pounds per cubic foot ASTM C29. 1 The area of each face shall be equal to at least 75% of the smallest mid-sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. 2 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having a ratio of length to width greater than five (5). 3 Only required if slag is specified. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel and shall be free from coatings of clay, silt, or other objectionable matter. Natural (non-manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. Fine aggregate material requirements are listed in the table below. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 3 Technical Specifications CAG-25-013 Fine Aggregate Material Requirements Material Test Requirement Standard Liquid limit 25 maximum ASTM D4318 Plasticity Index 4 maximum ASTM D4318 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Loss after 5 cycles: 10% maximum using Sodium sulfate - or - 15% maximum using magnesium sulfate ASTM C88 Clay lumps and friable particles 1.0 % maximum ASTM C142 Sand equivalent 45 minimum ASTM D2419 Natural Sand 0 to 15% maximum by weight of total aggregate ASTM D1073 c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 403-2.2 Mineral Filler. Mineral filler (baghouse fines) may be added in addition to material naturally present in the aggregate. Mineral filler shall meet the requirements of ASTM D242. Mineral filler Requirements Material Test Requirement Standard Plasticity Index 4 maximum ASTM D4318 403-2.3 Asphalt Binder. Asphalt binder shall conform to ASTM D6373 Performance Grade (PG) 64-22. Asphalt Binder PG Plus Test Requirements Material Test Requirement Standard Elastic Recovery 75% minimum ASTM D60841 1Follow procedure B on RTFO aged binder. 403-2.4 Anti-Stripping Agent. Any anti-stripping agent or additive (anti-strip) shall be heat stable and shall not change the asphalt binder grade beyond specifications. Anti-strip shall be an approved material of the Department of Transportation of the State in which the project is located. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 4 Technical Specifications CAG-25-013 COMPOSITION 403-3.1 Composition of Mixture. The asphalt plant mix shall be composed of a mixture of well- graded aggregate, filler and anti-strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 403-3.2 Job Mix Formula (JMF) Laboratory. The laboratory used to develop the JMF shall possess a current certificate of accreditation, listing D3666 from a national accrediting authority and all test methods required for developing the JMF, and listed on the accrediting authority’s website. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the RPR prior to start of construction. 403-3.3 Job Mix Formula (JMF). No asphalt mixture shall be placed until an acceptable mix design has been submitted to the RPR for review and accepted in writing. The RPR’s review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section. When the project requires asphalt mixtures of differing aggregate gradations and/or binders, a separate JMF shall be submitted for each mix. Add anti-stripping agent to meet tensile strength requirements. The JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.2. The asphalt mixture shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared and compacted using the gyratory compactor in accordance with ASTM D6925. Should a change in sources of materials be made, a new JMF must be submitted to the RPR for review and accepted in writing before the new material is used. After the initial production JMF has been approved by the RPR and a new or modified JMF is required for whatever reason, the subsequent cost of the new or modified JMF, including a new control strip when required by the RPR, will be borne by the Contractor. The RPR may request samples at any time for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates proposed for project use. The submitted JMF shall be dated, and stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum:  Manufacturer’s Certificate of Analysis (COA) for the asphalt binder used in the JMF in accordance with paragraph 403-2.3. Certificate of asphalt performance grade is with modifier already added, if used and must indicate compliance with ASTM D6373. For plant modified asphalt binder, certified test report indicating grade certification of modified asphalt binder.  Manufacturer’s Certificate of Analysis (COA) for the anti-stripping agent if used in the JMF in accordance with paragraph 403-2.4.  Certified material test reports for the course and fine aggregate and mineral filler in accordance with paragraphs 403-2.1 and 403-2.2. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 5 Technical Specifications CAG-25-013  Percent passing each sieve size for individual gradation of each aggregate cold feed and/or hot bin; percent by weight of each cold feed and/or hot bin used; and the total combined gradation in the JMF.  Specific Gravity and absorption of each course and fine aggregate.  Percent natural sand.  Percent fractured faces.  Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria).  Percent of asphalt.  Number of blows or gyrations.  Laboratory mixing and compaction temperatures.  Supplier recommended mixing and compaction temperatures.  Plot of the combined gradation on the 0.45 power gradation curve.  Graphical plots of air voids, voids in the mineral aggregate (VMA), and unit weight versus asphalt content. To achieve minimum VMA during production, the mix design needs to account for material breakdown during production.  Tensile Strength Ratio (TSR).  Type and amount of Anti-strip agent when used.  Asphalt Pavement Analyzer (APA) results.  Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. Table 1. Asphalt Design Criteria Test Property Value Test Method Number of blows/gyrations 50 Air voids (%) 3.5 ASTM D3203 Percent voids in mineral aggregate (VMA), minimum See Table 2 ASTM D6995 TSR1 not less than 85 at a saturation of 70-80% ASTM D4867 Asphalt Pavement Analyzer (APA)2,3 Less than 10 mm @ 4000 passes AASHTO T340 at 250 psi hose pressure at 64°C test temperature 1 Test specimens for TSR shall be compacted at 7 ± 1.0 % air voids. In areas subject to freeze-thaw, use freeze-thaw conditioning in lieu of moisture conditioning per ASTM D4867. 2 AASHTO T340 at 100 psi hose pressure at 64°C test temperature may be used in the interim. If this method is used the required Value shall be less than 5 mm @ 8000 passes 3 Where APA not available, use Hamburg wheel test (AASHTO T 324) 10 mm @ 20,000 passes at 50°C. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 6 Technical Specifications CAG-25-013 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 2 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 2 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 2. Aggregate - Asphalt Pavements Sieve Size Percentage by Weight Passing Sieve 1 inch -- 3/4 inch 100 1/2 inch 90-100 3/8 inch 72-88 No. 4 53-73 No. 8 38-60 No. 16 26-48 No. 30 18-38 No. 50 11-27 No. 100 6-18 No. 200 3-6 Voids in Mineral Aggregate (VMA)1 15 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.5 Recommended Minimum Construction Lift Thickness 2 inches 1To achieve minimum VMA during production, the mix design needs to account for material breakdown during production. The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 403-3.4 Reclaimed Asphalt Pavement (RAP). RAP shall not be used. 403-3.5 Control Strip. A control strip is not required. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 7 Technical Specifications CAG-25-013 CONSTRUCTION METHODS 403-4.1 Weather Limitations. The asphalt shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the RPR, if requested; however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Mat Thickness Base Temperature (Minimum) Degrees F Degrees C 3 inches or greater 40 4 Greater than 2 inches but less than 3 inches 45 7 403-4.2 Asphalt Plant. Plants used for the preparation of asphalt shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 including the following items: a. Inspection of Plant. The RPR, or RPR’s authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. b. Storage Bins and Surge Bins. The asphalt mixture stored in storage and/or surge bins shall meet the same requirements as asphalt mixture loaded directly into trucks. Asphalt mixture shall not be stored in storage and/or surge bins for a period greater than twelve (12) hours. If the RPR determines there is an excessive heat loss, segregation or oxidation of the asphalt mixture due to temporary storage, temporary storage shall not be allowed. 403-4.3 Aggregate Stockpile Management. Aggregate stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. A continuous supply of materials shall be provided to the work to ensure continuous placement. 403-4.4 Hauling Equipment. Trucks used for hauling asphalt shall have tight, clean, and smooth metal beds. To prevent the asphalt from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the RPR. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 403-4.4.1 Material Transfer Vehicle (MTV). A material transfer vehicle is not required. 403-4.5 Asphalt Pavers. Asphalt pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of asphalt that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The asphalt paver shall be ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 8 Technical Specifications CAG-25-013 equipped with a control system capable of automatically maintaining the specified screed grade and elevation. If the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued. The paver shall be capable of paving to a minimum width specified in paragraph 403-4.11. 403-4.6 Rollers. The number, type, and weight of rollers shall be sufficient to compact the asphalt to the required density while it is still in a workable condition without crushing of the aggregate, depressions or other damage to the pavement surface. Rollers shall be in good condition, capable of operating at slow speeds to avoid displacement of the asphalt. All rollers shall be specifically designed and suitable for compacting asphalt concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. 403-4.6.1 Density Device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new asphalt. These densities shall be supplied to the RPR upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 403-4.7 Preparation of Asphalt Binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F when added to the aggregate. 403-4.8 Preparation of Mineral Aggregate. The aggregate for the asphalt shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 403-4.9 Preparation of asphalt mixture. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all asphalt upon discharge shall not exceed 0.5%. 403-4.10 Application of Prime and Tack Coat. Immediately before placing the asphalt mixture, the underlying course shall be cleaned of all dust and debris. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 9 Technical Specifications CAG-25-013 A tack coat shall be applied in accordance with Item P-603 to all vertical and horizontal asphalt and concrete surfaces prior to placement of the first and each subsequent lift of asphalt mixture. 403-4.11 Laydown Plan, Transporting, Placing, and Finishing. Prior to the placement of the asphalt, the Contractor shall prepare a laydown plan with the sequence of paving lanes and width to minimize the number of cold joints; the location of any temporary ramps; laydown temperature; and estimated time of completion for each portion of the work (milling, paving, rolling, cooling, etc.). The laydown plan and any modifications shall be approved by the RPR. Deliveries shall be scheduled so that placing and compacting of asphalt is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to approximately ambient temperature. The Contractor, at their expense, shall be responsible for repair of any damage to the pavement caused by hauling operations. Contractor shall survey each lift of asphalt surface course and certify to RPR that every lot of each lift meets the grade tolerances of paragraph 403-6.2e before the next lift can be placed. Edges of existing asphalt pavement abutting the new work shall be saw cut and the cut off material and laitance removed. Apply a tack coat in accordance with P-603 before new asphalt material is placed against it. The speed of the paver shall be regulated to eliminate pulling and tearing of the asphalt mat. Placement of the asphalt mix shall begin along the centerline of a crowned section or on the high side of areas with a one way slope unless shown otherwise on the laydown plan as accepted by the RPR. The asphalt mix shall be placed in consecutive adjacent lanes having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. Additional screed sections attached to widen the paver to meet the minimum lane width requirements must include additional auger sections to move the asphalt mixture uniformly along the screed extension. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the asphalt may be spread and luted by hand tools. The RPR may at any time, reject any batch of asphalt, on the truck or placed in the mat, which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or overheated asphalt mixture. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the RPR, and if it can be demonstrated in the laboratory, in the presence of the RPR, that such material was erroneously rejected, payment will be made for the material at the contract unit price. Areas of segregation in the surface course, as determined by the RPR, shall be removed and replaced at the Contractor’s expense. The area shall be removed by saw cutting and milling a minimum of the construction lift thickness as specified in paragraph 403-3.3, Table 2 for the approved mix design. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 403-4.12 Compaction of Asphalt Mixture. After placing, the asphalt mixture shall be thoroughly and uniformly compacted by self-propelled rollers. The surface shall be compacted ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 10 Technical Specifications CAG-25-013 as soon as possible when the asphalt has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any surface defects and/or displacement occurring as a result of the roller, or from any other cause, shall be corrected at the Contractor’s expense. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the asphalt to the roller, the wheels shall be equipped with a scraper and kept moistened with water as necessary. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power tampers. Any asphalt that becomes loose and broken, mixed with dirt, contains check-cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor’s expense. Skin patching shall not be allowed. 403-4.13 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid asphalt except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh asphalt against the joint. Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back with a cutting wheel or pavement saw a maximum of 3 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material and any laitance produced from cutting joints shall be removed from the project. An asphalt tack coat or other product approved by the RPR shall be applied to the clean, dry joint prior to placing any additional fresh asphalt against the joint. The cost of this work shall be considered incidental to the cost of the asphalt. 403-4.14 Saw-Cut Grooving. Saw-cut grooving is not required. 403-4.15 Diamond grinding. Not used. 403-4.16 Nighttime Paving Requirements. The Contractor shall provide adequate lighting during any nighttime construction. A lighting plan shall be submitted by the Contractor and approved by the RPR prior to the start of any nighttime work. All work shall be in accordance with the approved CSPP and lighting plan. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 11 Technical Specifications CAG-25-013 CONTRACTOR QUALITY CONTROL (CQC) 403-5.1 General. The Contractor shall develop a CQCP in accordance with Item C-100. No partial payment will be made for materials that are subject to specific QC requirements without an approved CQCP. 403-5.2 Contractor Quality Control (QC) Facilities. The Contractor shall provide or contract for testing facilities in accordance with Item C-100. The RPR shall be permitted unrestricted access to inspect the Contractor’s QC facilities and witness QC activities. The RPR will advise the Contractor in writing of any noted deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 403-5.3 Quality Control (QC) Testing. The Contractor shall perform all QC tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved CQCP. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A QC Testing Plan shall be developed as part of the CQCP. a. Asphalt Content. A minimum of two tests shall be performed per day in accordance with ASTM D6307 or ASTM D2172 for determination of asphalt content. When using ASTM D6307, the correction factor shall be determined as part of the first test performed at the beginning of plant production; and as part of every tenth test performed thereafter. The asphalt content for the day will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture Content of Asphalt. The moisture content of the asphalt shall be determined once per lot in accordance with AASHTO T329 or ASTM D1461. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the asphalt at the plant, and the asphalt at the job site. f. In-place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Smoothness for Contractor Quality Control. The Contractor shall perform smoothness testing in transverse and longitudinal directions daily to verify that the construction processes are producing pavement with variances less than 1/4 inch in 12 feet, identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness criteria is not met, appropriate changes and corrections to the construction process shall be made by the Contractor before construction continues The Contractor may use a 12-foot straightedge, a rolling inclinometer meeting the requirements of ASTM E2133 or rolling external reference device that can simulate a 12-foot straightedge approved by the RPR. Straight-edge testing shall start with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 12 Technical Specifications CAG-25-013 the length of the straightedge for each successive measurement. Testing shall be continuous across all joints. The surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between the two high points. If the rolling inclinometer or external reference device is used, the data may be evaluated using the FAA profile program, ProFAA, using the 12-foot straightedge simulation function. Smoothness readings shall not be made across grade changes or cross slope transitions. The transition between new and existing pavement and between the start and stop of lanes place shall be evaluated separately for conformance with the plans. (1) Transverse Measurements. Transverse measurements shall be taken for each day’s production placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet or more often as determined by the RPR. The joint between lanes shall be tested separately to facilitate smoothness between lanes. (2) Longitudinal Measurements. Longitudinal measurements shall be taken for each day’s production placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the third points of paving lanes when widths of paving lanes are 20 ft or greater. When placement abuts previously placed material the first measurement shall start with one half the length of the straight edge on the previously placed material. Control charts shall be kept to show the area of each day’s placement and the percentage of corrective grinding required. Corrections to production and placement shall be initiated when corrective grinding is required. If the Contractor’s machines and/or methods produce significant areas that need corrective actions in excess of 10 percent of a day’s production, production shall be stopped until corrective measures are implemented by the Contractor. h. Grade. Grade shall be evaluated daily to allow adjustments to paving operations when grade measurements do not meet specifications. As a minimum, grade shall be evaluated prior to the placement of the first lift and then prior to and after placement of the surface lift. Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving lane) and longitudinal spacing as shown on cross-sections and plans. The final surface of the pavement will not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch vertically and 0.1 feet laterally. The documentation will be provided by the Contractor to the RPR within 24 hours. Areas with humps or depressions that exceed grade or smoothness criteria and that retain water on the surface must be ground off provided the course thickness after grinding is not more than 1/2 inch less than the thickness specified on the plans. Grinding shall be in accordance with paragraph 403-4.15. The Contractor shall repair low areas or areas that cannot be corrected by grinding by removal of deficient areas to the depth of the final course plus 1/2 inch and replacing with new material. Skin patching is not allowed. 403-5.4 Sampling. When directed by the RPR, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 13 Technical Specifications CAG-25-013 403-5.5 Control Charts. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each day shall be calculated and monitored by the QC laboratory. Control charts shall be posted in a location satisfactory to the RPR and kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor’s test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor’s projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the RPR may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: Control Chart Limits for Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch ±6% ±9% 1/2 inch ±6% ±9% 3/8 inch ±6% ±9% No. 4 ±6% ±9% No. 16 ±5% ±7.5% No. 50 ±3% ±4.5% No. 200 ±2% ±3% Asphalt Content ±0.45% ±0.70% Minimum VMA -0.5% -1.0% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 14 Technical Specifications CAG-25-013 Control Chart Limits Based on Range (n = 2) Sieve Suspension Limit 1/2 inch 11% 3/8 inch 11% No. 4 11% No. 16 9% No. 50 6% No. 200 3.5% Asphalt Content 0.8% c. Corrective Action. The CQCP shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 403-5.6 Quality control (QC) Reports. The Contractor shall maintain records and shall submit reports of QC activities daily, in accordance with the CQCP described in Item C-100. MATERIAL ACCEPTANCE 403-6.1. Quality Assurance Acceptance Sampling and Testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the RPR at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. a. Quality Assurance (QA) Testing Laboratory. The QA testing laboratory performing these acceptance tests will be accredited in accordance with ASTM D3666. The QA laboratory accreditation will be current and listed on the accrediting authority’s website. All test methods required for acceptance sampling and testing will be listed on the lab accreditation. b. Lot Size. A standard lot will be equal to one day’s production divided into approximately equal sublots of between 400 to 600 tons. When only one or two sublots are produced in a day’s production, the sublots will be combined with the production lot from the previous or next day. Where more than one plant is simultaneously producing asphalt for the job, the lot sizes will apply separately for each plant. c. Asphalt Air Voids. Plant-produced asphalt will be tested for air voids on a sublot basis. (1) Sampling. Material from each sublot shall be sampled in accordance with ASTM D3665. Samples shall be taken from material deposited into trucks at the plant or at the job site in accordance with ASTM D979. The sample of asphalt may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to maintain the material at or above the compaction temperature as specified in the JMF. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 15 Technical Specifications CAG-25-013 (2) Testing. Air voids will be determined for each sublot in accordance with ASTM D3203 for a set of three compacted specimens prepared in accordance with ASTM D6925. d. In-place Asphalt Mat and Joint Density. Each sublot will be tested for in-place mat and joint density as a percentage of the theoretical maximum density (TMD). (1) Sampling. The Contractor will cut minimum 5 inches diameter samples in accordance with ASTM D5361. The Contractor shall furnish all tools, labor, and materials for cleaning, and filling the cored pavement. Laitance produced by the coring operation shall be removed immediately after coring, and core holes shall be filled within one day after sampling in a manner acceptable to the RPR. (2) Bond. Each lift of asphalt shall be bonded to the underlying layer. If cores reveal that the surface is not bonded, additional cores shall be taken as directed by the RPR to determine the extent of unbonded areas. Unbonded areas shall be removed by milling and replaced at no additional cost as directed by the RPR. (3) Thickness. Thickness of each lift of surface course will be evaluated by the RPR for compliance to the requirements shown on the plans after any necessary corrections for grade. Measurements of thickness will be made using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point will not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, will not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the RPR to circumscribe the deficient area. (4) Mat Density. One core shall be taken from each sublot. Core locations will be determined by the RPR in accordance with ASTM D3665. Cores for mat density shall not be taken closer than one foot from a transverse or longitudinal joint. The bulk specific gravity of each cored sample will be determined in accordance with ASTM D2726. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the TMD for that sublot. (5) Joint Density. One core centered over the longitudinal joint shall be taken for each sublot which contains a longitudinal joint. Core locations will be determined by the RPR in accordance with ASTM D3665. The bulk specific gravity of each core sample will be determined in accordance with ASTM D2726. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each joint density sample by the average TMD for the lot. The TMD used to determine the joint density at joints formed between lots will be the lower of the average TMD values from the adjacent lots. 403-6.2 Acceptance Criteria. a. General. Acceptance will be based on the implementation of the Contractor Quality Control Program (CQCP) and the following characteristics of the asphalt and completed pavements: air voids, mat density, joint density, grade. b. Air Voids. Acceptance of each lot of plant produced material for air voids will be based upon the average air void from the sublots. If the average air voids of the lot are equal to or greater than 2% and equal to or less than 5%, then the lot will be acceptable. If the average is below 2% or greater than 5%, the lot shall be removed and replaced at the Contractor’s expense. c. Mat Density. Acceptance of each lot of plant produced material for mat density will be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 94%, the lot will be acceptable. If the average mat ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 16 Technical Specifications CAG-25-013 density of the lot is below 94%, the lot shall be removed and replaced at the Contractor’s expense. d. Joint Density. Acceptance of each lot of plant produced asphalt for joint density will be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 92%, the lot will be acceptable. If the average joint density of the lot is less than 92%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction. e. Grade. The final finished surface of the pavement of the completed project shall be surveyed to verify that the grade elevations and cross-sections shown on the plans do not deviate more than 1/2 inch vertically or 0.1 feet laterally. Cross-sections of the pavement shall be taken at a minimum 25-foot longitudinal spacing and at all longitudinal grade breaks. Minimum cross-section grade points shall include grade at centerline, ± 10 feet of centerline, and edge of apron pavement. The survey and documentation shall be stamped and signed by a licensed surveyor. Payment for sublots that do not meet grade for over 25% of the sublot shall not be more than 95%. 403-6.3 Resampling Pavement for Mat Density. a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the RPR. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-6.1. Only one resampling per lot will be permitted. (1) A redefined mat density will be calculated for the resampled lot. The number of tests used to calculate the redefined mat density will include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefined mat density for a resampled lot will be used to evaluate the acceptance of that lot in accordance with paragraph 403-6.2. c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%. Outliers will be discarded and density determined using the remaining test values. METHOD OF MEASUREMENT 403-7.1 Measurement. Plant mix asphalt mix pavement shall be measured by the number of tons of asphalt pavement used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 403-8.1 Payment. Payment for a lot of asphalt mixture meeting all acceptance criteria as specified in paragraph 403-6.2 shall be made at the contract unit price per ton (kg) for asphalt. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 17 Technical Specifications CAG-25-013 Payment will be made under: Item P-403-8.1 Asphalt Mixture Surface Course - per ton REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration-Graded Asphalt Cement for Use in Pavement Construction ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D1074 Standard Test Method for Compressive Strength of Bituminous Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 18 Technical Specifications CAG-25-013 ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous-Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3381 Standard Specification for Viscosity-Graded Asphalt Cement for Use in Pavement Construction ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4552 Standard Practice for Classifying Hot-Mix Recycling Agents ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus (6 inch-Diameter Specimen) ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate ASTM D6307 Standard Test Method for Asphalt Content of Hot-Mix Asphalt by Ignition Method ASTM D6373 Standard Specification for Performance Graded Asphalt Binder ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-403 – 19 Technical Specifications CAG-25-013 ASTM D6925 Standard Test Method for Preparation and Determination of the Relative Density of Hot Mix Asphalt (HMA) Specimens by Means of the SuperPave Gyratory Compactor ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures ASTM D6995 Standard Test Method for Determining Field VMA based on the Maximum Specific Gravity of the Mix (Gmm) ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure Longitudinal and Transverse Profiles of a Traveled Surface American Association of State Highway and Transportation Officials (AASHTO) AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot- Mixed, Hot-Laid Bituminous Paving Mixtures AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method AASHTO T 340 Standard Method of Test for Determining the Rutting Susceptibility of Hot Mix Asphalt (APA) Using the Asphalt Pavement Analyzer (APA) Asphalt Institute (AI) MS-2 Mix Design Manual, 7th Edition MS-26 Asphalt Binder Handbook AI State Binder Specification Database FAA Orders 5300.1 Modifications to Agency Airport Design, Construction, and Equipment Standards Federal Highway Administration (FHWA) Long Term Pavement Performance Binder program Software FAARFIELD END OF ITEM P-403 INTENTIONALLY LEFT BLANK ITEM P-603 EMULSIFIED ASPHALT TACK COAT Renton Municipal Airport (RNT) Emulsified Asphalt Tack Coat City of Renton Windsock & 243 Bldg. GA Apron and Parking Lot Rehabilitation P-603 – 1 Technical Specifications CAG-25-013 DESCRIPTION 603-1.1 This item shall consist of preparing and treating an asphalt or concrete surface with asphalt material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 Asphalt Materials. The asphalt material shall be an emulsified asphalt as specified in ASTM D3628 as an asphalt application for tack coat appropriate to local conditions. The emulsified asphalt shall not be diluted. The Contractor shall provide a copy of the manufacturer’s Certificate of Analysis (COA) for the asphalt material to the Resident Project Representative (RPR) before the asphalt material is applied for review and acceptance. The furnishing of COA for the asphalt material shall not be interpreted as a basis for final acceptance. The manufacturer’s COA may be subject to verification by testing the material delivered for use on the project. CONSTRUCTION METHODS 603-3.1 Weather Limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F or above; the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the RPR. 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the emulsified asphalt material. The emulsion shall be applied with a manufacturer-approved computer rate-controlled asphalt distributor. The equipment shall be in good working order and contain no contaminants or diluents in the tank. Spray bar tips must be clean, free of burrs, and of a size to maintain an even distribution of the emulsion. Any type of tip or pressure source is suitable that will maintain predetermined flow rates and constant pressure during the application process with application speeds under eight (8) miles per hour or seven hundred (700) feet per minute. The equipment will be tested under pressure for leaks and to ensure proper set-up before use to verify truck set-up (via a test-shot area), including but not limited to, nozzle tip size appropriate for application, spray-bar height and pressure and pump speed, evidence of triple-overlap spray pattern, lack of leaks, and any other factors relevant to ensure the truck is in good working order before use. The distributor truck shall be equipped with a minimum 12-foot spreader spray bar with individual nozzle control with computer-controlled application rates. The distributor truck shall have an easily accessible thermometer that constantly monitors the temperature of the emulsion, and have an operable mechanical tank gauge that can be used to cross-check the computer accuracy. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The distributor truck shall be equipped to effectively heat and mix the material to the required temperature prior to application as required. Heating and mixing shall be done in accordance with the manufacturer’s recommendations. Do not overheat or over mix the material. The distributor shall be equipped with a hand sprayer. ITEM P-603 EMULSIFIED ASPHALT TACK COAT Renton Municipal Airport (RNT) Emulsified Asphalt Tack Coat City of Renton Windsock & 243 Bldg. GA Apron and Parking Lot Rehabilitation P-603 – 2 Technical Specifications CAG-25-013 Asphalt distributors must be calibrated annually in accordance with ASTM D2995. The Contractor must furnish a current calibration certification for the asphalt distributor truck from any State or other agency as approved by the RPR. A power broom and/or power blower suitable for cleaning the surfaces to which the asphalt tack coat is to be applied shall be provided. 603-3.3 Application of Emulsified Asphalt Material. The emulsified asphalt shall not be diluted. Immediately before applying the emulsified asphalt tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. The emulsified asphalt material shall be uniformly applied with an asphalt distributor at the rates appropriate for the conditions and surface specified in the table below. The type of asphalt material and application rate shall be approved by the RPR prior to application. Emulsified Asphalt Surface Type Residual Rate, gal/SY Emulsion Application Bar Rate, gal/SY New asphalt 0.02-0.05 0.03-0.07 Existing asphalt 0.04-0.07 0.06-0.11 Milled Surface 0.04-0.08 .0.06-0.12 Concrete 0.03-0.05 0.05-0.08 After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the RPR. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. When the tack coat has been disturbed by the Contractor, tack coat shall be reapplied at the Contractor’s expense. 603-3.4 Freight and Waybills The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the RPR certified waybills and certified delivery tickets for all emulsified asphalt materials used in the construction of the pavement covered by the contract. Do not remove emulsified asphalt material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The emulsified asphalt material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F in accordance with ASTM D1250. The emulsified asphalt material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of emulsified asphalt material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the emulsified asphalt material is necessary. Water added to emulsified asphalt will not be measured for payment. ITEM P-603 EMULSIFIED ASPHALT TACK COAT Renton Municipal Airport (RNT) Emulsified Asphalt Tack Coat City of Renton Windsock & 243 Bldg. GA Apron and Parking Lot Rehabilitation P-603 – 3 Technical Specifications CAG-25-013 BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per gallon of emulsified asphalt material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Emulsified Asphalt Tack Coat - per gallon REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2995 Standard Practice for Estimating Application Rate and Residual Application Rate of Bituminous Distributors ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 INTENTIONALLY LEFT BLANK ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 1 Technical Specifications CAG-25-013 DESCRIPTION 610-1.1 This item shall consist of concrete and reinforcement, as shown on the plans, prepared and constructed in accordance with these specifications. This specification shall be used only for concrete curb and gutters. MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Resident Project Representative (RPR) before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine aggregate and coarse aggregates to be used in all concrete shall have been tested separately within six months of the project in accordance with AASHTO T 303. Test results shall be submitted to the RPR. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with AASHTO T 303, does not exceed 0.20% at 14 days (16 days from casting). If the expansion either or both test specimen is greater than 0.20% at 14 days, but less than 0.45%, a minimum of 25% of Type F fly ash shall be used in the concrete mix. If the expansion is greater than 0.45%, the aggregates shall not be used, and test results for other aggregates must be submitted for evaluation. 610-2.2 Coarse Aggregate. The coarse aggregate for concrete shall meet the requirements of AASHTO M 80 and the requirements of Table 4, Class Designation 5S; and the grading requirements shown below, as required for the project. Coarse Aggregate Grading Requirements Maximum Aggregate Size ASTM C33, Table 3 Grading Requirements (Size No.) 1 1/2 inch 467 or 4 and 67 1 inch 57 ¾ inch 67 ½ inch 7 ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 2 Technical Specifications CAG-25-013 610-2.2.1 Coarse Aggregate Susceptibility to Durability (D) Cracking. Not used.610-2.3 Fine Aggregate. The fine aggregate for concrete shall meet all fine aggregate requirements of ASTM C33. 610-2.4 Cement. Cement shall conform to the requirements of ASTM C150 Types I, II or III. 610-2.5 Cementitious Materials. a. Fly Ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than 15% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the concrete mix, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the RPR. b. Slag Cement (Ground Granulated Blast Furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 30% of the total cementitious material by mass. 610-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C1602 prior to use. 610-2.7 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the RPR may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the RPR from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air-Entraining Admixtures. Air-entraining admixtures shall meet the requirements of AASHTO M154 or ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-entrainment agent and any water reducer admixture shall be compatible. b. Water-Reducing Admixtures. Water-reducing admixture shall meet the requirements of AASHTO M194 or ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other Chemical Admixtures. The use of set retarding, and set-accelerating admixtures shall be approved by the RPR. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set-accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. 610-2.8 Premolded Joint Material. Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M213, except that the requirement for water absorption is deleted, or ASTM. As an alternative, a semi-rigid, non-extruding, resilient type, closed-cell polypropylene foam, preformed joint filler with the following physical properties as tested to ASTM D545 may be used. 610-2.9 Joint Filler. The filler for joints shall meet the requirements of Item P-610-2.8. 610-2.10 Steel Reinforcement. Not used. 610-2.11 Materials for Curing Concrete. Curing materials shall conform to ASTM C309. ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 3 Technical Specifications CAG-25-013 610-2.12 Pre-Cast Concrete Wheel Stops. Concrete wheel stops are to be constructed using WSDOT Class 3000 concrete. CONSTRUCTION METHODS 610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the RPR. 610-3.2 Concrete Mixture. The concrete shall develop a compressive strength of 3000 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 564 pounds of cementitious material per cubic yard. The water cementitious ratio shall not exceed 0.45 by weight. The air content of the concrete shall be 5% +/- 1.2% as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C143. 610-3.3 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94 or ASTM C685. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F without the RPRs approval. If approval is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material is not permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.4 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the RPR. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non-staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. 610-3.5 Placing Reinforcement. Not used. 610-3.6 Embedded Items. Not used. 610-3.7 Concrete Consistency. The Contractor shall monitor the consistency of the concrete delivered to the project site; collect each batch ticket; check temperature; and perform slump tests on each truck at the project site in accordance with ASTM C143. ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 4 Technical Specifications CAG-25-013 610-3.8 Placing Concrete. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by the RPR. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309R, Guide for Consolidation of Concrete. 610-3.10 Joints. Joints shall be constructed as indicated on the plans. 610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck-off with a straightedge and floated. 610-3.12 Curing and Protection. All concrete shall be properly cured in accordance with the recommendations in American Concrete Institute (ACI) 308R, Guide to External Curing of Concrete. The concrete shall be protected from damage until project acceptance. 610-3.13 Cold Weather Placing. When concrete is placed at temperatures below 40°F, follow the cold weather concreting recommendations found in ACI 306R, Cold Weather Concreting. 610-3.14 Hot Weather Placing. When concrete is placed in hot weather greater than 85ºF, follow the hot weather concreting recommendations found in ACI 305R, Hot Weather Concreting. 610-3.15 Pre-Cast Concrete Wheel Stops. Concrete wheel stops are to be, driven into the ground with two #4 rebar on either end, in accordance with final plan details. QUALITY ASSURANCE (QA) 610-4.1 Quality Assurance sampling and testing. Concrete for each day’s placement will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The RPR will sample the concrete in accordance with ASTM C172; test the slump in accordance with ASTM C143; test air content in accordance with ASTM C231; make and cure compressive strength specimens in accordance with ASTM C31; and test in accordance with ASTM C39. The QA testing agency will meet the requirements of ASTM C1077. The Contractor shall provide adequate facilities for the initial curing of cylinders. 610-4.2 Defective Work. Any defective work that cannot be satisfactorily repaired as determined by the RPR, shall be removed and replaced at the Contractor’s expense. Defective work includes, but is not limited to, uneven dimensions, honeycombing and other voids on the surface or edges of the concrete. ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 5 Technical Specifications CAG-25-013 METHOD OF MEASUREMENT 610-5.1 Concrete Curb and Gutters shall be measured by the number of linear feet, measured along the flow line, of curb and gutter placed. 610-5.2 Pre-Cast Concrete Wheel Stops shall be paid for at the contract unit price per each in place when completed. BASIS OF PAYMENT 610-6.1 Payment shall be made at the contract price by the number of linear feet, measured along the flow line, of curb and gutter placed. This price shall be full compensation for furnishing all materials including reinforcement and embedded items and for all preparation, delivery, installation, and curing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-6.1 Cement Concrete Curb and Gutter, per linear foot Item P-610-6.2 Precast Concrete Wheel Stop, per each REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 6 Technical Specifications CAG-25-013 ASTM C94 Standard Specification for Ready-Mixed Concrete ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland-Cement Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland-Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ITEM P-610 – CONCRETE FOR MISCELLANEOUS STRUCTURES Renton Municipal Airport (RNT) Concrete for Miscellaneous Structures City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-610 – 7 Technical Specifications CAG-25-013 ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction American Concrete Institute (ACI) ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308R Guide to External Curing of Concrete ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 INTENTIONALLY LEFT BLANK ITEM P-620 –TAXILANE AND MISCELLANEOUS MARKINGS Renton Municipal Airport (RNT) Taxilane and Miscellaneous Markings City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-620 – 1 Technical Specifications CAG-25-013 DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative (RPR). The terms “paint” and “marking material” as well as “painting” and “application of markings” are interchangeable throughout this specification. MATERIALS 620-2.1 Materials Acceptance. The Contractor shall furnish manufacturer’s certified test reports, for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. This certification along with a copy of the paint manufacturer’s surface preparation; marking materials, including adhesion, flow promoting and/or floatation additive; and application requirements must be submitted and approved by the Resident Project Representative (RPR) prior to the initial application of markings. The reports can be used for material acceptance or the RPR may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the RPR upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers that are easily quantifiable for inspection by the RPR. 620-2.2 Marking Materials. Table 1. Marking Materials Paint1 Glass Beads2 Type Color Fed Std. 595 Number Application Rate Maximum Type Application Rate Minimum Initial Paint Markings I or II Yellow 33538 or 33655 115 ft2/gal - - I or II White 37925 115 ft2/gal - - Final Paint Markings I or II Yellow 33538 or 33655 115 ft2/gal III 10 lb/gal I or II White 37925 115 ft2/gal III 10 lb/gal 1 See paragraph 620-2.2a 2 See paragraph 620-2.2b a. Paint. Paint shall be waterborne in accordance with the requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595 – 33655, 33538, and 37925. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952F, Type I or Type II. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. b. Reflective Media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-B-1325D Type III. ITEM P-620 –TAXILANE AND MISCELLANEOUS MARKINGS Renton Municipal Airport (RNT) Taxilane and Miscellaneous Markings City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-620 – 2 Technical Specifications CAG-25-013 Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 Weather Limitations. Painting shall only be performed when the surface is dry, and the ambient temperature and the pavement surface temperature meet the manufacturer’s recommendations in accordance with paragraph 620-2.1. Painting operations shall be discontinued when the ambient or surface temperatures does not meet the manufacturer’s recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not be applied when weather conditions are forecasts to not be within the manufacturers’ recommendations for application and dry time. 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an even and uniform film thickness and appearance of both paint and glass beads at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. The marking equipment for both paint and beads shall be calibrated daily. 620-3.3 Preparation of Surfaces. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other contaminates that would reduce the bond between the paint and the pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the RPR. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. a. Preparation of New Pavement Surfaces. The area to be painted shall be cleaned by broom, blower, water blasting, or by other methods approved by the RPR to remove all contaminants, including PCC curing compounds, minimizing damage to the pavement surface. b. Preparation of Pavement to Remove Existing Markings. Existing pavement markings shall be removed by rotary grinding, water blasting, or by other methods approved by the RPR minimizing damage to the pavement surface. The removal area may need to be larger than the area of the markings to eliminate ghost markings. After removal of markings on asphalt pavements, apply a fog seal or seal coat to ‘block out’ the removal area to eliminate ‘ghost’ markings. c. Preparation of Pavement Markings Prior to Remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface, with a method approved by the RPR. After removal, the surface shall be cleaned of all residue or debris. Prior to the application of markings, the Contractor shall certify in writing that the surface is dry and free from dirt, grease, oil, laitance, or other foreign material that would prevent the bond of the paint to the pavement or existing markings. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the RPR prior to the initial application of markings. ITEM P-620 –TAXILANE AND MISCELLANEOUS MARKINGS Renton Municipal Airport (RNT) Taxilane and Miscellaneous Markings City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-620 – 3 Technical Specifications CAG-25-013 620-3.4 Layout of Markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application. A period of 30 days shall elapse between placement of surface course or seal coat and application of the permanent paint markings. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the RPR. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacing shall be within the following tolerances: Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch or less ±1/2 inch greater than 36 inch to 6 feet ±1 inch greater than 6 feet to 60 feet ±2 inch greater than 60 feet ±3 inch The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.6 Application--Preformed Thermoplastic Airport Pavement Markings. Preformed thermoplastic pavement markings not used. 620-3.7 Control Strip. Prior to the full application of airfield markings, the Contractor shall prepare a control strip in the presence of the RPR. The Contractor shall demonstrate the surface preparation method and all striping equipment to be used on the project. The marking equipment must achieve the prescribed application rate of paint and population of glass beads (per Table 1) that are properly embedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip, markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-Reflectance. [Reflectance shall be measured with a portable retro-reflectometer meeting ASTM E1710 (or equivalent). A total of 6 reading shall be taken over a 6 square foot area with 3 readings taken from each direction. The average shall be equal to or above the minimum levels of all readings which are within 30% of each other. ITEM P-620 –TAXILANE AND MISCELLANEOUS MARKINGS Renton Municipal Airport (RNT) Taxilane and Miscellaneous Markings City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-620 – 4 Technical Specifications CAG-25-013 Minimum Retro-Reflectance Values Material Retro-reflectance mcd/m2/lux White Yellow Initial Type I 300 175 Initial Type III 600 300 Initial Thermoplastic 225 100 All materials, remark when less than1 100 75 1 Prior to remarking determine if removal of contaminants on markings will restore retro- reflectance 620-3.9 Protection and Cleanup. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the RPR. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 No measurement will be made for surface preparation; this item is incidental to paint markings. 620-4.2 The quantity of markings shall be measured by the number of square feet of painting. 620-4.3 No measurement will be made for reflective media; this item is incidental to paint markings. 620-4.4 No measurement will be made for Apron Tiedown Paint Markings; this item is incidental to apron tiedown installation. See Item P-650 for additional information. BASIS OF PAYMENT 620-5.1 This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item complete in place and accepted by the RPR in accordance with these specifications. 620-5.2 No separate payment will be made for surface preparation; this item is incidental to other bid items. 620-5.3 Payment for markings shall be made at the contract price for by the number of square feet of painting. 620-5.4 No separate payment will be made for reflective media; this item is incidental to other bid items. ITEM P-620 –TAXILANE AND MISCELLANEOUS MARKINGS Renton Municipal Airport (RNT) Taxilane and Miscellaneous Markings City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-620 – 5 Technical Specifications CAG-25-013 620-5.5 No separate payment will be made for Apron Tiedown Paint Markings; this item is incidental to apron tie-down installation. See Item P-650 for additional information. Payment will be made under: Item P-620-5.1a Initial Paint Markings – White – per square foot Item P-620-5.1b Final Paint Markings – White – per square foot Item P-620-5.2a Initial Paint Markings – Yellow – per square foot Item P-620-5.2b Final Paint Markings – Yellow – per square foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective ITEM P-620 –TAXILANE AND MISCELLANEOUS MARKINGS Renton Municipal Airport (RNT) Taxilane and Miscellaneous Markings City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-620 – 6 Technical Specifications CAG-25-013 FED SPEC TT-P-1952F Paint, Traffic and Airfield Marking, Waterborne FED STD 595 Colors used in Government Procurement Commercial Item Description A-A-2886B Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 ITEM P-650 AIRCRAFT TIEDOWNS Renton Municipal Airport (RNT) Aircraft Tiedowns City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-650 – 1 Technical Specifications CAG-25-013 DESCRIPTION 650-1 This item consists of furnishing and installing aircraft tie-down anchors according to these specifications and the details on the Plans, or as directed by the RPR. MATERIALS 650-2.1 Substitution of products as approved equals will be determined by comparing ratings for tensile breaking strength and pull-out capacity that exceed the specified minimums when installed under prevailing soil or rock conditions. The practicality of installing proposed anchors at the plan locations and corrosion resistance will also be considered. Tie-downs shall conform to the specifications and drawings. Mooring eye shall be Neenah R- 3490 or approved equal. Concrete shall be in accordance with P-610. 650-2.2 Concrete Tie-Down Anchor. Anchor assemblies shall have a minimum tensile breaking strength of 6,000 pounds and minimum field pull-out capacity of 3,000 pounds. Provide manufacturer’s certification of minimum breaking strength. The Contractor shall field-test the installed anchors to the minimum pull-out force and certify that this requirement has been met for each anchor. CONSTRUCTION METHODS 650-3.1 Concrete Tiedown Anchor and Mooring Eye shall be installed as shown on the Plans. The concrete anchor tie-down may be cast in place or pre-formed and installed. Contractor shall ensure 100% compaction of P-209 aggregate material around proposed concrete tie-down anchor, compacted and tested in accordance with ASTM D698. 650-3.5 Manufacturer’s Certification and Acceptance Testing. For anchors where minimum tensile breaking strength or working load capacity is specified, provide manufacturer’s certification that requirements are met. For anchors where minimum field pull-out capacities are specified, provide an Engineer approved testing apparatus that can apply and measure the required minimum field pull-out capacity. Field test each anchor and certify each test by recording the date of the test, the force applied, and the person completing the test. Tabulate this data and deliver to the RPR within 24 hours of completing the tests. METHOD OF MEASUREMENT 650-4 By each set, consisting of 3 anchors, completed and accepted in final position. BASIS OF PAYMENT 650-5 Payment will be made at the contract unit price for each set furnished and accepted item. This price will be full compensation for furnishing all materials, including all P-209 aggregate required, P-610 concrete, P-620 paint markings, and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. ITEM P-650 AIRCRAFT TIEDOWNS Renton Municipal Airport (RNT) Aircraft Tiedowns City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation P-650 – 2 Technical Specifications CAG-25-013 Payment will be made under: Item P-650-5.1 Aircraft Tiedown Anchor – per set (3) END OF ITEM P-650 ITEM F-162 – CHAIN-LINK FENCE AND GATES Renton Municipal Airport (RNT) Chain-Link Fence and Gate Relocation City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation F-162 – 1 Technical Specifications CAG-25-013 DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence and relocating an existing vehicle gate in accordance with these specifications, the details shown on the plans, and in conformity with the lines and grades shown on the plans or established by the RPR. MATERIALS 162-2.1 Fabric. The fabric shall be woven with a 9-gauge polyvinyl chloride (PVC)-coated steel wire in a 2-inch (50 mm) mesh and shall meet the requirements of ASTM F668, Class 2b. 162-2.2 Barbed wire. Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A121, Class 3, Chain Link Fence Grade. 162-2.3 Posts, Rails, and Braces. All relocated line posts, rails, and rail braces be salvaged and reinstalled as shown on the plans. All excess materials shall be hauled offsite and safely disposed of. All new line posts, rails, and braces shall conform to the requirements of ASTM F1043 or ASTM F1083 as follows:  Black Vinyl or polyester coated steel shall conform to the requirements of ASTM F1043, Paragraph 7.3, Optional Supplemental Color Coating. Posts, rails, and braces, with the exception of galvanized steel conforming to ASTM F1043 or ASTM F1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B117 as follows:  External: 1,000 hours with a maximum of 5% red rust.  Internal: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Federal Specification RR-F-191/3. 162-2.4 Gate Salvaging and Reinstallation. The existing vehicular gate, operators, card readers, and all associated equipment shall be salvaged and reinstalled as shown on the plans. 162-2.5 Wire Ties and Tension Wires. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR-F-191/4. 162-2.6 Miscellaneous Fittings and Hardware. Miscellaneous steel fittings and hardware for use with zinc-coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 Concrete. Concrete shall conform to Item P-610. 162-2.8 Marking. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be ITEM F-162 – CHAIN-LINK FENCE AND GATES Renton Municipal Airport (RNT) Chain-Link Fence and Gate Relocation City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation F-162 – 2 Technical Specifications CAG-25-013 identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162-3.1 General. New fence shall be constructed in accordance with the details on the plans asn as specified here using new materials. Salvaged fence shall be reinstalled as seen in the current conditions. All work shall be performed in a workmanlike manner satisfactory to the RPR. The Contractor shall layout the fence line based on the plans. The reinstalled fence shall be permanently tied to the terminals of existing fences as shown on the plans. The Contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences. The length of unfenced section at any time shall not exceed 300 feet. The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence. 162-3.2 Clearing Fence Line. Clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructions that will interfere with proper construction of the fence. Stumps within the cleared area of the fence shall be grubbed or excavated. The bottom of the fence shall be placed a uniform distance above ground, as specified in the plans. When shown on the plans or as directed by the RPR, the existing fences which interfere with the new fence location shall be removed by the Contractor as a part of the construction work unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other suitable material and compacted with tampers. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence relocation. 162-3.3 Installing Posts. All salvaged posts shall be reinstalled at the same depth as the current conditions. All new posts shall be set in concrete at the desired dimension and depth and at the spacing shown on the plans. Concrete shall meet the requirements listed in Item P- 610. 162-3.4 Installing Top Rails. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.5 Installing Braces. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.6 Installing Fabric. The wire fabric shall be firmly attached to the posts and braced as shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one inch (25 mm) or more than 4 inches (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches (150 mm) or less. 162-3.7 Gate Reinstallation. The salvaged gate and all associated equipment shall be reinstalled in the locations shown on the plans. 162-3.8 Cleaning up. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded per T-901. ITEM F-162 – CHAIN-LINK FENCE AND GATES Renton Municipal Airport (RNT) Chain-Link Fence and Gate Relocation City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation F-162 – 3 Technical Specifications CAG-25-013 METHOD OF MEASUREMENT 162-4.1 Chain-link fence will be measured for payment by the linear foot (meter). Measurement will be along the top of the fence from center to center of ends posts, excluding the length occupied by gate openings. 162-4.2 Chain-link fence and gate salvaging will be measured as a lump sum pay item.. 162-4.3 Chain-link fence and gate reinstallation will be measured as a lump sum pay item. BASIS OF PAYMENT 162-5.1 Payment for chain-link fence will be made at the contract unit price per linear foot. 162-5.2 Payment for salvaging the chain-link fence and gate will be made as a lump sum pay item. 162-5.3 Payment for reinstalling the chain-link fence and gate will be made as a lump sum pay item. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 Remove and Salvage Chain-Link Fence and gate – Lump Sum Item F-162-5.2 Reinstall Salvaged Chain-Link Fence and Gate - Lump Sum Item F-162-5.3 Black Vinyl Coated Chain-Link Fence – per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A121 Standard Specification for Metallic-Coated Carbon Steel Barbed Wire ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric ASTM A491 Standard Specification for Aluminum-Coated Steel Chain-Link Fence Fabric ASTM A824 Standard Specification for Metallic-Coated Steel Marcelled Tension Wire for Use with Chain Link Fence ASTM B117 Standard Practice for Operating Salt Spray (Fog) Apparatus ASTM F668 Standard Specification for Polyvinyl Chloride (PVC), Polyolefin and other Organic Polymer Coated Steel Chain-Link Fence Fabric ITEM F-162 – CHAIN-LINK FENCE AND GATES Renton Municipal Airport (RNT) Chain-Link Fence and Gate Relocation City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation F-162 – 4 Technical Specifications CAG-25-013 ASTM F1043 Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework ASTM F1083 Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures ASTM F1183 Standard Specification for Aluminum Alloy Chain Link Fence Fabric ASTM F1345 Standard Specification for Zinc 5% Aluminum-Mischmetal Alloy Coated Steel Chain-Link Fence Fabric ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials Federal Specifications (FED SPEC) FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) FAA Standard FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment FAA Orders 5300.38 AIP Handbook END OF ITEM F-162 ITEM D-751 – MANHOLE AND CATCH BASIN RISERS Renton Municipal Airport (RNT) Manhole and Catch Basin Risers City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation D-751 – 1 Technical Specifications CAG-25-013 DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the RPR. MATERIALS 751-2.1 Brick. Not used. 751-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand. The cement shall conform to the requirements of ASTM C270, Type S. The sand shall conform to the requirements of ASTM C144. 751-2.3 Concrete. Not used. 751-2.4 Precast Concrete Pipe Manhole Rings. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches nor more than 48 inches. There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. Gaskets shall conform to the requirements of ASTM C443. 751-2.5 Precast Concrete Inlet Riser. Precast concrete inlet risers shall conform to the requirements of ASTM C478. The concrete inlet risers shall have an inside dimension of 20 inches by 24 inches. There shall be a gasket between individual sections and sections cemented together with mortar on the top and inside of the inlet Gaskets shall conform to the requirements of ASTM C443. 751-2.6 Frames, Covers, and Grates. Not used. 751-2.7 Steps. Not used. 751-2.8 Precast Inlet Structures. Not used. CONSTRUCTION METHODS 751-3.1 Unclassified Excavation. Not used. 751-3.2 Brick Structures. Not used. 751-3.3 Concrete Structures. Not used. 751-3.4 Precast Concrete Risers. Precast concrete risers shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third party certification program. Precast concrete risers shall conform to ASTM C478. Joints between precast concrete risers and tops shall be full-bedded in cement mortar and shall: (1) be smoothed to a uniform surface on both interior and exterior of the structure or (2) utilize a rubber gasket per ASTM C443. The top of the upper precast concrete section, metal frame and cover or grate, or other cap, as required, shall be protected and reused, or replaced at the contractors expense if damaged 751-3.5 Corrugated Metal Structures. Not used. 751-3.6 Inlet and Outlet Pipes. Not used. ITEM D-751 – MANHOLE AND CATCH BASIN RISERS Renton Municipal Airport (RNT) Manhole and Catch Basin Risers City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation D-751 – 2 Technical Specifications CAG-25-013 751-3.7 Placement and Treatment of Castings, Frames, and Fittings. Not used. 751-3.8 Installation of Steps. Not used. 751-3.9 Backfilling. Not used. 751-3.10 Cleaning and Restoration of Site. Not used. METHOD OF MEASUREMENT 751-4.1 Manholes and catch basin risers shall be measured by the unit. BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes and catch basin adjustment sections will be paid for at the contract unit price per each in place when completed. Payment will be made under: Item D-751-5.1 Adjust Manhole and Catch Basin - per each REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ITEM D-751 – MANHOLE AND CATCH BASIN RISERS Renton Municipal Airport (RNT) Manhole and Catch Basin Risers City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation D-751 – 3 Technical Specifications CAG-25-013 ASTM C913 Standard Specification for Precast Concrete Water and Wastewater Structures. American Association of State Highway and Transportation Officials (AASHTO) AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains END OF ITEM D-751 INTENTIONALLY LEFT BLANK Renton Municipal Airport (RNT) Mulching City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation T-908 – 1 Technical Specifications CAG-25-013 ITEM T-908 MULCHING DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the plans or designated by the RPR. MATERIALS 908-2.1 Mulch material. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Mulch shall be free from noxious weeds, mold, and other deleterious materials. Mulch materials, which contain matured seed of species that would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Manufactured mulch. Cellulose-fiber or wood-pulp mulch shall be products commercially available for use in spray applications. 908-2.2 Inspection. The RPR shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used 30 days before delivery to the project. These samples may be used as standards with the approval of the RPR and any materials brought on the site that do not meet these standards shall be rejected. CONSTRUCTION METHODS 908-3.1 Mulching. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the RPR. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1-1/2 inches nor more than 3 inches. Other organic material shall be spread at the rate directed by the RPR. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than one inch nor more than 2 inches. 908-3.2 Securing mulch. The mulch shall be held in place by light discing, a very thin covering of topsoil, pins, stakes, wire mesh, asphalt binder, or other adhesive material approved by the RPR. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. When an application of asphalt binder material is used to secure the mulch, the Contractor must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and will be held responsible for any such damage resulting from the operation. If the “peg and string” method is used, the mulch shall be secured by the use of stakes or wire pins driven into the ground on 5-foot (1.5-m) centers or less. Binder twine shall be strung Renton Municipal Airport (RNT) Mulching City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation T-908 – 2 Technical Specifications CAG-25-013 between adjacent stakes in straight lines and crisscrossed diagonally over the mulch, after which the stakes shall be firmly driven nearly flush to the ground to draw the twine down tight onto the mulch. 908-3.3 Care and repair. a. The Contractor shall care for the mulched areas until final acceptance of the project. Care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the RPR, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any mulch that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the RPR, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. c. If the “asphalt spray” method is used, all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately 8 gallons per 1,000 square feet, or as directed by the RPR, with a minimum of 6 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. Asphalt binder material may be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution of the asphalt material shall be required. A pump or an air compressor of adequate capacity shall be used to ensure uniform distribution of the asphalt material. d. If the “asphalt mix” method is used, the mulch shall be applied by blowing, and the asphalt binder material shall be sprayed into the mulch as it leaves the blower. The binder shall be uniformly applied to the mulch at the rate of approximately 8 gallons (32 liters) per 1,000 square feet or as directed by the RPR, with a minimum of 6 gallons (24 liters) and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. METHOD OF MEASUREMENT 908-4.1 Mulching shall be measured in square yards on the basis of the actual surface area acceptably mulched. BASIS OF PAYMENT 908-5.1 Payment will be made at the contract unit price per square yard for mulching. The price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-908-5.1 Mulching - per square yard Renton Municipal Airport (RNT) Mulching City of Renton Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation T-908 – 3 Technical Specifications CAG-25-013 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D977 Standard Specification for Emulsified Asphalt Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports FAA/United States Department of Agriculture Wildlife Hazard Management at Airports, A Manual for Airport Personnel END OF ITEM T-908 INTENTIONALLY LEFT BLANK City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project ______________________________________________________________________________ APPENDICES Appendix A – WA State L&I Prevailing Wage Rates & Benefit Key Code Appendix B – Shoreline Exemption Appendix C – SEPA Determination of Non-Significance – Mitigated (DNS-M) Appendix D – Civil Permit Appendix E – Construction Safety & Phasing Plan (CSPP) INTENTIONALLY LEFT BLANK State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benets. On public works projects, worker's wage and benet rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benet Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/20/2025 King County TradeJob Classication Wage Holiday Overtime Note Risk Class Asbestos Abatement Workers Journey Level $63.87 5 D 1 H V i e w Boilermakers Journey Level $78.89 5 N 1 C V i e w Brick Mason Journey Level $71.82 7 E 1 N V i e w Brick Mason Pointer-Caulker-Cleaner $71.82 7 E 1 N V i e w Building Service Employees Janitor $30.33 5 S 2 F V i e w Building Service Employees Traveling Waxer/Shampooer $30.78 5 S 2 F V i e w Building Service Employees Window Cleaner (Non-Scaold)$32.93 5 S 2 F V i e w Building Service Employees Window Cleaner (Scaold)$33.93 5 S 2 F V i e w Cabinet Makers (In Shop)Journey Level $22.74 1 V i e w Carpenters Acoustical Worker $78.96 1 5 J 1 1 U V i e w Carpenters Bridge Dock and Wharf Carpenter $80.50 1 5 J 1 1 U 9 L V i e w Carpenters Floor Layer & Floor Finisher $78.96 1 5 J 1 1 U V i e w Carpenters General Carpenter $78.96 1 5 J 1 1 U V i e w Carpenters Scaold Erector $78.96 1 5 J 1 1 U V i e w Cement Masons Application of all Composition Mastic $77.30 1 5 J 4 U V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 1/28 Cement Masons Application of all Epoxy Material $76.78 1 5 J 4 U V i e w Cement Masons Application of all Plastic Material $77.30 1 5 J 4 U V i e w Cement Masons Application of Sealing Compound $76.78 1 5 J 4 U V i e w Cement Masons Application of Underlayment $77.30 1 5 J 4 U V i e w Cement Masons Building General $76.78 1 5 J 4 U V i e w Cement Masons Composition or Kalman Floors $77.30 1 5 J 4 U V i e w Cement Masons Concrete Paving $76.78 1 5 J 4 U V i e w Cement Masons Curb & Gutter Machine $77.30 1 5 J 4 U V i e w Cement Masons Curb & Gutter, Sidewalks $76.78 1 5 J 4 U V i e w Cement Masons Curing Concrete $76.78 1 5 J 4 U V i e w Cement Masons Finish Colored Concrete $77.30 1 5 J 4 U V i e w Cement Masons Floor Grinding $77.30 1 5 J 4 U V i e w Cement Masons Floor Grinding/Polisher $76.78 1 5 J 4 U V i e w Cement Masons Green Concrete Saw, self-powered $77.30 1 5 J 4 U V i e w Cement Masons Grouting of all Plates $76.78 1 5 J 4 U V i e w Cement Masons Grouting of all Tilt-up Panels $76.78 1 5 J 4 U V i e w Cement Masons Gunite Nozzleman $77.30 1 5 J 4 U V i e w Cement Masons Hand Powered Grinder $77.30 1 5 J 4 U V i e w Cement Masons Journey Level $76.78 1 5 J 4 U V i e w Cement Masons Patching Concrete $76.78 1 5 J 4 U V i e w Cement Masons Pneumatic Power Tools $77.30 1 5 J 4 U V i e w Cement Masons Power Chipping & Brushing $77.30 1 5 J 4 U V i e w Cement Masons Sand Blasting Architectural Finish $77.30 1 5 J 4 U V i e w Cement Masons Screed & Rodding Machine $77.30 1 5 J 4 U V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 2/28 Cement Masons Spackling or Skim Coat Concrete $76.78 1 5 J 4 U V i e w Cement Masons Troweling Machine Operator $77.30 1 5 J 4 U V i e w Cement Masons Troweling Machine Operator on Colored Slabs $77.30 1 5 J 4 U V i e w Cement Masons Tunnel Workers $77.30 1 5 J 4 U V i e w Divers & Tenders Bell/Vehicle/Submersible Operator (not under pressure) $156.25 1 5 J 1 1 T 9 I V i e w Divers & Tenders Dive Supervisor $157.75 1 5 J 1 1 T 9 I V i e w Divers & Tenders Diver $156.25 1 5 J 1 1 T 9 I V i e w Divers & Tenders Diver Tender $86.86 1 5 J 1 1 T 9 I V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $109.76 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 31.01-44.00 PSI $118.99 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $128.22 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $137.45 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $146.67 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $155.90 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $165.13 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $174.36 1 5 J 1 1 U V i e w Divers & Tenders Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $183.59 1 5 J 1 1 U V i e w Divers & Tenders Lead Diver (Dive Master)$101.32 1 5 J 1 1 T 9 I V i e w Divers & Tenders Manifold Operator (Life Support Technician) $86.86 1 5 J 1 1 T 9 I V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 3/28 Divers & Tenders Remote Operated Vehicle Operator/Technician $86.86 1 5 J 1 1 T 9 I V i e w Divers & Tenders Remote Operated Vehicle Operator/Technician $86.86 1 5 J 1 1 T 9 I V i e w Divers & Tenders Remote Operated Vehicle Tender $80.55 1 5 J 1 1 T 9 I V i e w Divers & Tenders Stand-by Diver $96.32 1 5 J 1 1 T 9 I V i e w Dredge Workers Assistant Engineer $85.37 5 D 3 F V i e w Dredge Workers Assistant Mate (Deckhand)$84.71 5 D 3 F V i e w Dredge Workers Boatmen $85.37 5 D 3 F V i e w Dredge Workers Engineer Welder $87.02 5 D 3 F V i e w Dredge Workers Leverman, Hydraulic $88.77 5 D 3 F V i e w Dredge Workers Mates $85.37 5 D 3 F V i e w Dredge Workers Oiler $84.71 5 D 3 F V i e w Drywall Applicator Journey Level $78.76 1 5 O 1 1 S V i e w Drywall Tapers Journey Level $78.76 1 5 O 1 1 S V i e w Electrical Fixture Maintenance Workers Journey Level $40.69 5 L 1 E V i e w Electricians - Inside Cable Splicer $115.15 7 C 4 E V i e w Electricians - Inside Cable Splicer (tunnel)$123.64 7 C 4 E V i e w Electricians - Inside Certied Welder $111.30 7 C 4 E V i e w Electricians - Inside Certied Welder (tunnel)$119.41 7 C 4 E V i e w Electricians - Inside Construction Stock Person $54.03 7 C 4 E V i e w Electricians - Inside Journey Level $107.44 7 C 4 E V i e w Electricians - Inside Journey Level (tunnel)$115.15 7 C 4 E V i e w Electricians - Motor Shop Journey Level $48.68 5 A 1 B V i e w Electricians - Powerline Construction Cable Splicer $102.42 5 A 4 D V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 4/28 Electricians - Powerline Construction Certied Line Welder $93.99 5 A 4 D V i e w Electricians - Powerline Construction Groundperson $59.30 5 A 4 D V i e w Electricians - Powerline Construction Heavy Line Equipment Operator $93.99 5 A 4 D V i e w Electricians - Powerline Construction Journey Level Lineperson $93.99 5 A 4 D V i e w Electricians - Powerline Construction Line Equipment Operator $80.96 5 A 4 D V i e w Electricians - Powerline Construction Meter Installer $59.30 5 A 4 D 8 W V i e w Electricians - Powerline Construction Pole Sprayer $93.99 5 A 4 D V i e w Electricians - Powerline Construction Powderperson $69.84 5 A 4 D V i e w Electronic Technicians Journey Level $69.69 7 E 1 E V i e w Elevator Constructors Mechanic $115.14 7 D 4 A V i e w Elevator Constructors Mechanic In Charge $124.53 7 D 4 A V i e w Fabricated Precast Concrete Products All Classications - In-Factory Work Only $21.34 5 B 1 R V i e w Fence Erectors Fence Erector $54.65 1 5 J 1 1 P 8 Y V i e w Fence Erectors Fence Laborer $54.65 1 5 J 1 1 P 8 Y V i e w Flaggers Journey Level $54.65 1 5 J 1 1 P 8 Y V i e w Glaziers Journey Level $82.16 7 L 1 Y V i e w Heat & Frost Insulators And Asbestos Workers Journey Level $91.81 1 5 H 1 1 C V i e w Heating Equipment Mechanics Journey Level $99.92 7 F 1 E V i e w Hod Carriers & Mason Tenders Journey Level $67.38 1 5 J 1 1 P 8 Y V i e w Industrial Power Vacuum Cleaner Journey Level $16.66 1 V i e w Inland Boatmen Boat Operator $71.28 5 B 1 K V i e w Inland Boatmen Cook $69.70 5 B 1 K V i e w Inland Boatmen Deckhand $70.00 5 B 1 K V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 5/28 Inland Boatmen Deckhand Engineer $69.55 5 B 1 K V i e w Inland Boatmen Launch Operator $71.23 5 B 1 K V i e w Inland Boatmen Mate $89.12 5 B 1 K V i e w Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator $51.27 1 5 M 1 1 O V i e w Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Foamer Operator $51.27 1 5 M 1 1 O V i e w Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $51.27 1 5 M 1 1 O V i e w Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $49.20 1 5 M 1 1 O V i e w Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $42.99 1 5 M 1 1 O V i e w Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control TV Truck Operator $46.10 1 5 M 1 1 O V i e w Insulation Applicators Journey Level $78.96 1 5 J 1 1 U V i e w Ironworkers Journeyman $90.82 1 5 K 1 1 N V i e w Laborers Air, Gas Or Electric Vibrating Screed $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Airtrac Drill Operator $65.75 1 5 J 1 1 P 8 Y V i e w Laborers Ballast Regular Machine $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Batch Weighman $54.65 1 5 J 1 1 P 8 Y V i e w Laborers Brick Pavers $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Brush Cutter $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Brush Hog Feeder $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Burner $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Caisson Worker $65.75 1 5 J 1 1 P 8 Y V i e w Laborers Carpenter Tender $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Cement Dumper-paving $64.98 1 5 J 1 1 P 8 Y V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 6/28 Laborers Cement Finisher Tender $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Change House Or Dry Shack $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Chipping Gun (30 Lbs. And Over)$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Chipping Gun (Under 30 Lbs.)$63.87 1 5 J 1 1 P 8 Y V i e w Laborers Choker Setter $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Chuck Tender $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Clary Power Spreader $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Clean-up Laborer $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Concrete Dumper/Chute Operator $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Concrete Form Stripper $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Concrete Placement Crew $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Concrete Saw Operator/Core Driller $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Crusher Feeder $54.65 1 5 J 1 1 P 8 Y V i e w Laborers Curing Laborer $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Ditch Digger $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Diver $65.75 1 5 J 1 1 P 8 Y V i e w Laborers Drill Operator (Hydraulic, Diamond)$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Dry Stack Walls $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Dump Person $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Epoxy Technician $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Erosion Control Worker $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Faller & Bucker Chain Saw $64.98 1 5 J 1 1 P 8 Y V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 7/28 Laborers Fine Graders $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Firewatch $54.65 1 5 J 1 1 P 8 Y V i e w Laborers Form Setter $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Gabian Basket Builders $63.87 1 5 J 1 1 P 8 Y V i e w Laborers General Laborer $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Grade Checker & Transit Person $67.38 1 5 J 1 1 P 8 Y V i e w Laborers Grinders $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Grout Machine Tender $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Groutmen (Pressure) Including Post Tension Beams $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Guardrail Erector $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Hazardous Waste Worker (Level A)$65.75 1 5 J 1 1 P 8 Y V i e w Laborers Hazardous Waste Worker (Level B)$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Hazardous Waste Worker (Level C)$63.87 1 5 J 1 1 P 8 Y V i e w Laborers High Scaler $65.75 1 5 J 1 1 P 8 Y V i e w Laborers Jackhammer $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Laserbeam Operator $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Maintenance Person $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Manhole Builder-Mudman $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Material Yard Person $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Mold Abatement Worker $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Motorman-Dinky Locomotive $67.48 1 5 J 1 1 P 8 Y V i e w Laborers nozzleman (concrete pump, green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) $67.38 1 5 J 1 1 P 8 Y V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 8/28 Laborers Pavement Breaker $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Pilot Car $54.65 1 5 J 1 1 P 8 Y V i e w Laborers Pipe Layer (Lead)$67.38 1 5 J 1 1 P 8 Y V i e w Laborers Pipe Layer/Tailor $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Pipe Pot Tender $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Pipe Reliner $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Pipe Wrapper $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Pot Tender $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Powderman $65.75 1 5 J 1 1 P 8 Y V i e w Laborers Powderman's Helper $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Power Jacks $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Power Washer $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Railroad Spike Puller - Power $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Raker - Asphalt $67.38 1 5 J 1 1 P 8 Y V i e w Laborers Re-timberman $65.75 1 5 J 1 1 P 8 Y V i e w Laborers Remote Equipment Operator $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Rigger/Signal Person $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Rip Rap Person $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Rivet Buster $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Rodder $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Scaold Erector $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Scale Person $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Sloper (Over 20")$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Sloper Sprayer $63.87 1 5 J 1 1 P 8 Y V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 9/28 Laborers Spreader (Concrete)$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Stake Hopper $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Stock Piler $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Swinging Stage/Boatswain Chair $54.65 1 5 J 1 1 P 8 Y V i e w Laborers Tamper & Similar Electric, Air & Gas Operated Tools $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Tamper (Multiple & Self-propelled)$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Toolroom Person (at Jobsite)$63.87 1 5 J 1 1 P 8 Y V i e w Laborers Topper $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Track Laborer $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Track Liner (Power)$64.98 1 5 J 1 1 P 8 Y V i e w Laborers Trac Control Laborer $58.20 1 5 J 1 1 P 9 C V i e w Laborers Trac Control Supervisor $61.47 1 5 J 1 1 P 9 C V i e w Laborers Truck Spotter $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Tugger Operator $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Tunnel Work-Compressed Air Worker 0-30 psi $200.40 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $205.43 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $209.11 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $214.81 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $216.93 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $222.03 1 5 J 1 1 P 9 B V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 10/28 Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $223.93 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $225.93 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $227.93 1 5 J 1 1 P 9 B V i e w Laborers Tunnel Work-Guage and Lock Tender $67.48 1 5 J 1 1 P 8 Y V i e w Laborers Tunnel Work-Miner $67.48 1 5 J 1 1 P 8 Y V i e w Laborers Vibrator $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Vinyl Seamer $63.87 1 5 J 1 1 P 8 Y V i e w Laborers Watchman $49.97 1 5 J 1 1 P 8 Y V i e w Laborers Welder $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Well Point Laborer $64.98 1 5 J 1 1 P 8 Y V i e w Laborers Window Washer/Cleaner $49.97 1 5 J 1 1 P 8 Y V i e w Laborers - Underground Sewer & Water General Laborer & Topman $63.87 1 5 J 1 1 P 8 Y V i e w Laborers - Underground Sewer & Water Pipe Layer $64.98 1 5 J 1 1 P 8 Y V i e w Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $49.97 1 5 J 1 1 P 8 Y V i e w Landscape Construction Landscape Operator $87.54 1 5 J 1 1 G 8 X V i e w Landscape Maintenance Groundskeeper $17.87 1 V i e w Lathers Journey Level $78.76 1 5 O 1 1 S V i e w Marble Setters Journey Level $71.82 7 E 1 N V i e w Metal Fabrication (In Shop)Fitter/Certied Welder $42.17 1 5 I 1 1 E V i e w Metal Fabrication (In Shop)General Laborer $30.07 1 5 I 1 1 E V i e w Metal Fabrication (In Shop)Mechanic $43.63 1 5 I 1 1 E V i e w Metal Fabrication (In Shop)Welder/Burner $39.28 1 5 I 1 1 E V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 11/28 Millwright Journey Level $80.28 5 A 1 B V i e w Modular Buildings Cabinet Assembly $16.66 1 V i e w Modular Buildings Electrician $16.66 1 V i e w Modular Buildings Equipment Maintenance $16.66 1 V i e w Modular Buildings Plumber $16.66 1 V i e w Modular Buildings Production Worker $16.66 1 V i e w Modular Buildings Tool Maintenance $16.66 1 V i e w Modular Buildings Utility Person $16.66 1 V i e w Modular Buildings Welder $16.66 1 V i e w Painters Journey Level $54.71 6 Z 1 1 J V i e w Pile Driver Crew Tender $86.81 1 5 J 1 1 U 9 L V i e w Pile Driver Journey Level $80.50 1 5 J 1 1 U 9 L V i e w Plasterers Journey Level $73.54 7 Q 1 R V i e w Plasterers Nozzleman $77.54 7 Q 1 R V i e w Playground & Park Equipment Installers Journey Level $16.66 1 V i e w Plumbers & Pipetters Journey Level $107.59 6 Z 1 G V i e w Power Equipment Operators Asphalt Plant Operators $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Assistant Engineer $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Barrier Machine (zipper)$88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Batch Plant Operator: concrete $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Boat Operator $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators Bobcat $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Brokk - Remote Demolition Equipment $83.69 1 5 J 1 1 G 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 12/28 Power Equipment Operators Brooms $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Bump Cutter $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Cableways $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Chipper $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Compressor $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Concrete Finish Machine - Laser Screed $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Conveyors $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Cranes Friction: 200 tons and over $90.46 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes, A-frame: 10 tons and under $82.59 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $88.67 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes: 20 tons through 44 tons with attachments $87.03 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $89.60 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $90.46 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments) $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators Cranes: Friction cranes through 199 tons $89.60 7 A 1 1 H 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 13/28 Power Equipment Operators Cranes: through 19 tons with attachments, a-frame over 10 tons $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators Crusher $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Deck Engineer/Deck Winches (power)$88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Derricks, On Building Work $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators Dozers D-9 & Under $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Drilling Machine $89.91 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Elevator and man-lift: permanent and shaft type $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Forklift: 3000 lbs and over with attachments $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Forklifts: under 3000 lbs. with attachments $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Gradechecker/Stakeman $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Guardrail Punch $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Hard Tail End Dump Articulating O- Road Equipment 45 Yards. & Over $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Hard Tail End Dump Articulating O- road Equipment Under 45 Yards $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Horizontal/Directional Drill Locator $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Horizontal/Directional Drill Operator $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators Hydralifts/boom trucks: 10 tons and under $82.59 7 A 1 1 H 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 14/28 Power Equipment Operators Leverman $90.84 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Loaders, Overhead Under 6 Yards $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Loaders, Plant Feed $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Loaders: Elevating Type Belt $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Locomotives, All $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Material Transfer Device $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Mechanics: All (Leadmen - $0.50 per hour over mechanic) $89.91 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Motor Patrol Graders $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Overhead, bridge type Crane: 20 tons through 44 tons $87.03 7 A 1 1 H 8 X V i e w Power Equipment Operators Overhead, bridge type: 100 tons and over $88.67 7 A 1 1 H 8 X V i e w Power Equipment Operators Overhead, bridge type: 45 tons through 99 tons $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators Pavement Breaker $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Pile Driver (other Than Crane Mount)$88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Plant Oiler - Asphalt, Crusher $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Posthole Digger, Mechanical $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Power Plant $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Pumps - Water $83.69 1 5 J 1 1 G 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 15/28 Power Equipment Operators Quad 9, Hd 41, D10 And Over $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Quick Tower: no cab, under 100 feet in height base to boom $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Rigger and Bellman $82.59 7 A 1 1 H 8 X V i e w Power Equipment Operators Rigger/Signal Person, Bellman(Certied) $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators Rollagon $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Roller, Other Than Plant Mix $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Roto-mill, Roto-grinder $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Saws - Concrete $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Scraper, Self Propelled Under 45 Yards $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Scrapers - Concrete & Carry All $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Service Engineers: Equipment $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Shotcrete/Gunite Equipment $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $89.91 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $90.84 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Slipform Pavers $89.02 1 5 J 1 1 G 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 16/28 Power Equipment Operators Spreader, Topsider & Screedman $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Subgrader Trimmer $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Tower Bucket Elevators $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $89.60 7 A 1 1 H 8 X V i e w Power Equipment Operators Tower crane: up to 175' in height base to boom $88.67 7 A 1 1 H 8 X V i e w Power Equipment Operators Tower Cranes: over 250' in height from base to boom $90.46 7 A 1 1 H 8 X V i e w Power Equipment Operators Transporters, All Track Or Truck Type $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Trenching Machines $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Truck Crane Oiler/Driver: 100 tons and over $87.03 7 A 1 1 H 8 X V i e w Power Equipment Operators Truck crane oiler/driver: under 100 tons $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators Truck Mount Portable Conveyor $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Vac Truck (Vactor Guzzler, Hydro Excavator) $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Welder $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Wheel Tractors, Farmall Type $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators Yo Yo Pay Dozer $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Assistant Engineer $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper)$88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Boat Operator $87.82 7 A 1 1 H 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 17/28 Power Equipment Operators- Underground Sewer & Water Bobcat $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Brooms $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Bump Cutter $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cableways $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Chipper $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Compressor $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Conveyors $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes Friction: 200 tons and over $90.46 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes, A-frame: 10 tons and under $82.59 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $88.67 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes: 20 tons through 44 tons with attachments $87.03 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $89.60 7 A 1 1 H 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 18/28 Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $90.46 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments) $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $89.60 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, a-frame over 10 tons $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Crusher $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power)$88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Drilling Machine $89.91 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Elevator and man-lift: permanent and shaft type $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Forklift: 3000 lbs and over with attachments $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Forklifts: under 3000 lbs. with attachments $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Guardrail Punch $88.22 1 5 J 1 1 G 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 19/28 Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating O- Road Equipment 45 Yards. & Over $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating O- road Equipment Under 45 Yards $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: 10 tons and under $82.59 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: over 10 tons $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Leverman $90.84 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Locomotives, All $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Material Transfer Device $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Mechanics: All (Leadmen - $0.50 per hour over mechanic) $89.91 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $83.69 1 5 J 1 1 G 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 20/28 Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Overhead, bridge type Crane: 20 tons through 44 tons $87.03 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 100 tons and over $88.67 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 45 tons through 99 tons $87.82 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Pavement Breaker $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount)$88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Power Plant $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Pumps - Water $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Quick Tower: no cab, under 100 feet in height base to boom $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $82.59 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman(Certied) $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Rollagon $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $83.69 1 5 J 1 1 G 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 21/28 Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Saws - Concrete $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $89.91 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $90.84 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Slipform Pavers $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $89.60 7 A 1 1 H 8 X V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 22/28 Power Equipment Operators- Underground Sewer & Water Tower crane: up to 175' in height base to boom $88.67 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $90.46 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Trenching Machines $87.54 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver: 100 tons and over $87.03 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Truck crane oiler/driver: under 100 tons $86.36 7 A 1 1 H 8 X V i e w Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Vac Truck (Vactor Guzzler, Hydro Excavator) $88.22 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Welder $89.02 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $83.69 1 5 J 1 1 G 8 X V i e w Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $88.22 1 5 J 1 1 G 8 X V i e w Power Line Clearance Tree Trimmers Journey Level In Charge $64.20 5 A 4 A V i e w Power Line Clearance Tree Trimmers Spray Person $60.74 5 A 4 A V i e w Power Line Clearance Tree Trimmers Tree Equipment Operator $64.20 5 A 4 A V i e w Power Line Clearance Tree Trimmers Tree Trimmer $57.29 5 A 4 A V i e w Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $43.05 5 A 4 A V i e w Refrigeration & Air Conditioning Mechanics Journey Level $100.35 6 Z 1 G V i e w Residential Brick Mason Journey Level $71.82 7 E 1 N V i e w Residential Carpenters Journey Level $36.44 1 V i e w Residential Cement Masons Journey Level $46.64 1 V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 23/28 Residential Drywall Applicators Journey Level $78.76 1 5 J 4 C V i e w Residential Drywall Tapers Journey Level $36.36 1 V i e w Residential Electricians Journey Level $48.80 1 V i e w Residential Glaziers Journey Level $28.93 1 V i e w Residential Insulation Applicators Journey Level $28.18 1 V i e w Residential Laborers Journey Level $29.73 1 V i e w Residential Marble Setters Journey Level $27.38 1 V i e w Residential Painters Journey Level $23.47 1 V i e w Residential Plumbers & Pipetters Journey Level $61.87 1 V i e w Residential Refrigeration & Air Conditioning Mechanics Journey Level $99.92 7 F 1 E V i e w Residential Sheet Metal Workers Journey Level $99.92 7 F 1 E V i e w Residential Soft Floor Layers Journey Level $59.52 7 C 3 J V i e w Residential Sprinkler Fitters (Fire Protection) Journey Level $63.61 1 V i e w Residential Stone Masons Journey Level $71.82 7 E 1 N V i e w Residential Terrazzo Workers Journey Level $67.51 7 E 1 N V i e w Residential Terrazzo/Tile Finishers Journey Level $24.39 1 V i e w Residential Tile Setters Journey Level $21.04 1 V i e w Roofers Journey Level $67.45 5 A 3 H V i e w Roofers Using Irritable Bituminous Materials $70.45 5 A 3 H V i e w Sheet Metal Workers Journey Level (Field or Shop)$99.92 7 F 1 E V i e w Shipbuilding & Ship Repair New Construction Boilermaker $58.93 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Carpenter $51.85 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Crane Operator $43.00 7 V 1 V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 24/28 Shipbuilding & Ship Repair New Construction Electrician $58.98 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $91.81 1 5 H 1 1 C V i e w Shipbuilding & Ship Repair New Construction Laborer $58.60 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Machinist $58.79 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Operating Engineer $43.00 7 V 1 V i e w Shipbuilding & Ship Repair New Construction Painter $58.72 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Pipetter $59.07 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Rigger $58.93 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Sheet Metal $58.68 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Shipwright $51.85 7 X 4 J V i e w Shipbuilding & Ship Repair New Construction Warehouse/Teamster $43.00 7 V 1 V i e w Shipbuilding & Ship Repair New Construction Welder / Burner $58.93 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Boilermaker $58.93 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Carpenter $51.85 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7 Y 4 K V i e w Shipbuilding & Ship Repair Ship Repair Electrician $58.98 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $91.81 1 5 H 1 1 C V i e w Shipbuilding & Ship Repair Ship Repair Laborer $58.60 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Machinist $58.79 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7 Y 4 K V i e w Shipbuilding & Ship Repair Ship Repair Painter $58.72 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Pipetter $59.07 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Rigger $58.93 7 X 4 J V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 25/28 Shipbuilding & Ship Repair Ship Repair Sheet Metal $58.68 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Shipwright $51.85 7 X 4 J V i e w Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7 Y 4 K V i e w Sign Makers & Installers (Electrical)Journey Level $60.46 0 1 V i e w Sign Makers & Installers (Non- Electrical) Journey Level $38.53 0 1 V i e w Soft Floor Layers Journey Level $63.29 1 5 J 4 C V i e w Solar Controls For Windows Journey Level $16.66 1 V i e w Sprinkler Fitters (Fire Protection)Journey Level $98.99 5 C 1 X V i e w Stage Rigging Mechanics (Non Structural) Journey Level $16.66 1 V i e w Stone Masons Journey Level $71.82 7 E 1 N V i e w Street And Parking Lot Sweeper Workers Journey Level $19.09 1 V i e w Surveyors Assistant Construction Site Surveyor $86.36 7 A 1 1 H 8 X V i e w Surveyors Chainman $82.59 7 A 1 1 H 8 X V i e w Surveyors Construction Site Surveyor $87.82 7 A 1 1 H 8 X V i e w Surveyors Drone Operator (when used in conjunction with survey work only) $82.59 7 A 1 1 H 8 X V i e w Surveyors Ground Penetrating Radar Operator $82.59 7 A 1 1 H 8 X V i e w Telecommunication Technicians Journey Level $69.69 7 E 1 E V i e w Telephone Line Construction - Outside Cable Splicer $41.35 5 A 2 B V i e w Telephone Line Construction - Outside Hole Digger/Ground Person $27.31 5 A 2 B V i e w Telephone Line Construction - Outside Telephone Equipment Operator (Light)$34.53 5 A 2 B V i e w Telephone Line Construction - Outside Telephone Lineperson $39.07 5 A 2 B V i e w Terrazzo Workers Journey Level $67.51 7 E 1 N V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 26/28 Tile Setters Journey Level $65.51 7 E 1 N V i e w Tile, Marble & Terrazzo Finishers Finisher $56.34 7 E 1 N V i e w Trac Control Stripers All cleanup required in connection with trac control stripers work (Group 1) $92.44 1 5 L 1 K V i e w Trac Control Stripers Handling, painting and installing of all car stops, stop signs and any other type sign (Group 2) $62.69 1 5 L 1 K V i e w Trac Control Stripers Installation of guard rail and posts and similar protective devices (Group 2) $62.69 1 5 L 1 K V i e w Trac Control Stripers Installation of parking gates, ticket spitters and other mechanical and automatic control devices (Group 2) $62.69 1 5 L 1 K V i e w Trac Control Stripers Installation of plastic metal or composition button, or lines used instead of paint (Group 1) $92.44 1 5 L 1 K V i e w Trac Control Stripers Line removal; chemical sand and hydro-blast, paint and button (Group 1) $92.44 1 5 L 1 K V i e w Trac Control Stripers Manufacturing and installation of all car stops and control devices and similar trac regulators (Group 2) $62.69 1 5 L 1 K V i e w Trac Control Stripers Manufacturing, painting, stenciling, servicing, repairing, placing and removal of trac safety and control devices/barricades (Group 2) $62.69 1 5 L 1 K V i e w Trac Control Stripers Painting and installing lines, arrows, bumpers, curbs, etc., on parking lots, air elds, highways, game courts (Group 1) $92.44 1 5 L 1 K V i e w Trac Control Stripers Preparation and maintenance of all surfaces (Group 1) $92.44 1 5 L 1 K V i e w Trac Control Stripers Seal coating, slurry coating and other surface protection (Group 2) $62.69 1 5 L 1 K V i e w Truck Drivers Asphalt Mix Over 16 Yards $79.40 1 5 J 1 1 M 8 L V i e w Truck Drivers Asphalt Mix To 16 Yards $78.56 1 5 J 1 1 M 8 L V i e w Truck Drivers Dump Truck $78.56 1 5 J 1 1 M 8 L V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 27/28 Truck Drivers Dump Truck & Trailer $79.40 1 5 J 1 1 M 8 L V i e w Truck Drivers Other Trucks $79.40 1 5 J 1 1 M 8 L V i e w Truck Drivers - Ready Mix Transit Mix $79.40 1 5 J 1 1 M 8 L V i e w Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 V i e w Well Drillers & Irrigation Pump Installers Oiler $16.66 1 V i e w Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 V i e w 2/13/25, 5:00 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 28/28 Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 1 | Page ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 2 | Page Overtime Codes Continued 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. 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. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 3 | Page Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. 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 5 am to 6pm 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, and all hours worked in excess of twelve (12) hours in a single shift 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 4 | Page Overtime Codes Continued 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 C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 5 | Page Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the contract specifications require more than four (4) hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). U. 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. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) 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. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 6 | Page Overtime Codes Continued 4. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). Al l work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an e mployee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Overtime Codes Continued 11. 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 After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 7 | Page Overtime Codes Continued 11. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. 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 5 am to 6pm 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, and all hours worked in excess of twelve (12) hours in a single shift 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 nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. 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 5 am to 6pm 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, and all hours worked in excess of twelve (12) hours in a single shift 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 ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at one and one-half 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. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 8 | Page Overtime Codes Continued 11. M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars ($2.00) per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. O. All work performed on Saturdays, Sundays, and Holidays shall be paid at one and one half (1-1/2) times the straight time rate of pay. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 9 | Page Overtime Codes Continued 11. P. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day’s operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 a.m. to 6:00 p.m., then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shifts shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten -hour shifts. In the event the job is down due to weather conditions, 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 work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. 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. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Q. 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 35% over the hourly rate of wage. Work performed on Sundays shall be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm, and all hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. When a holiday falls on a Saturday, the Friday before shall be the observed holiday. When a holiday falls on a Sunday, the following Monday shall be the observed holiday. S. The first ten (10) 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, or other conditions beyond the control of the Employer, then Saturday may be worked at the straight time rate, for the first eight (8) hours, or the first ten (10) hours when a four day ten hour workweek has been established. 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. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 10 | Page 11. T. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. U. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. If, due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift, then a Special Shift may be worked, Monday through Friday, at the straight-time rate. The starting time of work for the Special Shift will be arranged to fit such conditions of work. Such Special Shift shall consist of eight (8) hours of work for eight (8) hours of pay or ten (10) hours of work for ten(10) hours of pay on a four-ten workday schedule. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 11 | Page Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 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. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 12 | Page 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 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. Holiday Codes Continued 7. 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. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 13 | Page Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 14 | Page Holiday Codes Continued 15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. 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. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). 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. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's 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. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. M. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9). 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. N. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. O. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, the day before Christmas day, and Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 15 | Page Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 16 | Page Note Codes Continued X. 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. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 17 | Page Note Codes Continued 9. B. 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. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2) person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall consist of at least a Party Chief, an Instrument Person, and a Chain Person. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 18 | Page 9. I. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. Employees may be required to perform any combination of work within the Diving team/crew, (with the exception of dive Supervisor) provided they are paid at the highest rate at which he/she has worked for the shift. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Renton Windsock and 243 Building Aprons Project PLANNING DIVISION CERTIFICATE OF EXEMPTION FROM SHORELINE SUBSTANTIAL DEVELOPMENT EVALUATION FORM & DECISION DATE OF DECISION: November 26, 2024 PROJECT NUMBER: LUA24-000299, ECF, SME PROJECT NAME: Renton Windsock and 243 Building Aprons Project PROJECT MANAGER: Alex Morganroth, Prinicipal Planner APPLICANT: William Adams 616 W Perimeter Rd, Renton, WA 98057 CONTACT: Wes Holden, DOWL, LLC 15325 SE 30th Pl, Ste 300, Bellevue, WA 98007 OWNER: City of Renton – Renton Municipal Airport 616 W Perimeter Rd, Unit A, Renton, WA 98057 PROJECT LOCATION: 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007) PROJECT DESCRIPTION: The applicant, the City of Renton, is requesting a Shoreline Exemption for a maintenance and improvement project at the Renton Municipal Airport site located at 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007). The airport site totals 152.5 acres in area and is located within the Medium Industrial (IM) zone. The site is within the Comprehensive Plan Employment Area (EA) land use designation. The proposed work includes rehabilitation of pavement sections at two (2) aprons at the airport. The first apron, designated as the 243 Building Apron, is located at the SW corner of the airport site. The second apron, designated as the Windsock Apron, is located around the mid-point of the runway on the east side of the airport adjacent to E Perimeter Rd and the Cedar River. The applicant is proposing full depth pavement repair, replacement of aircraft tiedowns, and minor stormwater conveyance system improvements at both project locations. In addition, the 243 Building Apron includes a publicly accessible parking lot proposed for full depth pavement repair and restriping. No parking stalls are proposed for removal. Work is proposed within 100 feet (100’) of the Cedar River ordinary high-water mark (OHWM), but no in-water work is proposed (Attachment B). A high seismic hazard area, high erosion hazard area, sensitive and protected slopes, and Wellhead Protection Area Zones 1 and 2 are mapped on the airport site according to City of Renton (COR) Maps. A Flood Hazard Area pursuant to the FEMA Flood Insurance Rate Maps (FIRM) is also located on the subject site. The hazard area on the site, a Special Flood Zone AE (base flood elevation determined), is classified as a 100-year flood plain. The FIRM maps indicate the base flood elevation to be 26 feet (26’) Mean Sea Level (MSL). No vegetation is proposed for removal. The project site is located along the western shore of the Cedar River, a Shoreline of the State. Reach A of the Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C City of Renton Department of Community & Economic Development Certificate of Exemption From Shoreline Substantial Development Renton Windsock and 243 Building Aprons Project LUA24-000299, ECF, SME Permit Date: November 26, 2024 Page 2 of 4 Renton Windsock and 243 Building Aprons Project Cedar River Shoreline is designated as High Intensity at the Windsock Apron project location. Due to the location of the work proposed on the Windsock Apron, within 200 feet (200’) of the OHWM of the Cedar River, the applicant submitted a Habitat Data Report, prepared by DOWL, LLC, dated July 22, 2024, and a Stream Assessment, prepared by DOWL, LLC, dated July 22, 2024 (Attachments C and D). According to the Stream Assessment, the Windsock Apron project area is entirely covered with pavement and the surrounding areas to the south and west are mowed grasses. Therefore, the proposal would not impact any vegetation in the vicinity of the Cedar River. The Cedar River, which provides instream habitat for salmonid species and prey species including sculpin and lamprey, serves as an important migration corridor and outlets to Lake Washington and eventually to the Puget Sound. However, the Stream Assessment notes that the reach of the Cedar River flowing through Renton has limited ecological functions due to significant urban development adjacent to the river. While trees and shrubs along the bank provide some shading and nutrient input, the riparian corridor is limited due to adjacent development of the airport site and Boeing manufacturing plant. The report concludes that the proposal would not result in any impacts to the Cedar River and therefore achieves no net loss of ecological functions. The Habitat Data Report identifies little to no habitat features on either the Windsock Apron or 243 Building Apron sites. According to the report, the maintained lawn near the 243 Apron proposed for removal provides limited habitat for small mammals and city birds. In addition, the Washington Department of Fish and Wildlife (WDFW) Priority Habitats and Species map tool show there are no priority wildlife species present of the airport. However, the Cedar River contains priority species including sockeye (Oncorhynchus nerka), coho (Onchorhynchus kisutch), chinook (Oncorhynchus tshawytscha), cutthroat trout (Oncorhyncus clarkii), kokanee (Oncorhyncus nerka), steelhead (Oncorhyncus mykiss), Dolly Varden (Salvelinus malma), and bull trout (Salvelinus confluentus). The report concludes that, similar to the Stream Assessment, the project would not result in any impacts to wildlife near the airport site and therefore no specific on -site mitigation is recommended. SEC-TWN-R: NE 07-23-05 LEGAL DESCRIPTION: (King County Assessor) POR SECS 7 & 18-23-5 & POR TOBINS D C INCL POR PLATTED & VAC STS LY WLY OF COMM W W # 2 N OF N LN DIXIE AVE & ELY OF STATE HWAY # 5 & ELY & SLY OF FOLG LN BEG ON ELY MGN SD HWAY AT PT 5 FT S OF N LN OF LOT 8 BLK 18 BRYN MAWR TH E 89.23 FT TH N 05-16-51 E 438.90 FT TH N 40-09-47 E 188.55 FT TH N 60 FT TH N 29-00-40 W 197.07 FT TH S 88-27-28 E 90.83 FT TH N 01-32-32 W 40 FT TH S 88-27-28 E 234.53 FT TH S 35-00-00 E 142.41 FT TH E 403.70 FT LESS LOTS 19 TO 22 INCL BLK 4 RENTON REAL ESTATE COS 1ST ADD LESS PORTION FOR LANE HANGAR CONDOMINIUM -TGW POR OF RAINIER AVE N PER RENTON VAC ORD #5780 WATER BODY/REACH: Cedar River/Reach A EXEMPTION JUSTIFICATION/DECISION: An exemption from a Shoreline Management Substantial Development Permit is hereby Approved on the proposed project in accordance with RMC 4-9-190C “Exemption from Permit System’ and for the following reasons: Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C City of Renton Department of Community & Economic Development Certificate of Exemption From Shoreline Substantial Development Renton Windsock and 243 Building Aprons Project LUA24-000299, ECF, SME Permit Date: November 26, 2024 Page 3 of 4 Renton Windsock and 243 Building Aprons Project Normal maintenance or repair of existing structures or developments, including damage by accident, fire or elements. "Normal maintenance" includes those usual acts to prevent a decline, lapse, or cessation from a lawfully established condition. "Normal repair" means to restore a development to a state comparable to its original condition, including but not limited to its size, shape, configuration, location, and external appearance, within a reasonable period after decay or partial destruction, except where repair causes substantial adverse effects to shoreline resource or environment. Replacement of a structure or development may be authorized as repair where such replacement is the common method of repair for the type of structure or development and the replacement structure or development is comparable to the original structure or development including but not limited to its size, shape, configuration, location and external appearance and the replacement does not cause substantial adverse effects to shoreline resources or environment. Pursuant to the City of Renton's Environmental Ordinance and SEPA (RCW 43.21C, 1971 as amended), on October 28, 2024, the Environmental Review Committee issued a Determination of Non-Significance - Mitigated (DNS-M) for the Renton Windsock and 243 Building Aprons project with two (2) mitigation measures (Attachment A). A 14-day appeal period commenced on October 28, 2024, and ended on November 12, 2024. A SEPA environmental impact statement (EIS) was not required under Revised Code of Washington (RCW) 43.21C.030(2)(c). No appeals of the threshold determination were filed. Repair, remodeling, and maintenance activities. The following activities shall be categorically exempt: The repair, remodeling, maintenance, or minor alteration of existing private or public structures, facilities, or equipment, including utilities, recreation, and transportation facilities involving no material expansions or changes in use beyond that previously existing, except that, where undertaken wholly or in part on lands covered by water, only minor repair or replacement of structures may be exempt (examples include repair or replacement of piling, ramps, floats, or mooring buoys, or minor repair, alteration, or maintenance of docks). Staff Comment: The proposal for a maintenance and improvement project at the Renton Municipal Airport would qualify as an Exemption from a Shoreline Substantial Development Permit under the allowance for Maintenance and Repair. The proposed maintenance and improvement work noted in the ‘Project Description’ section above would allow the airport, an important transportation infrastructure element for the entire region, to continue operating in a safe and efficient manner and therefore is classified as a Maintenance and Repair project. The proposal would not impact any vegetation or habitat and would result in no net loss of ecological functions and values on the project site. FINDINGS: The proposed development is: i. Consistent with the policies of the Shoreline Management Act. ii. Not Applicable to the guidelines of the Department of Ecology where no Master Program has been finally approved or adopted by the Department. iii. Consistent with the City of Renton Shoreline Mater Program. SIGNATURE & DATE OF DECISION: _____________________________________ ______________________________ Matthew Herrera, Planning Director Date Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 11/26/2024 | 2:58 PM PST City of Renton Department of Community & Economic Development Certificate of Exemption From Shoreline Substantial Development Renton Windsock and 243 Building Aprons Project LUA24-000299, ECF, SME Permit Date: November 26, 2024 Page 4 of 4 Renton Windsock and 243 Building Aprons Project RECONSIDERATION: Within 14 days of the decision date, any party may request that the decision be reopened by the approval body. The approval body may modify his decision if material evidence not readily discoverable prior to the original decision is found or if he finds t here was misrepresentation of fact. After review of the reconsideration request, if the approval body finds sufficient evidence to amend the original decision, there will be no further extension of the appeal period. Any person wishing to take further acti on must file a formal appeal within the 14-day appeal time frame. APPEALS: This administrative land use decision will become final if not appealed in writing to the Hearing Examiner on or before 5:00 PM on December 10, 2024. An appeal of the decision must be filed within the 14-day appeal period (RCW 43.21.C.075(3); WAC 197-11-680). Appeals must be submitted electronically to the City Clerk at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday through Friday. The appeal fee, normally due at the time an appeal is submitted, will be collected at a future date if your appeal is submitted electronically. The appeal submitted in person may be paid on the first floor in our Finance Department. Appeals to the Hearing Examiner are governed by RMC 4 -8-110 and additional information regarding the appeal process may be obtained from the City Clerk’s Office, cityclerk@rentonwa.gov. EXPIRATION: Two (2) years from the date of decision (date signed). ATTACHMENTS: Attachment A: Environmental (SEPA) Review Committee Determination of Non-Significance - Mitigated (DNS-M), dated October 28, 2024 Attachment B: Civil Construction Plans Attachment C: Habitat Data Report, prepared by DOWL, LLC, dated July 22, 2024 Attachment D: Stream Assessment, prepared by DOWL, LLC, dated July 22, 2024 Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT ENVIRONMENTAL (SEPA) DETERMINATION OF NON-SIGNIFICANCE - MITIGATED (DNS-M) Project File Numbers: LUA24-000299 / PR24-000063 Project Name: Renton Windsock and 243 Building Apron Project Applicant: William Adams / 616 West Perimeter Rd, Renton, WA 98057 Project Location: 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007) Project Description: The applicant, the City of Renton, is requesting Environmental (SEPA) Review and a Shoreline Exemption for a maintenance and improvement project at the Renton Municipal Airport site located at 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007). The airport site totals 152.5 acres in area and is located within the Medium Industrial (IM) zone. The site is within the Comprehensive Plan Employment Area (EA) land use designation. The proposed work includes rehabilitation of pavement sections at two (2) aprons at the airport. The first apron, designated as the “243 Building Apron,” is located at the SW corner of the airport site. The second apron, designated as the “Windsock Apron,” is located around the mid -point of the runway on the east side of the airport adjacent to E Perimeter Rd and the Cedar River. The applicant is proposing full depth pavement repair, replacement of aircraft tiedowns, and minor stormwater conveyance system improvements at both project locations. In addition, the 243 Building Apron includes a publicly accessible parking lot proposed for full depth pavement repair and restriping. No parking stalls are proposed for removal. Work is proposed within 100 feet of the Cedar River ordinary high water mark (OHWM), but no in-water work is proposed. A high seismic hazard area, high erosion hazard area, sensitive and protected slopes, and Wellhead Protection Area Zones 1 and 2 are mapped on the airport site according to City of Renton (COR) Maps. A Flood Hazard Area pursuant to the FEMA Flood Insurance Rate Maps (FIRM) is also located on the subject site. The hazard area on the site, a Special Flood Zone AE (base flood elevation determined), is classified as a 100-year flood plain. The FIRM maps indicate the base flood elevation to be 26 feet Mean Sea Level (MSL). In addition, a portion of proposed improvements are located within Reach A of the Cedar River, a Shoreline of the State, with an Environmental Designation of Shoreline High Intensity. No vegetation is proposed for removal. Lead Agency: City of Renton Environmental Review Committee Department of Community & Economic Development Date of Decision: October 28, 2204 Mitigation Measures: 1. The applicant shall comply with the recommendations found in the submitted Geotechnical Report, prepared by HWA Geosciences, Inc., dated November 2, 2023, and any future addenda. 2. The applicant shall submit an Archaeological Monitoring and Inadvertent Discovery Plan (MIDP) to the Department of Archaeology and Historic Preservation (DAHP) and any interested tribes for review prior to the start of any ground disturbing activities. Documentation of the submittal shall be provided to the City of Renton prior to the issuance of building or construction permits. The City of Renton Environmental Review Committee has determined that probable significant environmental impacts from the proposed project can be mitigated. An Environmental Impact Statement (EIS) is not required under RCW 43.21C.030(2)(c). Conditions were imposed as mitigation measures by the Environmental Review Committee under their authority of Section 4-9-070D Renton Municipal Code. These conditions are necessary to Docusign Envelope ID: D31D61AF-180E-439C-B708-0C917E2644A7 Attachment A Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C Environmental Review Committee Determination October 24, 2024 Page 2 of 2 SIGNATURES: Martin Pastucha, Administrator Public Works, Chair Date Anjela Barton, Fire Marshal Renton Regional Fire Authority Date Maryjane Van Cleave, Administrator Parks and Recreation Date Gina Estep, Administrator Date Community and Economic Development mitigate environmental impacts identified during the environmental review process. Because other agencies of jurisdiction may be involved, the lead agency will not act on this proposal for fourteen (14) days. Appeals of the environmental determination must be filed in writing on or before 5:00 p.m. on November 12, 2024. Appeals must be submitted electronically to the City Clerk at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday through Friday. The appeal fee, normally due at the time an appeal is submitted, will be collected at a future date if your appeal is submitted electronically. The appeal submitted in person may be paid on the first floor in our Finance Department. Appeals to the Hearing Examiner are governed by RMC 4-8-110 and additional information regarding the appeal process may be obtained from the City Clerk’s Office, cityclerk@rentonwa.gov. Docusign Envelope ID: D31D61AF-180E-439C-B708-0C917E2644A7 10/28/2024 | 3:28 PM PDT 10/28/2024 | 1:41 PM PDT for 10/28/2024 | 1:39 PM PDT Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C DEPARTMENT OF COMMUNITY & ECONOMIC DEVELOPMENT Planning Division 1055 South Grady Way, 6th Floor | Renton, WA 98057 | 425-430-7200, ext. 2 www.rentonwa.gov NOTICE OF ENVIRONMENTAL DETERMINATION ISSUANCE OF A DETERMINATION OF NON-SIGNIFICANCE - MITIGATED (DNS-M) POSTED TO NOTIFY INTERESTED PERSONS OF AN ENVIRONMENTAL ACTION DNS-M: The City of Renton Environmental Review Committee (ERC) has determined that the proposed action has probable significant impacts that can be mitigated through mitigation measures. This DNS -M is issued after using the optional DNS process in WAC 197-11-355. There is no further comment period. DATE OF NOTICE OF ENVIRONMENTAL DETERMINATION: October 28, 2024 PROJECT NAME/NUMBER: PR24-000063 Renton Windsock and 243 Building Aprons Project / LUA24-000299, ECF, SME, LUA Number PROJECT LOCATION: 243 W Perimeter Rd (APNs 0723059007) APPLICANT/PROJECT CONTACT PERSON: William Adams / 1055 S Grady Way Renton, WA 98057 / wadams@rentonwa.gov LOCATION WHERE APPLICATION MAY BE REVIEWED: Applicant documents are available online through the City of Renton Document Center website. See also https://rb.gy/2bfcyv PROJECT DESCRIPTION: The applicant, the City of Renton, is requesting Environmental (SEPA) Review and a Shoreline Exemption for a maintenance and improvement project at the Renton Municipal Airport site located at 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007). The airport site totals 152.5 acres in area and is located within the Medium Industrial (IM) zone. The site is within the Comprehensive Plan Employment Area (EA) land use designation. The proposed work includes rehabilitation of pavement sections at two (2) aprons at the airport. The first apron, designated as the “243 Building Apron,” is located at the SW corner of the airport site. The second apron, designated as the “Windsock Apron,” is located around the mid -point of the runway on the east side of the airport adjacent to E Perimeter Rd and the Cedar River. The applicant is proposing full depth pavement repair, replacement of aircraft tiedowns, and minor stormwater conveyance system improvements at both project locations. In addition, the 243 Building Apron includes a publicly accessible parking lot proposed for full depth pavement repair and restriping. No parking stalls are proposed for removal. Work is proposed within 100 feet of the Cedar River ordinary high water mark (OHWM), but no in -water work is proposed. A high seismic hazard area, high erosion hazard area, sensitive and protected slopes, and Wellhead Protection Area Zones 1 and 2 are mapped on the airport site according to City of Renton (COR) Maps. A Flood Hazard Area pursuant to the FEMA Flood Insurance Rate Maps (FIRM) is also located on the subject site. The hazard area on the site, a Special Flood Zone AE (base flood elevation determined), is classified as a 100 -year flood plain. The FIRM maps indicate the base flood elevation to be 26 feet Mea n Sea Level (MSL). In addition, a portion of proposed improvements are located within Reach A of the Cedar River, a Shoreline of the State, with an Environmental Designation of Shoreline High Intensity. No vegetation is proposed for removal. Appeals of the environmental determination must be filed in writing on or before 5:00 p.m. on November 12, 2024. Due to the ongoing state of emergency enacted by Governor’s Proclamation 20-28.14 (and as amended), the City Clerk’s Office is working remotely. For that reason, appeals must be submitted electronically to the City Clerk at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday through Friday. The appeal fee, normally due at the time an appeal is submitted, will be collected at a future date if your appeal is submitted electronically. Appeals to the Hearing Examiner are governed by RMC 4-8-110 and additional information regarding the appeal process may be obtained from the City Clerk’s Office, cityclerk@rentonwa.gov. PUBLIC HEARING: If the Environmental Determination is appealed, a public hearing will be set and all parties notified. Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C CITY OF RENTON RENTON MUNICIPAL AIRPORT (RNT) WINDSOCK & 243 BLDG. GA APRON & PARKING LOT REHABILITATION JUNE 2024 SHEET INDEX SHEET NO.SHEET NAME RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 PROJECT LOCATION VICINITY MAP PROJECT SITE 243 BLDG WIND SOCK GA APRON C1 CO V E R S H E E T LEGEND ABBREVIATIONS Attachme nt B Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RA M P PAV E D PAVED PAVED PAVED PARKING PAVED PAV E D PAVED WIND SOCK AIRP O R T PRO P E R T Y FH PAVED PAV E D PAV E D MBX TAXIWAY A RAINIER AVE N LOGAN AV E N RUNWAY 16-34 W. PERIMETER R O A D 600 BLDG 500 BLDG 540 BLDG RAINIER FLIGHT E. PERIMETER R O A D TAXIWAY B WIND SOCK GA APRON APRON CAPRON B AI R P O R T W A Y APRON D COMPASS ROSE APRON R PRO-FLIGHT AVIATION A7 B 7 B6 A6 B 5 A5 B4 A4 B3 A 3 A2 A1 TAXIWAY B AIRPORT OFFICE & ATCT AIRPORT BEACON AIRPORT MAINTENANCE BLDG 243 BLDG WORK AREA #1 WORK AREA #2 BOEING AIRCRAFT BRIDGE VEHICLE GATE V10 VEHICLE GATE V7 APRON A PED GATE P10 CEDAR RIVER C O M M E R C I A L W A T E R W A Y RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C2 CO N S T R U C T I O N S I T E P L A N GENERAL NOTES: LEGEND: Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RA M P PAV E D PAVED PAVED PAVED PARKING PAVED PAV E D PAVED WIND SOCK AIR P O R T PRO P E R T Y FH PAVED PAV E D PAV E D MBX TAXIWAY A RAINIER AVE N CEDAR RIVER C O M M E R C I A L W A T E R W A Y LOGAN AV E N RUNWAY 16-34 W. PERIMETER R O A D E. PERIMETER R O A D TAXIWAY B WIND SOCK GA APRON APRON CAPRON B APRON A AI R P O R T W A Y APRON D COMPASS ROSE APRON R RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C3 SU R V E Y C O N T R O L P L A N SURVEY NOTES:SURVEY CONTROL: LEGEND: CONTROL POINT TABLE: Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C CEDAR RIV E R C O M M E R C I A L W A T E R W A Y COMPASS ROSE TAXIWAY B BLDG 749B BLDG 749A TW Y B 4 T W Y B 5 E. PERIMETE R R O A D RUNWAY 16-34 PROPERTY L I N E 44.50' 44.50' CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA WORK AREA BIRD CANNON BLOCK OFF PEDESTRIAN ACCESS 21' MIN 100-YEAR FLOOD LINE RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C4 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #1 - PHASE 1: WINDSOCK APRON PAVEMENT REHABILITATION ALLOWED DURATION: 28 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 1 WORK): 1)CONDUCT PRE-CONSTRUCTION MEETING A MINIMUM OF 1 WEEK PRIOR TO PROJECT COMMENCEMENT. 2)COORDINATE WITH AIRPORT STAFF TO ENSURE AIRCRAFTS HAVE BEEN RELOCATED PRIOR TO THE START OF WORK. 3)ALL DRIVERS EXPECTED TO OPERATE VEHICLES IN ACTIVE AIRCRAFT OPERATIONAL AREAS DURING PHASE 1 MUST VIEW FAA GUIDE TO GROUND VEHICLE OPERATIONS PRIOR TO THE START OF WORK. 4)PLACE LOW PROFILE BARRICADES AS SHOWN. 5)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 4)INSTALL NEW TIEDOWN ANCHORS 5)COMPLETE INITIAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 1 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 1. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 WORK AREA #1 - PHASE 1 NOTES: CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C CEDAR RIV E R C O M M E R C I A L W A T E R W A Y COMPASS ROSE TAXIWAY B BLDG 749B BLDG 749A TW Y B 4 T W Y B 5 E. PERIMETE R R O A D RUNWAY 16-34 PROPERTY L I N E 44.50' 44.50' CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA WORK AREA BIRD CANNON BLOCK OFF PEDESTRIAN ACCESS 21' MIN 100-YEAR FLOOD LINE RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C5 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #1 - PHASE 2: WINDSOCK APRON FINAL PAVEMENT MARKINGS ALLOWED DURATION: 4 HOURS (WITHIN TIME ALLOTTED FOR WORK AREA 2) ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 2 WORK): 1)COORDINATE WITH AIRPORT STAFF TO ENSURE AIRCRAFTS HAVE BEEN RELOCATED PRIOR TO THE START OF WORK. 2)PLACE LOW PROFILE BARRICADES AS SHOWN. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)COMPLETE FINAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 2 WORK): 1)COMPLETE FINAL INSPECTION CHECKLIST AT THE END OF WORK AREA 1 PHASE 2. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 WORK AREA #1 - PHASE 2 NOTES: CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 62.00' AI R P O R T W A Y W. P E R I M E T E R R O A D 243 BLDG DRIVE L A N E APRON EXISTING HANGAR PARKING LOT TW Y A 7 TAXIWAY A RUNWAY 16-34 W. PERIMETER ROAD CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA VEHICLE GATE V7 PR O P E R T Y L I N E APRON B WORK AREA PEDESTRIAN GATE P10 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C6 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 1: BUILDING 243 APRON PAVEMENT REHABILITATION ALLOWED DURATION: 13 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:NORTH HALF OF 243 BUILDING APRON CLOSED, WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 1 WORK): 1)COORDINATE WITH AIRPORT STAFF TO REMOVE AIRCRAFT FROM EXISTING HANGAR PRIOR TO START OF CONSTRUCTION. 2)CONDUCT PRE-CONSTRUCTION MEETING A MINIMUM OF 1 WEEK PRIOR TO PROJECT COMMENCEMENT. 3)ALL DRIVERS EXPECTED TO OPERATE VEHICLES IN ACTIVE AIRCRAFT OPERATIONAL AREAS DURING PHASE 1 MUST VIEW FAA GUIDE TO GROUND VEHICLE OPERATIONS PRIOR TO THE START OF WORK. 4)PLACE LOW PROFILE BARRICADES AS SHOWN. 5)CONFIRM CLEARING AND GRUBBING LIMITS WITH THE RPR. 6)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE CLEARING AND GRUBBING IN WORK AREAS. 4)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 5)INSTALL NEW TIEDOWN ANCHORS 6)COMPLETE INITIAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 1 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF WORK AREA 2, PHASE 1.. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 WORK AREA #2 - PHASE 1 NOTES: CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 62.00' AI R P O R T W A Y W. P E R I M E T E R R O A D 243 BLDG DRIV E L A N E APRON EXISTING HANGAR PARKING LOT TW Y A 7 TAXIWAY A RUNWAY 16-34 W. PERIMETER ROAD VEHICLE GATE V10 PR O P E R T Y L I N E APRON B WORK AREA CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA PEDESTRIAN GATE P10 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C7 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 2: BUILDING 243 APRON RECONSTRUCTION ALLOWED DURATION: 5 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:ALL TAXIWAYS/TAXILANES OPEN APRON STATUS:SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 2 WORK): 1)PLACE LOW PROFILE BARRICADES AS SHOWN. 2)CONFIRM CLEARING AND GRUBBING LIMITS WITH THE RPR. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE CLEARING AND GRUBBING IN WORK AREAS. 4)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 5)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 2 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 2. WORK AREA #2 - PHASE 2 NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C AI R P O R T W A Y W. P E R I M E T E R R O A D 243 BLDG DRIVE L A N E APRON EXISTING HANGAR PARKING LOT TW Y A 7 TAXIWAY A RUNWAY 16-34 W. PERIMETER ROAD CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA EXISTING VEHICLE GATE V7 PR O P E R T Y L I N E APRON B WORK AREA 62.00' PEDESTRIAN GATE P10 RELOCATED VEHICLE GATE V7 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C8 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 3A: BUILDING 243 DRIVE LANE REHABILITATION (OUTSIDE AOA) ALLOWED DURATION: 8 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:ALL OPEN TAXIWAY/TAXILANE STATUS:ALL OPEN APRON STATUS:ALL OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 3A WORK): 1)PLACE LOW PROFILE BARRICADES AS SHOWN. 2)PLACE TEMPORARY TRAFFIC CONES OR DRUMS AS SHOWN. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)CONFIRM TEMPORARY CONE OR DRUM LOCATIONS WITH THE ENGINEER 3)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 4)RELOCATE EXISTING FENCE, GATE AND ASSOCIATED APPARATUSES. 5)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 6)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 3A WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 3A. WORK AREA #2 - PHASE 3 NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C AI R P O R T W A Y W. P E R I M E T E R R O A D 243 BLDG DRIVE L A N E APRON EXISTING HANGAR PARKING LOT TW Y A 7 TAXIWAY A RUNWAY 16-34 W. PERIMETER ROAD PR O P E R T Y L I N E APRON B CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA 62.00' PEDESTRIAN GATE P10 PROPOSED VEHICLE GATE V7 WORK AREA RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C9 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 4: BUILDING 243 PARKING LOT RECONSTRUCTION ALLOWED DURATION: 8 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:ALL OPEN TAXIWAY/TAXILANE STATUS:ALL OPEN APRON STATUS:ALL OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 4 WORK): 1)PLACE TEMPORARY TRAFFIC CONES OR DRUMS AS SHOWN. 2)CONFIRM CLEARING AND GRUBBING LIMITS WITH THE RPR. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM TEMPORARY TRAFFIC CONE OR DRUM LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE CLEARING AND GRUBBING IN WORK AREAS. 4)COMPLETE EXTRUDED CURB REMOVAL 5)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 6)CONSTRUCT LANDSCAPE ISLANDS. 7)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 4 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 4. WORK AREA #2 - PHASE 4 NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 62.00' AI R P O R T W A Y W. P E R I M E T E R R O A D 243 BLDG DRIVE L A N E APRON EXISTING HANGAR TW Y A 7 TAXIWAY A RUNWAY 16-34 W. PERIMETER ROAD CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA VEHICLE GATE V7 PR O P E R T Y L I N E APRON B WORK AREA PEDESTRIAN GATE P10 PARKING LOT RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C10 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 5: BUILDING 243 APRON FINAL PAVEMENT MARKINGS ALLOWED DURATION: 4 HOURS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 5 WORK): 1)COORDINATE WITH AIRPORT STAFF TO ENSURE AIRCRAFTS HAVE BEEN RELOCATED PRIOR TO THE START OF WORK. 2)PLACE LOW PROFILE BARRICADES AS SHOWN. 3)PLACE TRAFFIC CONE AND DRUMS AS SHOWN. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)CONFIRM TRAFFIC CONE AND DRUM LOCATIONS WITH THE ENGINEER. 3)COMPLETE FINAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 5 WORK): 3) COMPLETE FINAL INSPECTION CHECKLIST AT THE END OF PHASE 5. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C11 1 WORK AREA #2 - PHASE 5 NOTES: CONSTRUCTION NOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C11 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3 VEHICLE GATE V10 RELOCATION AND DRIVE AISLE FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 10 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 CO N S T R U C T I O N S A F E T Y & PH A S I N G D E T A I L S LOW PROFILE BARRICADE DETAIL LOW PROFILE BARRICADE NOTES: LOW PROFILE BARRICADE PRE-APPROVED PRODUCTS: C11 1.AIRCRAFT ALWAYS HAVE THE RIGHT OF WAY. CONTRACTOR SHALL YIELD TO AIRCRAFT AT ALL TIMES. 2.THE WORK AREAS AND CONTRACT TIME FOR COMPLETION OF EACH PHASE IS DESCRIBED IN THE CONSTRUCTION PHASING SUMMARY TABLE ON SHEETS C4-C10. LIQUIDATED DAMAGES WILL BE ASSESSED PER THE CONTRACT DOCUMENTS FOR FAILURE TO SUBSTANTIALLY COMPLETE EACH PHASE WITHIN THE ALLOTTED DURATION. 3.ALL WORK WITHIN EACH PHASE SHALL BE SUBSTANTIALLY COMPLETE PRIOR TO BEGINNING WORK IN THE NEXT PHASE, EXCEPT AS NOTED ON THE PHASING SUMMARY TABLE. 4.A FOD INSPECTION SHALL BE PERFORMED BY THE CONTRACTOR AT THE END OF EACH PHASE, ON ALL WORK AREAS IN THAT PHASE, PRIOR TO RE-OPENING. ALL DEBRIS AND POTENTIAL FOD SHALL BE REMOVED FROM AIRFIELD SURFACES PRIOR TO RE-OPENING THE WORK AREA. 5.CONTRACTOR SHALL NOTIFY THE ENGINEER A MINIMUM OF 48-HOURS IN ADVANCE OF ANY CHANGES TO CONSTRUCTION PHASING. 6.CONTRACTOR SHALL PLACE AND MAINTAIN ALL BARRICADES, INCLUDING REPLACING LIGHTS ON LOW-PROFILE BARRICADES. GAPS BETWEEN BARRICADES SHALL BE NO MORE THAN 4-FEET. 7.WHERE MULTIPLE WORK AREAS ARE PROVIDED, WORK SHALL OCCUR SIMULTANEOUSLY. GENERAL CONSTRUCTION SAFETY AND PHASING NOTES: Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C CEDAR RIV E R C O M M E R C I A L W A T E R W A Y TAXIWAY B BLDG 749B BLDG 749A TW Y B 4 T W Y B 5 E. PERIMET E R R O A D PROPERTY L I N E 44.50' 44.50' SAWCUT ALONG EXISTING JOINT 21' MIN TRAVEL LANE 100-YEAR FLOOD LINE RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C12 SI T E P R E P A R A T I O N & T E S C P L A N LEGEND: PROPERTY LINE STORM DRAIN INLET PROTECTION SILT FENCE TRIANGULAR SILT DIKE TAXIWAY OBJECT FREE AREA EXISTING WATER EXISTING STORM DRAIN EXISTING ELECTRICAL EXISTING TELECOMMUNICATIONS EXISTING GAS EXISTING PAVEMENT EDGE EXISTING FENCE PROPOSED SAWCUT REMOVE EXISTING EXTRUDED CURB REMOVE EXISTING PAINT MARKING CLEARING AND GRUBBING AND EXCAVATION AS NEEDED ASPHALT REMOVAL CONCRETE REMOVAL FLOODWAY 1.EROSION CONTROL METHODS MUST BE IN PLACE PRIOR TO COMMENCEMENT OF SITE PREPARATION AND REMOVALS. 2.ASPHALT PAVEMENT TO BE HAULED OFFSITE AND SAFELY DISPOSED OF. 3.PROTECT ALL EXISTING UTILITY LINES IN PLACE. EROSION CONTROL NOTES: 1.INSTALL STORM DRAIN INLET PROTECTION PER WSDOT STD PLAN I-40.20-00. 2.INSTALL SILT FENCE PER WSDOT STD PLAN I-30.15-02. 3.INSTALL TRIANGULAR SILT DIKE PER DTL ON SHEET C14. EROSION CONTROL GENERAL NOTES: SITE PREPARATION NOTES: 1.DEMOLISH AND DISPOSE OF EXISTING ASPHALT PAVEMENT. 2.CLEAR AND GRUB AND EXCAVATE TO FINISHED GRADE, AS NEEDED. 3.PROTECT EXISTING UTILITY STRUCTURES IN PLACE. ADJUST RIM AS NEEDED. 4.PROTECT EXISTING FENCE IN PLACE. 5.REMOVE EXISTING EXTRUDED CURB. 6.SAWCUT EXISTING PAVEMENT. 7.REMOVE EXISTING PAINT MARKING. 8.PROTECT EXISTING CATCH BASIN IN PLACE. SEE PLAN FOR PROPOSED RIM ADJUSTMENTS. Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 62.00' AI R P O R T W A Y 243 BLDG DRIVE LA N E EXISTING HANGAR TW Y A 7 TAXIWA Y A W. PERIMETER ROAD PR O P E R T Y L I N E W. P E R I M E T E R R O A D RELOCATE EXISTING VEHICLE GATE V7, FENCE AND ALL ASSOCIATED EQUIPMENT, SEE SHEET C19. PEDESTRIAN GATE P10 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C13 SI T E P R E P A R A T I O N & T E S C P L A N LEGEND: PROPERTY LINE STORM DRAIN INLET PROTECTION SILT FENCE TRIANGULAR SILT DIKE TAXIWAY OBJECT FREE AREA EXISTING WATER EXISTING STORM DRAIN EXISTING ELECTRICAL EXISTING TELECOMMUNICATIONS EXISTING GAS EXISTING PAVEMENT EDGE EXISTING FENCE PROPOSED SAWCUT REMOVE EXISTING EXTRUDED CURB REMOVE EXISTING PAINT MARKING CLEARING AND GRUBBING AND EXCAVATION AS NEEDED ASPHALT REMOVAL CONCRETE REMOVAL FLOODWAY 1.EROSION CONTROL METHODS MUST BE IN PLACE PRIOR TO COMMENCEMENT OF SITE PREPARATION AND REMOVALS. 2.ASPHALT PAVEMENT TO BE HAULED OFFSITE AND SAFELY DISPOSED OF. 3.PROTECT ALL EXISTING UTILITY LINES IN PLACE. EROSION CONTROL NOTES: 1.INSTALL STORM DRAIN INLET PROTECTION PER WSDOT STD PLAN I-40.20-00. 2.INSTALL SILT FENCE PER WSDOT STD PLAN I-30.15-02. 3.INSTALL TRIANGULAR SILT DIKE PER DTL ON SHEET C14. EROSION CONTROL GENERAL NOTES: SITE PREPARATION NOTES: 1.DEMOLISH AND DISPOSE OF EXISTING ASPHALT PAVEMENT. 2.CLEAR AND GRUB AND EXCAVATE TO FINISHED GRADE, AS NEEDED. 3.PROTECT EXISTING UTILITY STRUCTURES IN PLACE. ADJUST RIM AS NEEDED. 4.PROTECT EXISTING FENCE IN PLACE. 5.REMOVE EXISTING EXTRUDED CURB. 6.SAWCUT EXISTING PAVEMENT. 7.REMOVE EXISTING PAINT MARKING. 8.PROTECT EXISTING CATCH BASIN IN PLACE. SEE PLAN FOR PROPOSED RIM ADJUSTMENTS. Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 SI T E P R E P A R A T I O N & TE S C D E T A I L S TRIANGULAR SILT DIKE DETAIL C14 Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C WIND SOCK CEDAR RIVER C O M M E R C I A L W A T E R W A Y TAXIWAY B BLDG 749B BLDG 749A TW Y B 4 T W Y B 5 E. PERIMETER R O A D 15' TYP.15' TYP. 23.3 3 2 3 . 3 3 23.3 2 2 3 . 3 3 23.3 6 23.3 9 23.4 2 2 3 . 4 3 23.4 2 2 3 . 4 8 23.5 5 2 3 . 6 1 23.2 6 2 3 . 2 5 23.2 6 2 3 . 2 8 23.3 1 23.3 3 23.3 4 2 3 . 3 4 23.3 4 2 3 . 4 0 23.4 8 2 3 . 5 5 23.1 7 2 3 . 1 8 23.1 9 2 3 . 2 2 23.2 5 23.2 8 23.2 7 2 3 . 2 6 23.2 5 2 3 . 3 2 23.4 0 2 3 . 4 9 23.0 8 2 3 . 0 9 23.1 2 2 3 . 1 6 23.1 9 23.2 3 23.2 1 2 3 . 1 9 23.1 7 2 3 . 2 4 23.3 3 2 3 . 4 2 23.0 1 2 3 . 0 2 23.0 5 2 3 . 0 9 23.1 3 23.1 7 23.1 5 2 3 . 1 2 23.0 9 2 3 . 1 7 23.2 7 2 3 . 3 8 22.9 5 2 2 . 9 6 22.9 8 2 3 . 0 3 23.0 8 23.1 2 23.0 8 2 3 . 0 5 23.0 1 2 3 . 1 0 23.2 3 2 3 . 3 6 22.9 0 2 2 . 9 0 22.9 1 2 2 . 9 6 23.0 2 23.0 7 23.0 2 2 2 . 9 7 22.9 3 2 3 . 0 3 23.1 9 2 3 . 3 5 22.8 8 2 2 . 8 4 22.8 4 2 2 . 9 0 22.9 6 23.0 1 22.9 6 2 2 . 9 0 22.8 5 2 2 . 9 7 23.1 5 2 3 . 3 4 22.9 0 2 2 . 8 1 22.7 7 2 2 . 8 3 22.9 0 22.9 6 22.8 9 2 2 . 8 3 22.7 6 2 2 . 9 0 23.1 1 2 3 . 3 2 22.9 1 2 2 . 7 7 22.7 0 2 2 . 7 7 22.8 4 22.9 1 22.8 3 2 2 . 7 6 22.6 8 2 2 . 8 3 23.0 6 2 3 . 2 8 22.9 4 2 2 . 7 4 22.6 2 2 2 . 7 0 22.7 8 22.8 5 22.7 7 2 2 . 6 9 22.6 0 2 2 . 7 5 22.9 9 2 3 . 2 4 22.9 6 2 2 . 7 3 22.5 5 2 2 . 6 6 22.7 4 22.8 0 22.7 4 2 2 . 6 5 22.5 4 2 2 . 6 8 22.9 4 2 3 . 2 0 22.9 8 2 2 . 7 5 22.6 0 2 2 . 6 8 22.7 6 22.8 4 22.7 5 2 2 . 6 6 22.5 7 2 2 . 6 9 22.9 3 2 3 . 1 6 23.0 2 2 2 . 8 0 22.6 6 2 2 . 7 3 22.8 1 22.8 8 22.7 9 2 2 . 7 1 22.6 2 2 2 . 7 4 22.9 5 2 3 . 1 7 23.0 9 2 2 . 8 7 22.7 2 2 2 . 7 9 22.8 6 2 2 . 9 2 22.8 4 2 2 . 7 6 22.6 7 2 2 . 7 9 22.9 8 2 3 . 1 9 23.1 6 2 2 . 9 3 22.7 8 2 2 . 8 4 22.9 1 2 2 . 9 7 22.8 9 2 2 . 8 0 22.7 2 2 2 . 8 1 23.0 0 2 3 . 1 8 23.2 0 2 2 . 9 8 22.8 4 2 2 . 8 9 22.9 5 2 3 . 0 1 22.9 3 2 2 . 8 5 22.7 8 2 2 . 8 4 22.9 9 2 3 . 1 5 23.2 1 2 3 . 0 2 22.9 0 2 2 . 9 5 23.0 0 2 3 . 0 5 22.9 8 2 2 . 9 0 22.8 3 2 2 . 9 0 22.9 7 2 3 . 0 8 23.2 7 2 3 . 0 8 22.9 5 2 3 . 0 0 23.0 5 2 3 . 1 0 23.0 3 2 2 . 9 7 22.8 9 2 2 . 9 7 23.0 4 2 3 . 0 0 23.3 5 2 3 . 1 6 23.0 1 2 3 . 0 6 23.1 0 2 3 . 1 4 23.0 9 2 3 . 0 4 22.9 9 2 3 . 0 6 23.1 3 2 3 . 1 7 2 3 . 2 0 23.0 7 2 3 . 1 1 23.1 5 2 3 . 1 8 23.1 5 2 3 . 1 3 23.1 0 2 3 . 1 5 23.2 1 2 3 . 2 5 2 3 . 1 6 23.1 2 2 3 . 1 3 23.1 7 2 3 . 2 2 23.2 3 2 3 . 2 2 23.2 0 2 3 . 2 4 23.2 8 2 3 . 3 1 2 3 . 0 2 23.0 6 2 3 . 1 2 23.1 7 2 3 . 2 7 23.3 1 2 3 . 3 2 23.3 2 2 3 . 3 3 23.3 5 2 3 . 3 7 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 3 ± 2 3 . 3 ± 2 3 . 3 ± 2 3 . 3 ± 2 3 . 3 ± 2 3 . 3 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 6 ± 2 3 . 6 ± 2 3 . 6 ± 2 3 . 7 ± 2 3 . 6 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 23.5 ± 2 3 . 7 ± 23.4 ± 23.3 ± 23.2 ± 23.1 ± 23.0 ± 23.0 ± 22.9 ± 22.9 ± 23.0 ± 23.0 ± 23.1 ± 23.1 ± 23.1 ± 23.1 ± 23.2 ± 23.3 ±23.3 ±23.3 ±23.3 ±23.4 ±23.4 ±23.2 ±23.1 ±22.8 ± 22.8 ± 2 2 . 8 ± 2 3 . 0 ± 2 3 . 1 ± 2 3 . 1 ± 2 3 . 3 ± 2 3 . 4 ± 2 3 . 5 ± 2 3 . 5 ± 2 3 . 4 ± 2 3 . 4 ± 2 3 . 4 ± 23.4 ± 23.3 9 23.3 3 23.2 8 23.2 3 23.1 7 23.1 2 23.0 2 22.9 6 22.9 1 22.8 6 22.8 0 22.8 4 22.8 8 23.2 7 23.3 ± START GRID N=182932.69 E=1299021.95 44.50' 44.50' 100-YEAR FLOOD LINE RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C15 GR A D I N G P L A N - W I N D S O C K AP R O N GENERAL NOTES LEGEND: EXISTING GRADE CONDITIONS FINISHED GRADE CONDITIONS ASPHALT PAVEMENT RECONSTRUCTION TAXIWAY OBJECT FREE AREA (TOFA) FG ELEVATION Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 243 BUILDING W. PERIMETER ROAD DRIVE LANE AI R P O R T W A Y EXISTING HANGAR TW Y A 7 W. P E R I M E T E R R O A D FC: 30.26 FC: 30.39 FC: 30.39 FC: 30.22 FC: 30.22 FC: 30.22 FC: 30.37 FC: 30.62 FC: 30.56 FC: 30.19 FC: 30.20 FC: 30.34 FC: 30.35 FC: 30.47 3 0 . 5 3 3 0 . 4 6 30.4 3 30.3 8 30.3 5 30.3 1 30.2 7 30.2 1 30.1 6 30.2 0 30.3 6 3 0 . 5 1 3 0 . 4 4 30.3 9 30.3 5 30.2 9 30.2 3 30.1 6 30.0 7 30.0 2 30.0 4 30.1 8 3 0 . 4 1 30.3 6 30.3 1 30.2 4 30.1 6 30.0 5 29.9 4 29.8 5 29.8 2 29.8 6 29.2 7 29.5 8 29.7 0 29.8 1 29.9 5 30.0 9 30.2 1 30.2 8 30.3 3 3 0 . 4 ± 30.3 2 30.3 0 FC: 30.46 FC: 30.30 FC: 30.41 FC: 30.36 FC: 30.39 FC: 30.40 FC: 30.55 FC: 30.22 FC: 30.22 FC: 30.54 FC: 30.42 FC: 30.57 FC: 30.42 FC: 30.41 FC: 30.54 FC: 30.54 FC: 30.64 FC: 30.30 FC: 30.38 FC: 30.44 FC: 30.38 FC: 30.12 2 9 . 9 3 2 9 . 7 9 2 9 . 6 6 2 9 . 5 0 2 9 . 3 3 2 9 . 2 0 2 9 . 1 4 2 9 . 0 8 2 9 . 0 1 28.9 5 2 8 . 9 0 2 9 . 0 2 2 9 . 8 1 2 9 . 6 1 2 9 . 4 4 2 9 . 2 6 2 9 . 0 7 2 8 . 9 3 2 8 . 8 7 2 8 . 8 1 2 8 . 7 4 2 8 . 6 8 2 8 . 6 3 2 8 . 7 1 29.6 7 29.4 2 29.2 2 29.0 2 28.8 1 28.6 5 28.6 0 28.5 4 28.4 7 28.4 0 28.3 5 28.4 4 29.5 9 29.3 4 29.1 4 28.9 4 28.7 3 28.5 7 28.5 3 28.4 7 28.3 9 28.3 2 28.2 8 28.3 7 29.5 5 29.3 3 29.1 4 28.9 5 28.7 6 28.6 3 28.5 7 28.5 1 28.4 5 28.3 9 28.3 6 28.4 0 29.4 9 29.3 0 29.1 3 28.9 6 28.7 8 28.6 9 28.6 3 28.5 8 28.5 2 28.4 6 28.4 2 28.4 1 29.3 9 29.2 0 29.0 2 28.8 7 28.7 5 28.7 3 28.7 1 28.6 7 28.6 4 28.5 9 28.5 4 28.4 8 29.2 7 29.0 5 28.8 8 28.8 0 28.8 0 28.8 0 28.7 9 28.7 7 28.7 6 28.7 4 28.6 9 28.6 1 29.1 ± 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.8 ± 28.8 ± 2 9 . 0 0 28.7 3 28.6 1 28.5 8 28.5 7 28.4 7 28.5 1 28.5 6 28.6 ± 29.8 7 28.9 0 28.8 5 28.8 6 28.8 5 28.8 0 30.2 1 TAXIWAY A 28.9 ± 28.9 ± 28.9 ± 28.9 ± 28.8 ± 28.8 ± 28.6 ±28.7 ± 28.9 8 29.1 ± 29.3 ± 2 8 . 9 ± 28.7 9 28.7 ± 28.7 ± 28.8 ± 2 9 . 3 ± 2 9 . 5 ± 2 9 . 6 ± 2 9 . 8 ± 2 9 . 8 ± 2 9 . 9 ± 28.7 ± 2 9 . 1 ± 2 9 . 5 ± 2 9 . 5 ± 2 9 . 9 ± 3 0 . 1 ± 29.8 ± 2 9 . 2 ± 2 9 . 4 6 2 9 . 4 7 29.6 6 29.7 2 2 9 . 8 3 29.8 1 30.4 ± 30.5 ± 30.5 ± 30.4 ± 30.4 ± 30.4 ± 30.4 ± 30.3 ± 30.3 ± 30.4 ± 3 0 . 5 ± 3 0 . 5 ± 3 0 . 6 ± 3 0 . 4 ± 3 0 . 3 ± 3 0 . 4 ± 3 0 . 6 ± 3 0 . 3 ± 30.5 ± 3 0 . 6 ± 30.7 ± 30.5 ± 3 0 . 5 ± 3 0 . 2 ± 30.5 ± 3 0 . 1 3 3 0 . 1 1 3 0 . 1 5 3 0 . 1 9 3 0 . 2 3 3 0 . 2 5 3 0 . 2 9 3 0 . 3 1 3 0 . 3 8 3 0 . 3 4 3 0 . 3 3 3 0 . 3 4 3 0 . 3 6 3 0 . 3 7 30.5 ± 30.5 ± 30.5 ± 30.4 ± 30.4 ± 30.4 ± 30.4 ± 30.5 ± 30.4 ± FC: 30.39 3 0 . 0 6 2 9 . 9 4 2 9 . 8 7 2 9 . 9 4 3 0 . 0 0 3 0 . 0 6 3 0 . 1 3 3 0 . 4 4 30.3 5 30.2 5 30.1 8 30.2 0 30.2 3 30.2 7 FC: 30.52 3 0 . 4 ± 3 0 . 5 ± 3 0 . 5 ± 3 0 . 5 ± 3 0 . 8 ± 3 0 . 1 ± 29.9 ± 2 9 . 7 7 3 0 . 6 ± 3 0 . 2 ± 30.1 5 3 0 . 1 1 30.0 5 3 0 . 1 5 29.8 9 29.7 3 29.5 8 2 9 . 4 0 2 9 . 2 3 3 0 . 0 ± 2 9 . 2 ± 3 0 . 0 ± 3 0 . 1 ± 3 0 . 3 ± 3 0 . 7 ± 3 0 . 7 ± 3 0 . 7 ± 3 0 . 7 ± 3 0 . 7 ± 3 0 . 6 ± 3 0 . 6 ± 28.8 0 28.7 8 28.8 2 28.8 6 28.7 4 28.7 3 28.6 9 28.6 428.6 3 28.5 3 28.4 7 28.4 3 28.3 328.3 1 3 0 . 0 8 3 0 . 0 1 29.9 3 30.0 5 28.9 8 28.4 8 28.3 9 28.4 9 28.3 6 28.2 4 28.3 0 28.3 7 28.4 4 28.5 1 28.5 4 28.7 2 28.9 3 29.1 5 29.3 5 29.6 2 29.9 0 14' TYP 14 ' TY P 2 9 . 9 ± 2' 15' TYP 15' TYP START GRID N=180196.38 E=1298454.88 START GRID N=180359.59 E=1298346.30 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C16 GR A D I N G P L A N - B U I L D I N G 2 4 3 A P R O N & PA R K I N G L O T GENERAL NOTES LEGEND: EXISTING GRADE CONDITIONS FINISHED GRADE CONDITIONS ASPHALT PAVEMENT RECONSTRUCTION TAXIWAY OBJECT FREE AREA (TOFA) FG ELEVATION Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 243 BLDG W . P E R I M E T E R R O A D 10+0 0 1 1 + 0 0 11+ 4 0 1 SSMH #1 N=180235.13 E=1298418.71 1 SSMH #2 N=180251.91 E=1298400.80 2 24.5LF @ 0.5% 2 78.3LF @ 0.5% 4 20 25 30 35 20 25 30 35 10+00 10+20 10+40 10+60 10+80 11+00 11+20 11+4011+40 6" PVC 3034 SDR35 24.5LF @0.50%6" PVC 3034 SDR35 78.3LF @0.50% SSMH #1 STD PLAN 400.1 RIM = 29.94 INV IN (SW) = 27.37 INV OUT (NW) = 24.52 SSMH #2 STD PLAN 400.1 RIM = 28.97 INV IN (SE) = 24.40 INV OUT (W) = 24.30 EX SSMH RIM = 28.55 INV IN (E) = 23.91 INV OUT (N) = 23.81 STORM CROSSING 1.5' MIN FINISHED GRADE EXISTING GRADE 243 BUILDING EXISTING 6" D.I. SIDE SEWER FOUNDATION 243 BUILDING RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C17 SA N T I A R Y S E W E R P L A N & PR O F I L E SANITARY SEWER CONSTRUCTION NOTES: 1.INSTALL 48" SANITARY SEWEER MANHOLE. SEE PROFILE ON THIS SHEET FOR STRUCTURE INFORMATION. SEE COR STD DTL 400.1. 2.INSTALL 6" SANITARY SEWER LATERAL. SEE PROFILE VIEW FOR PIPE INFORMATION. 3.CORE DRILL AND CONNECT TO EXISTING SANITARY SEWER MANHOLE. SEE DTL ON SHEET C21. 4.CONNECT EXISTING SANITARY SEWR LATERAL TO PROPOSED MANHOLE. LEGEND: ASPHALT PAVEMENT RECONSTRUCTION TOPSOIL & SEEDING PAVEMENT EDGE PROPOSED TIEDOWN ANCHOR TAXIWAY OBJECT FREE AREA (TOFA) EXISTING SANITARY SEWER LINE EXISTING SANITARY SEWER MANHOLE PROPOSED SANITARY SEWER LINE PROPOSED SANITARY SEWER MANHOLE SANITARY SEWER EXTENSION - PLAN VIEW SANITARY SEWER EXTENSION - PROFILE VIEW 3 # Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C TAXIWAY B BLDG 749B BLDG 749A TW Y B 4 T W Y B 5 E. PERIMET E R R O A D PROPERTY L I N E 31.60'31.60' 44.50' 44.50' 31.60'31.60'31.60'31.60' TIEDOWN N=182611.31 E=1299207.48 TIEDOWN N=182607.47 E=1299161.64 TIEDOWN N=182603.63 E=1299115.81 TIEDOWN N=182599.79 E=1299069.97 TIEDOWN N=182680.70 E=1299063.18 TIEDOWN N=182684.54 E=1299109.02 TIEDOWN N=182688.38 E=1299154.86 TIEDOWN N=182692.23 E=1299200.70 TIEDOWN N=182723.40 E=1299175.01 TIEDOWN N=182719.56 E=1299129.17 TIEDOWN N=182715.71 E=1299083.33 TIEDOWN N=182794.70 E=1299053.63 TIEDOWN N=182829.71 E=1299073.77 TIEDOWN N=182798.54 E=1299099.47 TIEDOWN N=182833.56 E=1299119.61 TIEDOWN N=182802.38 E=1299145.31 TIEDOWN N=182837.40 E=1299165.45 TIEDOWN N=182806.23 E=1299191.15 TIEDOWN N=182920.23 E=1299181.59 TIEDOWN N=182916.38 E=1299135.75 TIEDOWN N=182912.54 E=1299089.91 TIEDOWN N=182908.70 E=1299044.07 START 6" YELLOW ℄ N=182653.69 E=1299227.01 START 6" YELLOW ℄ N=182767.69 E=1299217.46 START 6" YELLOW ℄ N=182881.69 E=1299207.90 END NON-MOVEMENT AREA MARKING N=182932.47 E=1299022.10 START NON-MOVEMENT AREA MARKING N=182576.20 E=1299052.03 N85°12'31"E 211.70' Δ=84°15'27" R=19.15' L=28.17' Δ=84°15'27" R=19.15' L=28.17' Δ=45°39'49" R=19.00' L=15.14' S39°32'42"W 9.27' N85°12'34"E 206.43' Δ=90°00'00" R=19.00' L=29.85' Δ=90°00'00" R=19.00' L=29.85' Δ=90°00'00" R=19.00' L=29.85' N85°12'34"E 206.52' Δ=90°00'00" R=19.00' L=29.85' S4°47'29"E 357.53' 51.20'51.20' GRADE BREAK N=182585.92 E=1299157.92 GRADE BREAK N=182941.19 E=1299126.20 46.00' TYP 46 . 0 0 ' TY P 46 . 0 0 ' TY P 46 . 0 0 ' TY P CEDAR RIV E R C O M M E R C I A L W A T E R W A Y RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C18 SI T E A N D S T R I P I N G P L A N - WI N D S O C K A P R O N SITE PLAN AND MARKING NOTES: 1.INSTALL TIEDOWN ANCHORS PER DETAILS 1, 2 AND 3 ON SHEET C21. SEE DETAIL 2 ON SHEET C22 FOR TIEDOWN MARKING (TYP). 2.PAINT NON-MOVEMENT AREA MARKING PER DETAIL 1 ON SHEET C22. 3.PAINT 6" YELLOW TAXILANE CENTERLINE MARKING WITH GLASS BEADS. 4.PAINT 4" WHITE MARKING (TYP). 5.CONSTRUCT CEMENT CONCRETE TRAFFIC CURB AND GUTTER PER COR STD PLAN 101. 6.CONSTRUCT LANDSCAPE PLANTER CURB CUT. SEE DETAIL 4 ON SHEET C21. 7.CONSTRUCT STANDARD 45° PARKING STALL. SEE DETAIL 3 ON SHEET C22 8.CONSTRUCT STANDARD PARKING STALL. SEE DETAIL 4 ON SHEET C22 . 9.CONSTRUCT ACCESSIBLE 45° PARKING STALL. SEE DETAIL 5 ON SHEET C22. 10.PLACE TOPSOIL AND SEED LANDSCAPED AREAS. LEGEND: ASPHALT PAVEMENT RECONSTRUCTION TOPSOIL & SEEDING PAVEMENT EDGE PROPOSED TIEDOWN ANCHOR TAXIWAY OBJECT FREE AREA (TOFA) GRADE BRAKE FLOODWAY 100-YEAR FLOOD LINE Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 62.00' AI R P O R T W A Y 243 BLDG DRIVE LA N E EXISTING HANGAR TW Y A 7 TAXIWA Y A W. PERIMETER ROAD PR O P E R T Y L I N E W. P E R I M E T E R R O A D TIEDOWN N=180286.16 E=1298517.67 TIEDOWN N=180282.18 E=1298471.85 TIEDOWN N=180278.19 E=1298426.02 TIEDOWN N=180274.21 E=1298380.19 START N=180320.24 E=1298349.72 N85°01'48"E 211.34' Δ=43°52'08" R=19.00' L=14.55' N41°09'40"E 65.39' Δ=85°39'49" R=19.00' L=28.41' 14.25' START 4" WHITE EDGE LINE N=180159.13 E=1298651.03 START 4" WHITE EDGE LINE N=180126.90 E=1298655.14 END 4" WHITE EDGE LINE N=180379.50 E=1298535.00 END 4" WHITE EDGE LINE N=180375.26 E=1298514.85 20.00 ' TYP 15.00' TYP 25.00' TYP END 4" DASHED WHITE ℄ N=180371.67 E=1298526.24 START 4" DASHED WHITE ℄ N=180175.23 E=1298623.52 46.00' TYP GRADE BREAK N=180151.26 E=1298454.84 GRADE BREAK N=180167.15 E=1298468.92 GRADE BREAK N=180145.12 E=1298595.75 GRADE BREAK N=180162.02 E=1298586.67 GRADE BREAK N=180286.64 E=1298382.88 GRADE BREAK N=180281.18 E=1298356.50 GRADE BREAK N=180247.43 E=1298349.24 GRADE BREAK N=180282.84 E=1298363.34 GRADE BREAK N=180297.16 E=1298540.26 GRADE BREAK N=180373.03 E=1298500.79 10.00 ' TYP RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C19 SI T E A N D S T R I P I N G P L A N - B U I L D N G 2 4 3 AP R O N & P A R K I N G L O T SITE PLAN AND MARKING NOTES: 1.INSTALL TIEDOWN ANCHORS PER DETAILS 1, 2 AND 3 ON SHEET C21. SEE DETAIL 2 ON SHEET C22 FOR TIEDOWN MARKING (TYP). 2.PAINT NON-MOVEMENT AREA MARKING PER DETAIL 1 ON SHEET C22. 3.PAINT 6" YELLOW TAXILANE CENTERLINE MARKING WITH GLASS BEADS. 4.PAINT 4" WHITE MARKING (TYP). 5.CONSTRUCT CEMENT CONCRETE TRAFFIC CURB AND GUTTER PER COR STD PLAN 101. 6.CONSTRUCT LANDSCAPE PLANTER CURB CUT. SEE DETAIL 4 ON SHEET C21. 7.CONSTRUCT STANDARD 45° PARKING STALL. SEE DETAIL 3 ON SHEET C22 8.CONSTRUCT STANDARD PARKING STALL. SEE DETAIL 4 ON SHEET C22 . 9.CONSTRUCT ACCESSIBLE 45° PARKING STALL. SEE DETAIL 5 ON SHEET C22. 10.PLACE TOPSOIL AND SEED LANDSCAPED AREAS. LEGEND: ASPHALT PAVEMENT RECONSTRUCTION TOPSOIL & SEEDING PAVEMENT EDGE PROPOSED TIEDOWN ANCHOR TAXIWAY OBJECT FREE AREA (TOFA) GRADE BRAKE FLOODWAY R15.00' R2.50' R1.25' R10.00' R4.00' R3.50' R84.75' R20.00' R2.00' R301.10' R1.00' R35.00' R1.00' R1.00' R2.50' RELOCATE AND REUSE EXISTING V7 VEHICLE GATE AND ALL ASSOCIATED APPARATUES PEDESTRIAN GATE P10 PROPOSED SANITARY SEWER EXTENSION SEE SHEET C17 Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 TY P I C A L S E C T I O N S C20 CONSTRUCTION NOTES KEY NOTES Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 CI V I L D E T A I L S C21 CONSTRUCTION NOTES: AIRCRAFT MOORING EYE NOTES PLAN VIEW SECTION A-A SECTION B-B Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 MA R K I N G D E T A I L S C22 Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C ATTACHM ENT 24: HABITAT DATA REP ORT Attachment B Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 425-869-2670 ■ 15325 SE 30th Place, Suite 300 ■ Bellevue, Washington 98007 ■ www.dowl.com Critical Areas Found on the Site The City of Renton critical area maps show that the entire Renton Municipal Airport property is within a Zone 2 Aquifer Protection Area. The City of Renton Flood Hazard Map shows the entire Renton Municipal Airport property is mapped as within a FEMA Flood Zone X – Non-Regulatory. Flood Zone X indicates an area with moderate to low risk for floods. There are no other critical areas mapped within the Renton Municipal Airport property. However, the Cedar River, a Shoreline of the State, is immediately adjace nt to the eastern property boundary. The proposed project is entirely outside of the floodway and floodplain. Habitat Found on the Site The Renton Municipal Airport contains little to no habitat features. The site is predominately paved areas, with mowed grasses. The airport site contains numerous buildings and structures used for aviation facilities and operations. Disturbed Areas The entire airport property is disturbed, and a significant portion of the property is paved. Species Associated with Cover Type The vegetative cover type is predominately mowed grasses which would provide limited habitat for small mammals and city birds including crows and starlings. Critical Wildlife Species A review of Washington Department of Fish and Wildlife (WDFW) Priority Habitats and Species (PHS) map tool showed there are no priority wildlife species present on the airport property. However, the Cedar River, adjacent to the airport property, contains the following priority fish species: sockeye (Oncorhynchus nerka), coho (Onchorhynchus kisutch), Chinook (Oncorhynchus tshawytscha), cutthroat trout (Oncorhyncus clarkii), kokanee (Oncorhyncus nerka), steelhead (Oncorhyncus mykiss), Dolly Varden (Salvelinus malma), and bull trout (Salvelinus confluentus). Migration or Movement Corridors The Renton Municipal Airport is within the Pacific flyway, a major migrating corridor for birds in North America west of the continental divide. However, the project site itself is DATE: July 22, 2024 APPLICANT: William Adams, Renton Municipal Airport 616 West Perimeter Road, Renton WA 98057 (206) 775 6862 wadams@rentonwa.gov SUBJECT: Renton Aprons – Habitat Data Report Narrative and Critical Areas Study Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C MEMORANDUM Page 2 of 3 not a known congregation point for migrating birds. Additionally, the Cedar River is an important migration corridor for salmonid species. Existing Habitat Functions and Values The Renton Municipal Airport provides little to no habitat functions or values. The site is so disturbed and dominated by urban development that the site provides little to no benefit to wildlife species. Impacts and Proposed Habitat Alterations The proposed project will result in removal of approximately 3,900 square feet of gras s at the Building 243 project site. The site will be revegetated with several landscape island which will include small trees and shrubs. A habitat management program is not proposed because the project will not result in any permanent habitat impacts. Endangered Species Act Compliance There are no Endangered Species Act listed species present on the airport site. There are listed fish species documented in the Cedar River. The project does not include any work that would result in impacts to the Cedar River and therefore, would not impact any listed fish species. Best Management Practices A Temporary Erosion and Sediment Control Plan (TESC) and Stormwater Pollution Prevention Plan (SWPPP) were developed for this site to provide temporary sediment control measures while construction is ongoing. Temporary erosion control measures will be in place during construction to minimize impacts. Maintenance, Monitoring and Contingency Plans No maintenance, monitoring or contingency plans are proposed because the project will not impact any critical areas. No mitigation is proposed. Accuracy and Best Available Science The accuracy of this narrative is based on the accuracy of the available so urces that were reviewed in July 2024. The project area incorporated the use of best available science by reviewing the following sources: • City of Renton Aquifer Protection, Coal Mine Hazard, Erosion Hazard, Flood Hazard, Landslide Hazard and Steep Slopes Sensitive Areas Maps (2022) • King County iMap layers for Environmentally Sensitive Areas, Flooding Info, Hydrography and Hydrology, Landslides, Stormwater Services and Elevation Contours • Google Earth Satellite Imagery dated April 13, 2024 • Washington Department of Fish and Wildlife Priority Habitat and Species Map Tool • Northwest Indian Fisheries Statewide Integrated Fish Distribution online map tool • U.S. Fish and Wildlife Service National Wetland Inventory Wetlands Mapper Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C MEMORANDUM Page 3 of 3 Qualifications of Preparers This report was prepared on July 11, 2024, by Michelle Brownell and reviewed by Theresa Dutchuk. Michelle has a B.S. in Wildlife Ecology and over 5 years of experience as an environmental consultant. Theresa has 15 years of NEPA and environmental compliance experience. No field work was conducted to complete this evaluation. Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C INTENTIONALLY LEFT BLANK ATTACHM ENT 20: STANDARD STREAM OR LAKE STUDY Attachment D Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C 425-869-2670 ■ 15325 SE 30th Place, Suite 300 ■ Bellevue, Washington 98007 ■ www.dowl.com Stream Classification The Windsock Apron is adjacent to (within 200 feet of) the Cedar River and its floodplain area. The Cedar River is classified as a Shoreline of the State by Renton Municipal Code (RMC) 4-3- 090. This project is entirely outside of and will not interact with the floodplain area. Vegetative Cover The Windsock Apron project area is entirely covered with pavement. The surrounding areas to the south and west are mowed grasses. There is a narrow strip of grass to the east and then a fence. Outside of the fence, there is a narrow strip of riparian vegetation including trees and shrubs. The proposal will not impact any vegetation in the vicinity of the Cedar River. Ecological Functions Overall, the reach of the Cedar River that flows through Renton has limited ecological functions due to urban development. Access to the floodplain is limited and the channel has been straightened. Trees and shrubs along the bank provide shading and nutrient input. However, the riparian corridor is limited due to adjacent development. The Cedar River provides instream habitat for salmonid species and prey species including sculpin and lamprey. The Cedar River serves as an important migration corridor, as it outlets to Lake Washington which outlets to the Puget Sound. The proposal will not result in any impacts to the ecological functions provided by the Cedar River. Fish and Wildlife Use The Cedar River provides habitat for resident and migratory salmonid species including sockeye (Oncorhynchus nerka), coho (Onchorhynchus kisutch), Chinook (Oncorhynchus tshawytscha), cutthroat trout (Oncorhyncus clarki), kokanee (Oncorhyncus nerka), steelhead (Oncorhyncus mykiss), Dolly Varden (Salvelinus malma), and bull trout (Salvelinus confluentus). Other documented fish species in the Lower Cedar River watershed include mountain whitefish (Prosopium williamsoni), northern squawfish (Ptchochelius oregonensis), several species of sculpin (Cottus sp.) and western brook lamprey (Lampetra richardsoni). Observations on e-Bird for the Renton-Cedar River Trail (on the east side of the river, opposite from the Renton Municipal Airport) included typical urban species including American crow, European starling, Canada goose, mallard, dark-eyed junco, song sparrow, spotted towhee, red-winged blackbird, American goldfinch. Waterfowl (including western grebe, ring-billed gull, double-crested cormorant, red-breasted merganser, and various species of ducks) and raptors (osprey, bald eagle and Cooper’s hawk) were also reported. There are no known nests or feeding/foraging areas in the vicinity of the project area. The proposal will not impact fish or wildlife species. Construction activities may result in temporary noise impacts which may result in bird species temporarily avoiding the project area. DATE: July 22, 2024 SUBJECT: Renton Aprons – Stream Assessment Narrative Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C MEMORANDUM Page 2 of 2 However, the project is in an urban area and species in this area are already subject to noise from urban and aviation activities. Therefore, construction noise is not anticipated to result in any significant disturbance to any species. Tree Protection Measures The project does not include any tree removal. Therefore, no tree protection measures are required. No Net Loss of Ecological Functions The project will not alter the existing conditions and will not result in any impacts to the Cedar River. Therefore, the project will not result in any loss of ecological functions and is compliant with the No Net Loss requirements described in RMC 4-3-090D2. Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C Docusign Envelope ID: 2C143584-6B9F-4851-9A1A-D15703AE458C INTENTIONALLY LEFT BLANK DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT ENVIRONMENTAL (SEPA) DETERMINATION OF NON-SIGNIFICANCE - MITIGATED (DNS-M) Project File Numbers: LUA24-000299 / PR24-000063 Project Name: Renton Windsock and 243 Building Apron Project Applicant: William Adams / 616 West Perimeter Rd, Renton, WA 98057 Project Location: 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007) Project Description: The applicant, the City of Renton, is requesting Environmental (SEPA) Review and a Shoreline Exemption for a maintenance and improvement project at the Renton Municipal Airport site located at 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007). The airport site totals 152.5 acres in area and is located within the Medium Industrial (IM) zone. The site is within the Comprehensive Plan Employment Area (EA) land use designation. The proposed work includes rehabilitation of pavement sections at two (2) aprons at the airport. The first apron, designated as the “243 Building Apron,” is located at the SW corner of the airport site. The second apron, designated as the “Windsock Apron,” is located around the mid -point of the runway on the east side of the airport adjacent to E Perimeter Rd and the Cedar River. The applicant is proposing full depth pavement repair, replacement of aircraft tiedowns, and minor stormwater conveyance system improvements at both project locations. In addition, the 243 Building Apron includes a publicly accessible parking lot proposed for full depth pavement repair and restriping. No parking stalls are proposed for removal. Work is proposed within 100 feet of the Cedar River ordinary high water mark (OHWM), but no in-water work is proposed. A high seismic hazard area, high erosion hazard area, sensitive and protected slopes, and Wellhead Protection Area Zones 1 and 2 are mapped on the airport site according to City of Renton (COR) Maps. A Flood Hazard Area pursuant to the FEMA Flood Insurance Rate Maps (FIRM) is also located on the subject site. The hazard area on the site, a Special Flood Zone AE (base flood elevation determined), is classified as a 100-year flood plain. The FIRM maps indicate the base flood elevation to be 26 feet Mean Sea Level (MSL). In addition, a portion of proposed improvements are located within Reach A of the Cedar River, a Shoreline of the State, with an Environmental Designation of Shoreline High Intensity. No vegetation is proposed for removal. Lead Agency: City of Renton Environmental Review Committee Department of Community & Economic Development Date of Decision: October 28, 2204 Mitigation Measures: 1. The applicant shall comply with the recommendations found in the submitted Geotechnical Report, prepared by HWA Geosciences, Inc., dated November 2, 2023, and any future addenda. 2. The applicant shall submit an Archaeological Monitoring and Inadvertent Discovery Plan (MIDP) to the Department of Archaeology and Historic Preservation (DAHP) and any interested tribes for review prior to the start of any ground disturbing activities. Documentation of the submittal shall be provided to the City of Renton prior to the issuance of building or construction permits. The City of Renton Environmental Review Committee has determined that probable significant environmental impacts from the proposed project can be mitigated. An Environmental Impact Statement (EIS) is not required under RCW 43.21C.030(2)(c). Conditions were imposed as mitigation measures by the Environmental Review Committee under their authority of Section 4-9-070D Renton Municipal Code. These conditions are necessary to Docusign Envelope ID: D31D61AF-180E-439C-B708-0C917E2644A7 Environmental Review Committee Determination October 24, 2024 Page 2 of 2 SIGNATURES: Martin Pastucha, Administrator Public Works, Chair Date Anjela Barton, Fire Marshal Renton Regional Fire Authority Date Maryjane Van Cleave, Administrator Parks and Recreation Date Gina Estep, Administrator Date Community and Economic Development mitigate environmental impacts identified during the environmental review process. Because other agencies of jurisdiction may be involved, the lead agency will not act on this proposal for fourteen (14) days. Appeals of the environmental determination must be filed in writing on or before 5:00 p.m. on November 12, 2024. Appeals must be submitted electronically to the City Clerk at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday through Friday. The appeal fee, normally due at the time an appeal is submitted, will be collected at a future date if your appeal is submitted electronically. The appeal submitted in person may be paid on the first floor in our Finance Department. Appeals to the Hearing Examiner are governed by RMC 4-8-110 and additional information regarding the appeal process may be obtained from the City Clerk’s Office, cityclerk@rentonwa.gov. Docusign Envelope ID: D31D61AF-180E-439C-B708-0C917E2644A7 10/28/2024 | 3:28 PM PDT 10/28/2024 | 1:41 PM PDT for 10/28/2024 | 1:39 PM PDT DEPARTMENT OF COMMUNITY & ECONOMIC DEVELOPMENT Planning Division 1055 South Grady Way, 6th Floor | Renton, WA 98057 | 425-430-7200, ext. 2 www.rentonwa.gov NOTICE OF ENVIRONMENTAL DETERMINATION ISSUANCE OF A DETERMINATION OF NON-SIGNIFICANCE - MITIGATED (DNS-M) POSTED TO NOTIFY INTERESTED PERSONS OF AN ENVIRONMENTAL ACTION DNS-M: The City of Renton Environmental Review Committee (ERC) has determined that the proposed action has probable significant impacts that can be mitigated through mitigation measures. This DNS -M is issued after using the optional DNS process in WAC 197-11-355. There is no further comment period. DATE OF NOTICE OF ENVIRONMENTAL DETERMINATION: October 28, 2024 PROJECT NAME/NUMBER: PR24-000063 Renton Windsock and 243 Building Aprons Project / LUA24-000299, ECF, SME, LUA Number PROJECT LOCATION: 243 W Perimeter Rd (APNs 0723059007) APPLICANT/PROJECT CONTACT PERSON: William Adams / 1055 S Grady Way Renton, WA 98057 / wadams@rentonwa.gov LOCATION WHERE APPLICATION MAY BE REVIEWED: Applicant documents are available online through the City of Renton Document Center website. See also https://rb.gy/2bfcyv PROJECT DESCRIPTION: The applicant, the City of Renton, is requesting Environmental (SEPA) Review and a Shoreline Exemption for a maintenance and improvement project at the Renton Municipal Airport site located at 243 W Perimeter Rd and 749 E Perimeter Rd (APN 0723059007). The airport site totals 152.5 acres in area and is located within the Medium Industrial (IM) zone. The site is within the Comprehensive Plan Employment Area (EA) land use designation. The proposed work includes rehabilitation of pavement sections at two (2) aprons at the airport. The first apron, designated as the “243 Building Apron,” is located at the SW corner of the airport site. The second apron, designated as the “Windsock Apron,” is located around the mid -point of the runway on the east side of the airport adjacent to E Perimeter Rd and the Cedar River. The applicant is proposing full depth pavement repair, replacement of aircraft tiedowns, and minor stormwater conveyance system improvements at both project locations. In addition, the 243 Building Apron includes a publicly accessible parking lot proposed for full depth pavement repair and restriping. No parking stalls are proposed for removal. Work is proposed within 100 feet of the Cedar River ordinary high water mark (OHWM), but no in -water work is proposed. A high seismic hazard area, high erosion hazard area, sensitive and protected slopes, and Wellhead Protection Area Zones 1 and 2 are mapped on the airport site according to City of Renton (COR) Maps. A Flood Hazard Area pursuant to the FEMA Flood Insurance Rate Maps (FIRM) is also located on the subject site. The hazard area on the site, a Special Flood Zone AE (base flood elevation determined), is classified as a 100 -year flood plain. The FIRM maps indicate the base flood elevation to be 26 feet Mea n Sea Level (MSL). In addition, a portion of proposed improvements are located within Reach A of the Cedar River, a Shoreline of the State, with an Environmental Designation of Shoreline High Intensity. No vegetation is proposed for removal. Appeals of the environmental determination must be filed in writing on or before 5:00 p.m. on November 12, 2024. Due to the ongoing state of emergency enacted by Governor’s Proclamation 20-28.14 (and as amended), the City Clerk’s Office is working remotely. For that reason, appeals must be submitted electronically to the City Clerk at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday through Friday. The appeal fee, normally due at the time an appeal is submitted, will be collected at a future date if your appeal is submitted electronically. Appeals to the Hearing Examiner are governed by RMC 4-8-110 and additional information regarding the appeal process may be obtained from the City Clerk’s Office, cityclerk@rentonwa.gov. PUBLIC HEARING: If the Environmental Determination is appealed, a public hearing will be set and all parties notified. INTENTIONALLY LEFT BLANK February 2025 RENTON MUNICIPAL AIRPORT (RNT) WINDSOCK APRON AND 243 BUILDING APRON AND PARKING LOT REHABILITATION City of Renton Contract No. CAG-25-013 Construction Safety & Phasing Plan Prepared by: DOWL 15325 SE 30th Pl, Suite 300 Bellevue, WA 98007 425-869-2670 www.dowl.com CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) RENTON MUNICIPAL AIRPORT (RNT) WINDSOCK APRON AND 243 BUILDING APRON AND PARKING LOT REHABILITATION CITY OF RENTON CONTRACT NO. CAG-25-013 RENTON, WA Prepared for: City of Renton – Renton Municipal Airport (RNT) 243 W Perimeter Rd Renton, WA 98057 Prepared by: 15325 SE 30th Pl, Suite 300 Bellevue, WA 98007 www.dowl.com February 2025 Page i Introduction .......................................................................................................................................................... iii Safety Plan Compliance Document (SPCD) ............................................................................................................ iii Airport Closure Information .................................................................................................................................. iii List of Acronyms ................................................................................................................................................... iv 1.0 Coordination ............................................................................................................................................ 1 2.0 Phasing .................................................................................................................................................... 3 3.0 Areas and Operations Affected by Construction Activity ........................................................................ 10 4.0 Navigational Aid (NAVAID) Protection ................................................................................................... 12 5.0 Contractor Access .................................................................................................................................. 12 6.0 Wildlife Management ............................................................................................................................ 15 7.0 Foreign Object Debris (FOD) Management ............................................................................................. 16 8.0 Hazardous Materials (HAZMAT) Management ....................................................................................... 16 9.0 Notifications of Construction Activities .................................................................................................. 17 10.0 Inspection Requirements ....................................................................................................................... 19 11.0 Underground Utilities ............................................................................................................................ 20 12.0 Penalties ................................................................................................................................................ 20 13.0 Special Conditions .................................................................................................................................. 21 Page ii 14.0 Runway and Taxiway Visual Aids ........................................................................................................... 21 15.0 Marking and Signs for Access Routes ..................................................................................................... 22 16.0 Hazard Marking, Lighting and Signing .................................................................................................... 22 17.0 Work Zone Lighting for Nighttime Construction ..................................................................................... 24 18.0 Protection of Runway and Taxiway Safety Areas ................................................................................... 24 19.0 Other Limitations on Construction ......................................................................................................... 26 Appendix A – Phasing Plan Drawings Appendix B – CSPP Checklist Appendix C – Preliminary Contact List Appendix D – Construction Project Daily Safety Inspection Checklist Appendix E - FAA Guide to Ground Vehicle Operations Page iii Introduction The Federal Aviation Administration issued an Advisory Circular (AC) 150/5370-2G Operational Safety on Airports During Construction (Safety AC) to address airport construction safety. It can be downloaded online here: http://www.faa.gov/airports/resources/advisory_circulars/ This Safety AC mandates the format and content of both the Construction Safety and Phasing Plan (CSPP) and the Safety Plan Compliance Document (SPCD) that must be prepared by the Contractor. All references to construction safety plans, security plans, and construction phasing or staging plans in the Contract Specifications and the project manual refer to this CSPP and SPCD. The Contractor’s work schedule, including the critical path method schedule, is included in the Safety Plan Compliance Document, under Section 2, Phasing. See the Safety AC. The Federal Aviation Administration intends the Construction Safety and Phasing Plan and the Safety Plan Compliance Document to be “stand-alone” documents that can be circulated to the relevant sections of the Federal Aviation Administration for review and approval within the Safety Management System which is also undergoing current development. Additionally, the Construction Safety and Phasing Plan and the Safety Plan Compliance Document are both enforceable parts of the contract documents. Construction Safety and Phasing Plan sheets within the project plans are referred to in the Construction Safety and Phasing Plan and Safety Plan Compliance Document as Construction Safety and Phasing Plan Drawings, as dictated by the Safety AC. The Federal Aviation Administration requires that the Construction Safety and Phasing Plan, as submitted for their review, include those plans as an appendix. The Contractor can find these sheets in the project plans and as an appendix to the Construction Safety and Phasing Plan. This Construction Safety Phasing Plan (CSPP) is to be used during construction activity for the Apron Reconstruction Project at Renton Municipal Airport. This plan is to be used in conjunction with the project construction drawings and contract documents. The purpose of this plan is to present information needed for safe airport operations during construction activities, to minimize disruption to operations of air and ground traffic, and to facilitate completion of construction in the shortest time possible. Work to be completed by this project includes AIP eligible work, as well as non-AIP eligible work as detailed below: AIP Eligible Work • None Non-AIP Eligible Work • Windsock Apron and 243 Building Apron and Parking Lot Rehabilitation Safety Plan Compliance Document (SPCD) The Contractor must review this CSPP and submit a Safety Plan Compliance Document (SPCD) to the Engineer prior to the preconstruction conference. The SPCD will detail how the Contractor will comply with this CSPP, and will identify specific hazard equipment and lighting, contractor points of contact, construction equipment heights, and any other project specific information not included in this CSPP. Airport Closure Information Access to/from Renton Municipal Airport must be maintained at all times. Access to active runways, taxiways, and aircraft aprons must be maintained at all times. No work will be allowed within a Runway Safety Area when the associated runway is open. Page iv List of Acronyms AC FAA Advisory Circular AOA Airport Operations Area ARFF Aircraft Rescue Fire Fighting ASOS Automated Surface Observing System ATCT Air Traffic Control Tower ATO Air Traffic Organization CTAF Common Traffic Advisory Frequency FAA Federal Aviation Administration FOD Foreign Object Debris FSS Flight Service Station GCP General Contract Provision GS Glideslope IC Incident Commander ILS Instrument Landing System LOC Localizer MIRL Medium Intensity Runway Edge Lights MALS Medium Intensity Approach Lighting System NAVAIDs Navigational Aids NOTAM Notice to Airmen OE/AAA Obstruction Evaluation / Airport Airspace Analysis OFA Object Free Area PAPI Precision Approach Path Indicator REIL Runway End Identifier Lights RNT Renton Municipal Airport RPR Resident Project Representative RPZ Runway Protection Zone RSA Runway Safety Area RWY Runway TSA Taxiway Safety Area TWY Taxiway TL Taxilane Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 1 1.0 Coordination Construction on an active airport can require intense coordination efforts early in the project to ensure construction proceeds smoothly and in an orderly fashion. This effort will provide a safe work environment for construction and minimize disruption to the airport’s daily operations. The coordination effort continues throughout the project to help guarantee that changes during construction can be dealt with by all parties concerned and minimize or eliminate any negative impacts to airport operation, safety, and security. The Airport Manager holds the primary responsibility for virtually all aspects of the airport’s operation, safety, and security. Your point of contact with the Airport Manager is through the Resident Project Representative (RPR) or Engineer. The Airport Manager will provide training to you and your Subcontractors to provide for proper access, airport security, radio communication, vehicle operation, and any safety procedures or precautions. Plan your first meeting with the Airport Manager, through the Engineer, prior to preparing your Safety Plan Compliance Document (SPCD) and construction phasing plan that you must submit prior to the preconstruction conference. Throughout this construction project, the following safety and operational practices should be observed: • Operational safety will be a standing agenda item during progress meetings throughout the construction project. • The Airport, Engineer, and Contractor will thoroughly discuss the entire project, process, and safety related aspects of this CSPP during the pre-construction meeting. Subsequent meetings will be held as necessary if items need to be addressed or further information comes to light during the project. • The Contractor and Engineer must perform frequent onsite inspections throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project scope change. • The appropriate NOTAMs will be issued by the airport with the appropriate lead times to inform the public of the appropriate airport and runway closures and other construction related activities. • Closed areas on the airport will be appropriately marked and barricaded as described during the construction operations. These barricades must conform to the standards set forth here within and not be more than 18-inches in height. • Contractor shall ensure that all employees, subcontractors, suppliers and other personnel associated with the project do not enter any airport area that is hazardous to themselves or may create a hazard for airport operators, or into an area which they are not authorized. • Contractor shall ensure that all unauthorized persons are restricted from entering unauthorized areas that the Contractor has direct control over. • Contractor shall ensure that no construction operations or associated personnel are allowed within the boundary of the safety area of an open or active runway or taxiway when an aircraft is on approach or departing. During construction of this project, specific permission, with the appropriate precautions and NOTAMs and radio communications necessary, may be given to allow the Contractor to perform construction next to an open runway. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 2 • The Engineer, Airport Manager or other designated airport representative may order the contractor to immediately suspend operations; move personnel, equipment, and materials to a safe location in the event of an emergency. • Contractor personnel shall comply with all airport safety and security measures as described herein and use good judgement at all times. • Additional restrictions are contained in the Contract General Provisions that outline additional security restrictions and limitations of operations that the Contractor should be familiar with. Coordination through the Engineer When the project documents call for coordination, notification, contact, or other interaction with FAA, airport management, maintenance and operations, airport users, any local, state, or federal agency, group, or association, or the general public, such activity shall be done through, in the presence of, or with the written approval of the Engineer. Allow sufficient time for coordination and approvals within proposed work schedules. Plan work activities in advance of when they are needed to be performed. The Airport cannot accommodate last minute requests to allow access or close portions of the active Airport Operations Area (AOA) except in emergencies. Work that will impact any instrument approach procedures will require Notice to Airmen (NOTAMs) coordinated through the Flight Data Center. Any requests must be initiated through the Engineer a minimum of ten (10) business days prior to conducting work, for processing and issuance of NOTAMs. The inability of the Airport, or other entities to meet these requests shall not constitute a delay to the contractor’s work effort or entitlement to further compensation. Meetings and Conferences The Sponsor attended a predesign conference to discuss critical design parameters, airport safety during construction, phasing of construction operations and environmental considerations. A pre-bid conference will be held to allow prospective bidders to ask questions and establish a clear understanding of the project requirements. This meeting will be held with prospective bidders, subcontractors, and material suppliers. Prior to the start of construction, a pre-construction conference will be held with the Airport Manager, the Contractor, their subcontractors and the Engineer or their representative. The meeting is to occur after the contract has been awarded and prior to issuance of the notice to proceed (NTP). Weekly progress meetings will be held with the Contractor, their subcontractors, and the Engineer at the time and place agreed to at the preconstruction conference. At a minimum, representatives from the following will be invited to attend the weekly meetings: • Airport Management and/or Airport Operations • Parties expressing interest from the airport stakeholders list Airport safety and security will be a standing agenda item for the meetings. All interested parties will be kept informed of status and changes of airport surfaces in relation to aircraft and ground traffic. Detailed drawings indicating routes for aircraft and ground traffic movement and areas closed for construction will be provided and updated as needed throughout construction. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 3 Facilities will be provided so that people may attend the meeting by telephone. Approved meeting minutes and drawings will be delivered by email when required. Scope or Schedule Changes Scope or schedule changes shall be addressed in accordance with Section 40 and Section 80 of the FAA General Provisions. Scope and schedule changes must be approved in writing by the Engineer. Changes to either scope or schedule may require additional coordination with the FAA, Airport Management, airport stakeholders, other local, state, or federal agencies, or the public. The Contractor will not begin work that will result in a change in scope or schedule without coordinating with the Engineer and obtaining written approval. FAA ATO Coordination All coordination with FAA Air Traffic Organization (ATO) will be conducted through the Engineer. The Engineer will notify the FAA's Air Traffic Organization (ATO) Planning and Requirements (P&R) Service Area office a minimum of 45 days prior to the physical construction start date for this project. If required, the Airport Sponsor will submit the FAA Form entitled Airport Sponsor Strategic Event Submission Form including all date, time and/or duration changes via email to 9-AJV-SEC-WSA@faa.gov. The determination received from the FAA will be provided to the Contractor upon request. FLIGHT DATA CENTER NOTAMS ARE REQUIRED. Contractor requests must be initiated a minimum of 10 working days prior to conducting construction activities to allow for processing and issuance of NOTAMS. The Airport Manager is responsible for verifying NOTAMS are active prior to construction activities. No Contractor work can begin without approval. The Contractor shall provide all required support, including meeting attendance, scheduling, and project documentation required to conduct this coordination. Conduct all required coordination efforts with FAA through the Engineer. 2.0 Phasing 2.1 Construction Phasing Construction is expected to begin in May 2025 and completed in August 2025. This Safety and Phasing Plan covers work that will occur within the Airport Operations Area (AOA). The contractor shall coordinate this work with the Engineer. The Contractor is required to prepare a schedule including detail for work that will occur within the AOA; see Section 3.0, Areas and Operations Affected by Construction, for more details. This project contains two bid schedules. Schedule A will consist of the full depth pavement reconstruction, tie-down removal and replacement and striping of the taxilane centerlines, non- movement area boundary, and tie-down stalls at the Windsock apron. Schedule B will consist of the full depth pavement reconstruction and reconfiguration at the 243 Building apron and parking lot, tie-down anchor removal and replacement, relocation of existing chain-link fence, gate V7 and associated equipment, and striping of the taxilane centerlines, parking lot stalls, and tie-down stalls. The project will be built in one construction season with phasing as follows: Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 4 Work Area #1 – Phase 1 Work Area #1 – Phase 1 will involve the removal of existing tiedown cables, reconstruction of the existing pavement section, installation of new tiedown anchors, and striping of the Windsock apron. Allowed Duration: 29 Working Days Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: Windsock Apron Taxilanes Closed Remaining Taxiways/Taxilanes Open Apron Status: Windsock Apron Closed Phasing elements to be completed at the beginning of Phase 1: 1) Conduct preconstruction meeting at least one week prior to beginning any work on site 2) Coordinate with Airport staff to ensure aircrafts have been relocated prior to Phase 1 3) Place low-profile barricades as shown in the Phasing Plans 4) Confirm limits of full depth pavement reconstruction with RPR Work elements of Phase 1 include: 1) Remove existing tiedown anchors 2) Reconstruct apron pavement 3) Install new tiedown anchors 4) Complete initial and final striping Phasing elements to be completed following completion of Phase 1: 1) Complete final inspection checklist at the end of Phase 1 Work Area #1 – Phase 2 Work Area #1 – Phase 2 will involve the application of final pavement markings on the Windsock apron. Allowed Duration: 4 Hours (1 Working Day) Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: Windsock Apron Taxilanes Closed Remaining Taxiways/Taxilanes Open Apron Status: Windsock Apron Closed Phasing elements to be completed at the beginning of Phase 1: 1) Place low-profile barricades as shown in the Phasing Plans Work elements of Phase 1 include: 1) Complete final paint marking application Phasing elements to be completed following completion of Phase 1: 1) Remove low-profile barricades and re-open apron Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 5 Work Area #2 – Phase 1 Work Area #2 – Phase 1 will involve the removal of existing tiedown anchors, removal of the existing pavement section, reconstruction of the new pavement section, and installation of new tiedown anchors and striping of the north half of the 243 Building apron. Allowed Duration: 13 Working Days Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: 250 Hangar Taxilane Closed Remaining Taxiways/Taxilanes Open Apron Status: 243 Building Apron Closed Phasing elements to be completed at the beginning of Phase 1: 1) Conduct preconstruction meeting at least one week prior to beginning any work on site 2) Coordinate with Airport staff to ensure aircrafts have been relocated prior to Phase 1 3) Place low-profile barricades as shown in the Phasing Plans 4) Confirm clearing and pavement reconstruction limits with RPR Work elements of Phase 1 include: 1) Remove existing tiedown anchors 2) Clear and grub landscaped areas 3) Reconstruct apron pavement 4) Install new tiedown anchors 5) Complete initial paint marking application Phasing elements to be completed following completion of Phase 1: 1) Complete interim inspection checklist at the end of Phase 1 2) Shift low-profile barricades to Phase 2 locations Work Area #2 – Phase 2 Work Area #2 – Phase 2 will include the removal and reconstruction of the south half of the 243 Building Apron. Allowed Duration: 5 Working Days Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: All Taxiways/Taxilanes Open Apron Status: All Aprons Open Phasing elements to be completed at the beginning of Phase 2: 1) Place low-profile barricades as shown in the Phasing Plans 2) Confirm limits of clearing and grubbing and pavement reconstruction with RPR Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 6 Work elements of Phase 2 include: 1) Clear and grub landscape areas 2) Reconstruct apron pavement 3) Install new curb stops 4) Complete initial paint marking application Phasing elements to be completed following completion of Phase 2: 1) Complete interim inspection checklist at the end of Phase 2 2) Shift low-profile barricades to Phase 3A locations Work Area #2 – Phase 3A Phase 3A will include the full depth pavement removal and reconstruction, salvaging and relocation of Gate V7 and associated equipment, and striping of the 243 Building drive lane. Allowed Duration: 8 Working Days Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: All Taxiways/Taxilanes Open Apron Status: All Aprons Open Phasing elements to be completed prior to beginning Phase 3A: 1) Place low-profile barricades as shown in the Phasing Plans 2) Place temporary traffic cones as shown in the Phasing Plans 3) Confirm limits of full depth pavement reconstruction with RPR Work elements of Phase 3A include: 1) Reconstruct drive lane pavement 2) Remove and salvage existing Gate V7 and associated equipment 3) Install salvaged Gate V7 and associated equipment 4) Install new chain-link fence 5) Complete initial paint marking application Phasing elements to be completed following completion of Phase 3A: 1) Complete interim inspection checklist at the end of Phase 3A 2) Shift low-profile barricades to Phase 3B locations Work Area #2 – Phase 3B Phase 3A will include the full depth pavement removal and reconstruction and striping of the remaining portion of the 243 Building drive lane. Allowed Duration: 2 Working Days Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 7 Taxiway & Taxilane Status: All Taxiways/Taxilanes Open Apron Status: All Aprons Open Phasing elements to be completed prior to beginning Phase 3B: 1) Place low-profile barricades as shown in the Phasing Plans 2) Place temporary traffic cones as shown in the Phasing Plans 3) Confirm limits of full depth pavement reconstruction with RPR Work elements of Phase 3B include: 1) Reconstruct drive lane pavement 2) Complete initial paint marking application Phasing elements to be completed following completion of Phase 3B: 1) Complete interim inspection checklist at the end of Phase 3B 2) Remove all low-profile barricades 3) Relocate temporary traffic cones to Phase 4 locations Work Area #2 – Phase 4 Work Area #2 – Phase 4 will include full depth pavement reconstruction, removal of extruded curb, construction of curb and gutter, and striping of the 243 Building parking lot. Allowed Duration: 8 Working Days Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: All Taxiways/Taxilanes Open Apron Status: All Aprons Open Phasing elements to be completed prior to beginning Phase 4: 1) Place temporary traffic cones as shown in the Phasing Plans 2) Confirm limits of full depth pavement reconstruction with RPR Work elements of Phase 4: 1) Reconstruct parking lot pavement 2) Remove extruded curb 3) Construct new curb and gutter 4) Complete initial paint marking application Phasing elements to be completed following completion of Phase 4: 1) Complete Final Inspection Checklist at the end of Phase 4 2) Remove all temporary traffic cones Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 8 Work Area #2 – Phase 5 Work Area #2 – Phase 5 will involve the application of final pavement markings on the 243 Building apron and parking lot. Allowed Duration: 4 Hours (1 Working Day) Allowed Work Hours: 8:00 am – 6:00 pm Runway Status: Runway 16/34 Open Taxiway & Taxilane Status: Windsock Apron Taxilanes Closed Remaining Taxiways/Taxilanes Open Apron Status: Windsock Apron Closed Phasing elements to be completed at the beginning of Phase 5: 2) Place low-profile barricades and traffic cones as shown in the Phasing Plans Work elements of Phase 1 include: 2) Complete final paint marking application Phasing elements to be completed following completion of Phase 5: 2) Remove low-profile barricades and traffic and re-open all areas 2.2 Phasing Elements Areas to be Closed to Aircraft Operations Each phase includes closures of areas to aircraft operations. See above for a description of the closed areas in each phase. No construction will occur within an RSA while the associated runway is open for aircraft operations, and no construction will occur within a TSA while the associated taxiway is open for aircraft operations. Duration of Closures Closure durations for each phase are detailed in the Phasing Plans included as Appendix A. Prior to any closures, the Contractor will be required to issue the appropriate NOTAM and follow the procedures for installing barricades and temporary traffic cones at the locations detailed in the Phasing Plans. Prior to re-opening, the Contractor will be required to remove all construction debris from surfaces opening to air traffic. The Contractor must also fill out and submit a Construction Phasing Daily Safety Inspection Checklist (included in Appendix D) each day to the Engineer. Taxi Routes Taxi routes will be modified throughout each phase of construction, as detailed in the Phasing Plans included in Appendix A. Taxi routes around closed portions of taxiways or aprons will be shown on the Phasing Plans. No reduced TSA or TOFA dimensions are proposed throughout construction. See Phasing Plans included in Appendix A for a detailed breakdown of the work areas, phases, closed airfield areas, haul routes, and available taxi routes for each phase. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 9 ARFF Access Routes There is no ARFF at the airport. Emergency vehicles from outside of the AOA will enter the airport along their existing routes or on the construction haul routes, if necessary. Access routes for emergency vehicles will be maintained throughout construction. Construction Staging Areas Staging areas will be outside of all safety areas and object free areas. The proposed staging areas are shown on the Phasing Plans included in Appendix A. In general, staging areas are located at the south end of the Windsock apron and east of the 243 Building Apron. Any adjustments to staging area locations must be shown on the Contractor’s SPCD and will require approval by the Engineer and the airport. Construction Access and Haul Routes Access to the construction areas will be via existing access roads at the airport. All construction traffic will enter the airport as follows: • Windsock Apron: via Gate V10 located on East Perimeter Road • 243 Building Apron: Gate V7 located on West Perimeter Road • 243 Building Parking Lot: driveway entrance located on West Perimeter Road Orange constructions signs will be used to designate the haul route as necessary. Access points and haul routes are shown on the Phasing Plans included in Appendix A. Impacts to NAVAIDs There are no anticipated Navaid impacts. Lighting and Marking Changes Lighting Changes. No lighting changes are proposed as a part of this project. Marking Changes. Yellow apron tiedown markings, taxiway/taxilane centerline markings, and the non-movement area marking adjacent to the Windsock Apron will be re-striped after the completion of the apron reconstruction. Layout of new markings will be per FAA Advisory Circular (AC) 150/5340- 1. Available Runway Length Not applicable. Declared Distances Not applicable. Required Hazard Marking and Lighting Low-profile barricades will be installed during each phase as shown in the Phasing Plans included in Appendix A. These barricades will be in accordance with the requirements listed in Section 2.20.2.1 of FAA AC 150/5370-2. Traffic cone or candlestick type barricades commonly used in road construction will not be allowed to be used for traffic control within the AOA but may serve as supplemental barricades along haul routes and areas outside of the AOA. Low-profile barricades will be equipped with red flashing lights for nighttime closures, and will be placed to provide a complete, high-visibility Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 10 barrier to vehicles and aircraft, and will be spaced no more than 4-feet apart across the entire width of the closure surface. Barricades may also be supplemented with alternating orange and white flags at least 20 in. by 20 in. square and securely fastened to eliminate FOD. Low-profile barricades will be properly weighted and anchored, to not be affected by expected wind or turbulence. The Contractor will coordinate with the Engineer prior to the deployment of any markers or barricades for each phase of work. Lead Times for Required Notifications The Contractor will coordinate their planned activities with the Airport and the Engineer. The Contractor will give firm notification to the Airport within ten (10) working days of construction related activity requirement a NOTAM. This will allow the Airport to provide appropriate NOTAM’s seventy-two (72) hours in advance of any closures or construction activity. The Contractor will give the Engineer and Airport a minimum of 72 hours’ notice before proceeding to other phases of work. 2.3 Construction Safety Drawings The Construction Safety Drawings, or Construction Safety and Phasing Plans are included in Appendix A of this document. The Construction Safety and Phasing Plan overview sheet shows the overall work area for each phase, and the location of the contractor staging areas and material stockpile areas. A separate sheet is included in the Construction Safety and Phasing Plan for each significant phase of work, and includes active work areas, stockpile and staging areas, and low-profile barricade installation areas. The Phasing Plan drawings are available electronically in Autodesk format (*.dwg) and as Adobe (*.pdf), through the Engineer. The Contractor shall modify these drawings to fit the proposed means and methods to complete the project as needed. The Contractor shall submit the construction safety drawings, and any revisions, along with a work schedule and SPCD for approval 10-days prior to the preconstruction conference. Requirements and details for the SPCD can be found in FAA Advisory Circular (AC) 150/5370-2 Operational Safety on Airports During Construction. The latest edition of this AC and most others can be obtained free of charge from the FAA online: http://www.faa.gov/airports/resources/advisory_circulars/ The CSPP (this document) is also available through the Engineer in either Microsoft Word (*.docx) or Adobe (*.pdf) formats upon request. 3.0 Areas and Operations Affected by Construction Activity 3.1 Identification of Affected Areas The Aircraft Operations Area (AOA) is defined by the perimeter fence surrounding the airfield. Construction signs will be placed along haul routes at airport entrances to warn construction traffic they are entering the AOA. Work areas are shown on the Phasing Plan drawings included in Appendix A. Work areas will be confined by low-profile barricades (inside AOA) and traffic cones (outside of the AOA). Known affected areas are shown on the Phasing Plans included in Appendix A of this document and in the construction plans. If other affected areas become known during the construction process they must be added to the drawings and submitted to the Engineer for approval. Work in other affected areas is prohibited until the written approval of the revised SPCD and construction safety drawings is received from the Engineer. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 11 Closing, or Partial Closing, of Runways, Taxiways and Aprons The Construction Safety and Phasing Plans includes closures of the Windsock Apron and Taxilane and the 243 Building Apron and Taxilane. The Phasing Plans included in Appendix A include a breakdown of runway, taxiway, and apron status by phase and work area. Closure of ARFF Access Routes There is no ARFF at the Renton Municipal Airport. Emergency vehicle access routes will not be impacted. The contractor shall maintain all existing access routes used by emergency vehicles at the airport. Closing of Access Routes Used by Airport and Airline Support Vehicles Vehicle Gate V7 is the primary entrance to the airport that is used by airport and airline support vehicles. Gate V7 will be closed while reconstructing the drive aisle pavement section and salvaging and reinstalling the chain-link fence, gate and all associated equipment in Phase 3A. Coordination with airport staff shall occur during the pre-construction meeting to ensure all affected parties are aware of the gate closure. A minimum 7-day notice shall be given to the Airport Manager prior to beginning work that will close Vehicle Gate V7. Other significant impacts are not anticipated and if minor route changes are required they shall be coordinated with affected parties at least 7-days prior to the beginning the work which will affect them. Interruption of Utilities, including Water Supplies for Fire Fighting There are no anticipated interruptions to any utilities that serve the airport, including water systems. Approach/Departure Surfaces Affected by Heights of Objects A small portion of work on the drive lane and the 243 parking lot will occur within the Runway 34 approach surface, but outside of the RSA and OFA. W. Perimeter Road and the drive lane are within the approach surface and do not have any operational restrictions, so work in this area will not be subject to additional restrictions. Any construction equipment exceeding 15-feet in height will be included in a 7460-1 submitted online through the OE/AAA portal. Construction Areas, Storage Areas, & Access Routes Near Airfield Movement Areas All Contractor staging and storage areas are located outside of safety areas and object free areas. Active construction areas will be within closed portions of airfield movement areas and will be clearly delineated with low-profile barricades. Access routes to construction areas are shown on the Phasing Plans and will be delineated by the Contractor throughout construction. 3.2 Mitigation of Effects The effects of construction will be mitigated to the maximum extent feasible. No closures of Runway 16/34 are anticipated to complete this project. The following specific procedures will be followed throughout construction: Temporary Changes to Runway and/or Taxiway Operations Changes to runway, taxiway, taxilane and apron operations will be clearly defined via NOTAM’s. Active work areas will be clearly delineated with low-profile barricades. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 12 Detours for ARFF and Other Airport Vehicles No ARFF facilities exist at the airport. Local emergency vehicles and airport vehicles, including maintenance staff, will coordinate with the Contractor and Engineer for access to areas that may be impacted by construction. Emergency vehicles will be redirected to Vehicle Gate V8 or V1 when Vehicle Gate V7 is closed in Phase 3A. Additional detours are expected to be minimal. Any detours will be scheduled at least 7-days in advance and communicated to all airport users. Maintenance of Essential Utilities All essential utilities will be maintained throughout construction to the maximum extent feasible. No impacts to essential utilities are anticipated. Temporary Changes to Air Traffic Control Procedures No changes are anticipated to the procedures of the Air Traffic Control Tower at the Renton Municipal Airport. 4.0 Navigational Aid (NAVAID) Protection All NAVAIDs are owned and operated by Renton Municipal Airport. NAVAID shutdowns will be coordinated with the Airport and FAA ATO as required. NOTAMs will be issued in accordance with Section 9.0. The Contractor will be responsible for protecting existing underground utilities associated with the NAVAIDs during construction activities, as described in Section 11.0. Impacts to NAVAIDs are described below: Runway 16/34 PAPI A 2-light PAPI serves each end of Runway 16/34. No impacts are anticipated. Runway 16/34 REIL REILs serve each end of Runway 16/34. No impacts are anticipated. Airport Beacon The airport beacon is located on top of Air Traffic Control Tower and is clear of all construction activities and will remain operational throughout construction. 5.0 Contractor Access The Contractor will have access to work areas as required to complete construction, further detailed below. 5.1 Location of Stockpiled Construction Materials The Contractor’s Staging and Stockpile Area will be on airport property as shown on the phasing plans. No materials will be stockpiled within any OFA. All excavated material will be loaded directly into trucks and hauled off site or stockpiled at an approved stockpile location. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 13 5.2 Vehicle and Pedestrian Operations Construction Site Parking Contractor vehicle parking will be in the stockpile and staging area, or existing parking lots shown on the Phasing Plans included in Appendix A, or off site. No person shall be allowed to enter the AOA, or any other restricted area, except authorized personnel assigned to duty therein. Contractor personnel and vehicles are only authorized in the areas where the contract work is occurring, and only on the designated haul routes to and from that area. Construction Equipment Parking Construction equipment parking will be within the Contractor’s Staging and Stockpile Area shown on the Phasing Plans included in Appendix A. All parking areas are located outside of safety areas, object free areas, and approaches. Before occupying a temporary use/staging area, mark the staging area limits with lath and flagging or other measure and then arrange a joint inspection with the Engineer to record the area’s original condition. Do not stage motorized equipment on dirt surfaces in the staging area without a drip pan. Equipment not actively employed in the work is to be removed from all runway and taxiway OFAs and moved to the approved Staging Area locations. When the Staging Area is no longer needed, arrange a joint inspection with the Engineer to ensure the area has been returned to an acceptable improved condition. All disturbed areas of the staging area shall be restored and seeded by the contractor at no expense to the airport. Access and Haul Roads Access and haul roads are shown on the Phasing Plans included in Appendix A. The Contractor shall not use any access or haul roads other than those approved by the Engineer. Access routes used by Contractor vehicles shall be clearly marked to prevent inadvertent entry to areas open to aircraft operations. Two access points will be used for access to the airport. Access Gates V7 and V10 are automated gates that provides access to the Aircraft Operations Area. Marking and Lighting of Vehicles Any Contractor or employee vehicles that enter the AOA during daylight hours only must be equipped with an orange and white checkered flag meeting AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, or an amber flashing beacon. Any vehicle operating within the AOA during hours of darkness or reduced visibility must be equipped with an amber flashing beacon. Contractor vehicles shall be clearly marked with logos or badging that identifies them as Contractor vehicles. Contractor vehicle marking and lighting is the sole responsibility of the Contractor. The Airport will not provide markings or lights. No unused equipment shall be left idle in any ROFA or TOFA. Description of Proper Vehicle Operations All personnel that will operate vehicles within the AOA are required to familiarize themselves with the FAA Guide to Ground Vehicle Operations, found in Appendix E, and have prior approval from the Airport Manager. If a vehicle becomes lost or has a radio failure, the vehicle operator should vacate the runways and taxiways as quickly and safely as possible, then immediately advise the Contractor’s superintendent of the situation, and wait for further instruction. If an emergency condition occurs, the Contractor’s staff should meet at a location designated by the Contractor’s safety officer. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 14 Required Escorts Contractor personnel that have not reviewed the FAA Guide to Ground Vehicle Operations and that have not been given escort privileges by the Airport Manager must be escorted by approved drivers that have reviewed the FAA Guide to Ground Vehicle Operations and, found in Appendix E and that are authorized to drive within the AOA. Training Requirements for Vehicle Drivers The Contractor and all workers operating vehicles within the AOA shall familiarize themselves with the FAA Guide to Ground Vehicle Operations, included as Appendix E prior to beginning work onsite. Truck drivers may not be required to review the guide if they are under escort by qualified contractor personnel when operating within the AOA. The Contractor must be aware that aircraft always have the right-of-way. Situational Awareness Vehicle drivers shall ensure by visual observation that no aircraft is approaching, either in the air or on the ground, when crossing a runway, taxiway, or any other area open to aircraft operations. Aircraft always have the right-of-way. Two-Way Radio Communication Procedures Contractor personnel engaged in activities within the AOA must observe the proper procedures for communications, including using the appropriate radio frequency, Renton Ground, 121.6 MHz. Contractor shall not operate vehicles beyond any non-movement area line, and shall remain clear of the runway and taxiways at all times. When authorized vehicles must cross the non-movement area line they must announce their intentions to Renton Ground and wait for clearance prior to proceeding. Continue to monitor aircraft operations. No vehicles shall cross into or operating within the AOA without previous authorization by the ATCT on Renton Ground frequency. All authorized drivers within the AOA must have a working two-way radio, be under the direction of contractor furnished flaggers, or be escorted by an approved vehicle with a radio. All drivers shall confirm that no aircraft is approaching their vehicle position. The driver shall monitor the Ground Control Frequency on 121.6 MHz and announce their intentions to enter any movement area and wait for ATCT clearance prior to entering any movement area. The driver must announce their intentions prior to entering the movement areas, while moving within movement areas, and upon exiting the movement areas. Ground Control Frequency: 121.6 MHz Additional requirements and recommendations are contained in the Airport’s Ground Vehicle Operating Rules, included as Appendix E. Maintenance of the Secured Area of the Airport The perimeter fence at Renton Municipal Airport defines the AOA. Where contractor haul routes cross existing airport gates the Contractor shall keep a gate guard at that gate to distribute orange and white checkered flags, perform radio checks, and coordinate movements on the airport prior to entry, or ensure the gate is closed and secured after each opening for vehicle traffic. All Contractor personnel seeking access to restricted areas shall receive familiarization training before authorization from the Airport Manager will be granted to enter restricted areas. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 15 The Contractor shall notify the Airport Manager within 24 hours whenever an authorized person is terminated for any reason. Fencing and Gates Renton Municipal Airport has fencing and gates surrounding the airfield of various types. In general, access to the apron areas will be through existing automated gate V7 on W. Perimeter Road and gate V10 on E. Perimeter Road. During relocation of gate V10, a temporary chain-link fence shall be securely fastened to the existing fence at the end of each workday to fully close the perimeter fence. Only authorized persons or vehicles will have access to the AOA. The Contractor will be reminded to ensure the gate has closed before driving off to prevent “piggy backing” behind another person or vehicle. Badging Requirements Each driver authorized to operate a vehicle within the AOA on the airport as part of this project will be required to attend the Airport’s ground vehicle training course. After successful completion, a gate access card will be provided only to the Contractor’s Superintendent or Foreman. Coordinate required driver training with the Airport Manager. 6.0 Wildlife Management The primary wildlife safety concerns at Renton Municipal Airport are birds and small animals. Birds are attracted by possible sources of food, or areas that may provide shelter. The Contractor shall report the presence of birds or animals within the airport property to the Airport Manager. Do not attempt to disperse birds or animals. 6.1 Trash Control and contain trash within all work areas, especially within the airport property. It is the responsibility of all personnel who work at Renton Municipal Airport to pick up trash and debris on the airfield. When the source of the attractant is the result of a failure to properly secure garbage or food in an enclosed facility or container, the Airport Manager will contact the responsible party in an effort to remedy the situation. If removal or securing the attractant does not cause the birds to leave the area, a member of the Wildlife Patrol will be contacted to disperse the birds. All construction personnel will dispose of food scraps and trash in closed refuse provided by the Contractor. The Contractor will empty all containers in an approved landfill off site. Animal carcasses that attract birds or wildlife can be a safety hazard. Report the presence of animal carcasses to the Airport Manager, or their representative for removal. 6.2 Standing Water The contractor shall minimize areas of standing water throughout construction. This includes ensuring existing drainage pathways are maintained, and drainage paths are provided when water ponds on excavated areas or other areas under construction. Areas of standing and flowing water on and surrounding the airfield contribute to the presence of numerous species of hazardous wildlife. Standing water in construction areas will not be allowed. Provide adequate drainage, and erosion and sediment control measures to avoid attracting birds and other wildlife. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 16 6.3 Poorly Maintained Fencing and Gates It is imperative that the Contractor be responsible for ensuring the gates remain closed at all times when not transiting through or actively relocating them to prevent access by unauthorized persons. Any damage to existing fencing or gates by the Contractor or their representatives will be repaired at the Contractor’s expense. 6.4 Wildlife Habitat The contractor will immediately notify the Engineer or Airport Manager of any wildlife observed within the AOA. 7.0 Foreign Object Debris (FOD) Management The Contractor shall not leave or place FOD or debris on or near active aircraft movement areas. Loose materials and debris tracked onto these areas by vehicles or foot must be removed immediately. Materials capable of creating FOD shall be continuously removed during the construction project. Contractor shall also be mindful of nuts, bolts, sweeper brush bristles, clevis pins or any miscellaneous items that may fall off equipment. The gate guard or other contractor personnel shall perform a visual inspection of all inbound construction traffic to ensure that potential sources of FOD are identified and mitigated prior to entry onto the airport. For more details, reference AC 150/5210-24, Foreign Object Debris (FOD) Management. 8.0 Hazardous Materials (HAZMAT) Management The Contractor shall develop a Hazardous Materials Control Plan (HMCP), and Spill Prevention, Control and Countermeasure (SPCC) Plan as required by the contract documents. The Contractor shall prepare the HMCP for prevention of pollution from storage, use, containment, cleanup, and disposal of all HAZMAT, including petroleum products related to construction activities and equipment. The Contractor shall compile Material Safety Data Sheets (MSDS) in one location and reference that location in the HMCP. For more details, reference AC 150/5320-15, Management of Airport Industrial Waste. The Contractor shall designate a Contractor’s Spill Response Field Representative with 24-hour contact information. The Contractor shall also designate a Subcontractor Spill Response Coordinator for each subcontractor. The Superintendent and Contractor’s Spill Response Field Representative must have 24- hour contact information for each Subcontractor Spill Response Coordinator and the Utility Spill Response Coordinator. The Contractor shall list and give the location and estimated quantities of HAZMAT (including materials or substances listed in 40 CFR 117 and 302, and petroleum products) to be used or stored on the Project. HAZMAT must be stored in covered storage areas. The Contractor shall include secondary containment for all HAZMAT storage areas. The Contractor shall identify the locations where fueling and maintenance activities will take place, describe the activities, and list controls to prevent the accidental spillage of petroleum products and other HAZMAT. Controls include placing absorbent pads or other suitable containment under fill ports while fueling, under equipment during maintenance or repairs, and under leaky equipment. The Contractor shall list the types and approximate quantities of response equipment and cleanup materials available on the Project. Include a list and location map of cleanup materials, at each different work site and readily available off site (materials sources, material processing sites, disposal sites, staging Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 17 areas, etc.) Spill response materials must be stored in sufficient quantity at each work location, appropriate to the hazards associated with that site. The Contractor shall describe procedures for containment and cleanup of HAZMAT. Describe a plan for the prevention, containment, cleanup, and disposal of soil and water contaminated by spills. Describe a plan for dealing with contaminated soil and water encountered during construction. Clean up spills or contaminated surfaces immediately. The Contractor shall describe methods of disposing of waste petroleum products and other HAZMAT generated by the Project, including routine maintenance. The Contractor shall identify haul methods and final disposal areas. The Contractor shall assure final disposal areas are permitted for HAZMAT disposal. Prepare and implement an SPCC Plan when required by 40 CFR 112; when both of the following conditions are present on the Project: • Oil or petroleum products from a spill may reach navigable waters (as defined in 40 CFR 112); and • Total above ground storage capacity for oil and any petroleum products is greater than 1,320 gallons (not including onboard tanks for fuel or hydraulic fluid used primarily to power the movement of a motor vehicle or ancillary onboard oil-filled operational equipment, and not including containers with a storage capacity of less than 55 gallons). The Contractor shall reference the SPCC Plan in the HMCP. 9.0 Notifications of Construction Activities Contractor shall immediately notify the airport operator or Engineer of any conditions adversely affecting the operational safety of the airport. 9.1 List of Responsible Representatives Jointly develop a list of contacts consisting of Contractor personnel, Airport personnel, and Engineer’s personnel. Although the primary contacts for all matters involving safety and security remain the Airport Manager, Engineer, and Contractor Superintendent, certain issues may warrant the delegation of response to individuals capable of taking immediate action. These contacts may be required to be available 24 hours a day, as specified to address the following issues: • Accidental utility interruption, or airport emergency response. (See section 9.3 below for non- airport related emergencies) • HAZMAT Spill Response. • Maintenance of temporary airport lighting. • Repair of erosion sediment control measures. • FOD cleanup. • Other airport security issues, including loss of keys, dismissed Contractor employees. • Other points of contact, as specified, or as directed by the Engineer. A preliminary list of responsible representatives is included as the Preliminary Contact List included as Appendix C. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 18 9.2 Notice to Airmen (NOTAMs) Before beginning any construction activity, coordinate with the Airport Manager through the Engineer to provide information for NOTAMS, as required. Work that requires issuance of a NOTAM cannot begin until confirmation and approval of the Airport Manager is received by the Engineer. Include drawings, in a format acceptable to the Engineer, that show areas open or closed to aircraft operations. Show designated taxi routes and include other information on the drawings as directed. Modify the drawings as directed. Coordinate further, as required, to determine the cancellation of notices issued as NOTAMS. Plan work activities ahead of when they are needed to be performed. The Airport cannot accommodate last minute requests to allow access or close portions of the active Airport Operating Area (AOA) except in emergencies. The inability of the Airport, or other entities to meet these requests shall not constitute a delay to your work effort or entitlement to further compensation. The following guidance will apply regarding NOTAMS: • The Airport Manager will provide information on closed or hazardous conditions on airport movement areas to the Flight Service Station (FSS) so it can issue a NOTAM. • The Airport Manager will coordinate the issuance, maintenance, and cancellation of NOTAMS about airport conditions resulting from construction activities with tenants and the local air traffic facility. • Only the Airport Manager may issue or cancel NOTAMS on airport conditions. (The airport owner/operator is the only entity that has authority to close or open a runway or taxiway.) • A seventy-two (72) hour notice is required for issuing a NOTAM. Before beginning any construction, activity which may impact the normal operations at the airport, the Contractor must ensure, by direct communication with airport personnel, that the activity has been reported using the FAA’s Notice to Airmen (NOTAM) system. A notice to FAA Flight Service Station (FSS) is not required – all NAVAIDs are owned and operated by Renton Municipal Airport. 9.3 Emergency Notification Procedures Renton Municipal Airport and the surrounding area has the following emergency services available: Police Medical Fire Renton Police Department 1055 S Grady Way Renton, WA 98057 https://www.rentonwa.gov/city_hall /police 425-430-7500 Valley Medical Center 400 S 43rd Street Renton, WA 98055 https://www.valleymed.org/ 425-228-3450 Renton Regional Fire Authority Station #11 211 Mill Avenue S Renton, WA 98057 https://rentonrfa.com/ 425-276-9500 In the case of an emergency, the Contractor shall notify the Airport Manager who shall act as Airport Incident Commander (IC). Under emergency conditions involving immediate loss of human life, or threat to wellbeing, Contractor personnel may allow access to airport property by emergency services. Maintain airfield security in all other respects. Notify the Engineer, and the Airport Manager immediately following any emergency call. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 19 9.4 Coordination with ARFF This project does not include the deactivation or reactivation of water lines or fire hydrants, rerouting or blocking emergency access routes, or the use of hazardous materials on the airfield. There is not ARFF equipment or personnel at Renton Municipal Airport. No coordination with emergency services will be required. 9.5 Notification to the FAA Part 77 FAA Form 7460-1, Notice of Proposed Construction or Alteration is required for this project. Part 157—Notice of Construction, Alteration, Activation, And Deactivation of Airports Part 157 does not apply to this project, as it does not involve the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or taxiway, or deactivation of an airport. NAVAIDs There are no impacted NAVAIDS on the airport that are owned or operated by the FAA. No notification will be provided to FAA ATO/Technical Operations. NAVAID deactivation/reactivation is not anticipated for this project. Airport Owned/FAA Maintained There are no impacted NAVAIDs at Renton Municipal Airport that are owned or operated by the FAA. FAA Owned There are no impacted NAVAIDs at Renton Municipal Airport that are owned or operated by the FAA. 10.0 Inspection Requirements 10.1 Daily Inspections The contractor shall complete daily inspections of all project areas. The Engineer will check all surfaces after the Contractor has completed FOD cleanup. The Contractor shall complete daily safety and security inspections at the end of each work shift during the project. A Construction Project Daily Safety Inspection Checklist is included as Appendix D and shall be used (at the discretion of the Engineer and Airport) to ensure work areas are clean and secure, and FOD free. Schedule inspections to not conflict with the active runway safety area (RSA), runway object free areas (ROFA), and OFZ detailed in section 17 below. No work is allowed inside the active runway or taxiway areas. Conduct a joint inspection with the Engineer, or Airport Manager, of any area prior to opening to aircraft operations. Clean surfaces of all FOD; make sure all lighting is in place, and in serviceable condition. Safety and security inspections may be attended by the Engineer, and/or Airport Manager or their representatives. Repair or remedy all safety and security issues immediately. Do not wait until an Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 20 inspection to address issues. Inspections are to be used to verify that all required maintenance is being performed in a timely manner. Notify the Engineer and Airport Manager regarding any safety or security issues found during the inspections, regardless of whether they are caused by negligence, oversight, or project scope change. Include at least the following items in the inspections; other items may be added at the discretion of the Engineer, or as approved: • Inspect all runway closure ‘X’ markers, if applicable. • Inspect all low-profile barricades; ensure red lights are functioning at night. • Inspect all taxiway closure ‘X’ markers. • Inspect each required crossing of any active surface for the presence of FOD. • Inspect haul routes for proper markings and barricades. Ensure that vehicles are using only designated haul routes. • Inspect access points in existing perimeter fence. 10.2 Interim Inspections Conduct interim inspections of all areas to be (re)opened to aircraft traffic to ensure the proper operation of lights and signs, for correct markings, and for the absence of FOD. The Contractor should ensure that all construction materials have been secured, all pavement surfaces have been swept clean, all transition ramps have been properly constructed and that all surfaces have been appropriately marked for aircraft to operate safely. All items on this list shall meet the airport operator’s approval before the area is opened to aircraft operations. 10.3 Final Inspections Perform a joint final safety inspection with the Engineer and Airport Manager. Verify that all airport lighting is serviceable and correct. Remove all FOD as directed, and any other construction related materials not allowed to remain on airport property. The final safety inspection may become part of the project completion final inspection, at the discretion of the Engineer. 11.0 Underground Utilities The Contractor is responsible for all utility locates. The Contractor will be responsible for any private locates required inside the AOA, beyond the extent provided by the 811 Dig Line locate service. The Contractor shall bear all costs associated with damage and restoration of any utility service or facility due to their operations for work that is below ground. See Section 9.0 Notifications of Construction Activities, for issues that may warrant the delegation of response to individuals capable of taking immediate action. Reference the contact list located in Appendix C for contact information of key personnel. 12.0 Penalties All Contractor and Subcontractor personnel must abide by this CSPP and other contract requirements. Penalties can include payment of any fines levied by any federal, state, or local agency having authority, suspension of the contract, and individual workers are subject to removal from the project. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 21 13.0 Special Conditions Special conditions may trigger specific safety mitigations, including suspension of construction activities. These conditions may include adverse weather conditions, aircraft accidents, and security breaches. Aircraft declaring an emergency will be allowed to land. The work areas may need to be cleared of people and equipment on extremely short notice (15 minutes or less). Clear the work areas when directed by the Airport Manager or other authority in an emergency situation. 13.1 Special Equipment Use of tall equipment (typically over 15-feet in height), such as cranes or drilling rigs, must be submitted on form 7460-1 and approved by FAA. See coordination with, and notification of FAA under sections 1.4 and 9.5 above. Typical construction equipment less than 15-feet in height such as dump trucks and trailers are not considered special equipment requiring a 7460-1. 13.2 Water for Dust Control Provide water for dust control as required, and as directed. Dust, smoke, steam, or other airborne particulates caused by Contractor activities may be considered a safety violation as determined by the Engineer. The Contractor is responsible for all costs associated with obtaining and furnishing water required for this project. The Contractor shall coordinate with the City of Renton Public Works Department for any meter boxes or other requirements associated with obtaining water from airport hydrants or nearby water services. 13.3 Temporary Relocation of Runway Thresholds Temporary relocation of runway thresholds will not be allowed during this project. 14.0 Runway and Taxiway Visual Aids 14.1 General Airport lighting and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. Lighting must be in compliance with the Contract Plans, Specifications, and FAA AC 150/5340-30, AC 150/5345-50 and AC 150/5345-53. See the Phasing Plans included in Appendix A of this document for locations and descriptions of lighting and signs. 14.2 Markings Temporarily Closed Runways Not applicable. Temporarily Closed Taxiways Not applicable. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 22 Lighting and Visual NAVAIDs The Contractor shall ensure and verify throughout the duration of the project that areas where aircraft operate are clearly and visibly separated from construction areas at all times. Taxiway A and Taxiway B lights are adjacent to the construction areas but shall not be impacted. Permanently Closed Runways and Taxiways Not Applicable. Partially Closed Runways and Displaced Thresholds Not applicable. Signs No new airport signs are being installed during this project. Existing lighted airport signage will be maintained throughout construction. 15.0 Marking and Signs for Access Routes Within the AOA, signs will be placed intermittently and at areas where the haul routes turn along to ensure construction traffic stays on designated haul routes. The Contractor shall address signs for access and haul routes in the SPCD. The construction haul route signage will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or WSDOT specifications and standard plans. 16.0 Hazard Marking, Lighting and Signing The purpose of hazard markings and lighting is to delineate the construction area from the active AOAs. It also serves as a visual warning to pilots, and airport ground traffic, that to proceed past the markers could jeopardize safety of persons or equipment, including damage to aircraft or loss of life. Hazard marking and lighting must not itself become a hazard to the safe operation of aircraft. Hazard markings and lighting must be separated from active surfaces by a suitable distance usually defined by the OFA or OFZ, but depending on work location, type of aircraft expected to be operating, and other factors. Hazard marking and lighting must also identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Consider less obvious construction-related hazards and include markings to identify airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas for Contractor personnel to avoid these areas. All hazards to personnel, vehicles, and aircraft will be marked prominently with comprehensible warning indicators. Hazard marking and lighting will also be specified to identify open manholes, areas under repair, stockpiled material, wasted areas, and areas subject to jet blast. FAA, airport, and National Weather Service facilities cables and other areas or surfaces will be marked as needed. 16.1 Equipment Proposed locations of the contractor’s staging and stockpile area that may require hazard markings and lighting are shown on the Phasing Plans included in Appendix A. Other locations or equipment may be proposed, or required, depending on the schedule, means and methods employed. The Contractor shall submit proposed equipment, including signs, markings, and lighting in the SPCD. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 23 Barricades. Low-profile barricades and temporary traffic cones will identify and define the limits of construction and hazardous areas. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash, and jet blast. The spacing of barricades shall be at a maximum of 4-feet between each barricade and such that a breach is physically prevented barring a deliberate act. Only low-profile barricades are allowed to be used within the AOA and are subject to the lighting requirements described below. Low- profile barricades will also be marked with diagonal, alternating orange and white stripes as shown in the Phasing Plans included in Appendix A. Lights. All lights installed on barricades shall be steady burning or flashing red and shall be visible at night to pilots and airport users. Lights shall be mounted on barricades per manufacturer’s recommendations. Lights shall be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. All lights on barricades within the AOA shall be red; lights on barricades outside of the AOA can be amber flashing lights mounted on barricades as required per WSDOT and MUTCD requirements. Signs. The contractor shall supplement barricades with signs (for example “No Entry,” “No Vehicles”) as necessary. Signs within the AOA in active airfield surfaces shall be no more than 18-inches in height. 16.2 Airport Operations Area (AOA) - General. Barricades will not be placed in any active safety area. The Contractor shall use flashing or steady burning red lights as noted above, barricades marked with diagonal, alternating orange, and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating solid orange or orange and white checkered flags at least 20-in by 20-in square and securely fastened to the barricade. All barricades adjacent to any open runway or taxiway safety area or apron, must be as low as possible to the ground, and no more than 18-inches in height, exclusive of supplementary lights and flags. Barricades shall be of low mass; easily frangible upon contact with an aircraft or any of its components; and weighted to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If sandbags are used to weigh down barricades, they must be new sandbags and will be checked for breakage at least once per day and replaced. 16.3 AOA – Runway/Taxiway Intersections Highly reflective low profile barricades with lights will be used to close taxilanes and aprons adjacent to active taxiways that lead to the active runway. 16.4 AOA – Other The contractor may use standard highway barricades and signage outside of the AOA, or in AOA areas outside of all active runway, taxiway, taxilane, and apron surfaces. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 24 16.5 Maintenance The Contractor shall have a person on call 24 hours/day for emergency maintenance of airport hazard lighting and barricades. Lighting shall be checked once per day. Maintain temporary markings and hazardous area barriers throughout all phases of construction. Repair damaged or non-functioning markings, barriers, and flashers immediately upon discovery or notification. 17.0 Work Zone Lighting for Nighttime Construction No nighttime construction is allowed on this project. Light towers are not permitted. 18.0 Protection of Runway and Taxiway Safety Areas No changes to existing RSA dimensions are proposed. Before beginning construction in any phase, survey and mark the RSA’s and the OFA’s for the taxiways and runways adjacent to work areas, as directed by the Engineer. This will define a boundary for use of construction equipment during aircraft operations and delineate safe areas for Contractor personnel and equipment during aircraft operations, if needed. During times when a runway or taxiway is closed to aircraft, as part of the approved SPCD, the surveying and marking of these areas is not required. The recommended action prior to working in each phase is to coordinate complete closure of the affected AOAs. This project will not reduce RSA’s, TSA, or OFA’s. See the Phasing Plans in Appendix A for graphical locations and limits of the RSA and Taxiway OFA’s. 18.1 Runway Safety Areas (RSA) No construction will occur within the existing RSA. No equipment, vehicles, or personnel will be allowed within an RSA at any time. No material stockpiles will be allowed in the RSA at any time. Further details regarding RSA impacts are described below. Runway 16/34 RSA No work will occur in the Runway 16/34 RSA. Adjustment of RSA Dimensions No adjustments to existing RSA dimensions are proposed. Excavations within RSA No open excavations will occur within the RSA. Erosion Control within RSA No erosion control measures are anticipated within the RSA. 18.2 Runway Object Free Area (OFA) No work will occur within the Runway 16/34 OFA. No equipment or vehicles are to be parked or left unattended in the OFA at any time. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 25 18.3 Taxiway Safety Area (TSA) Construction in the TSA No construction will occur within any TSA while the taxiway is open for aircraft operations. When the taxiway is closed for construction it will not be subject to TSA standards, except that no stockpiling of materials or parking of equipment or vehicles will be allowed within a closed TSA. TSA Adjustments No adjustments to TSA dimensions are proposed. Excavations within TSA No open excavations will occur within a TSA. Erosion Control within the TSA Erosion control measures within the TSA will be maintained as required throughout construction. 18.4 Taxiway Object Free Area (TOFA) TOFA Area Dimensions No temporary adjustments are proposed to existing TOFA dimensions. No construction will occur within the TOFA while the taxiway is open for aircraft operations. Contractor hauling may occur, provided a flagger is posted at the entry points to the TOFA to restrict hauling to times when aircraft are not actively using the taxiway. Hauling cannot occur on an active taxiway when any aircraft are using that taxiway or taxiways directly adjacent. For any construction activity other than hauling within the TOFA, a complete closure of the taxiway is required. Offset Taxiway Pavement Markings Not applicable. Construction within the TOFA Construction within the TOFA without adjusting the width of the TOFA is subject to the following restrictions: • Taxiing speed is limited to 10 mph. • Appropriate NOTAMs are issued. • Marking and lighting meeting the provisions described in this CSPP are implemented. • If desired, appropriate orange construction signs are installed. • Five-foot clearance is maintained between equipment and materials and any part of an aircraft. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width, then it will be necessary to move personnel and equipment for the passage of that aircraft. • Flaggers furnished by the contractor must be used to direct and control construction equipment and personnel to pre-establish setback distances for safe passage of any aircraft or airport personnel. Flaggers must also be used for taxiing aircraft. The airport operator shall require airlines to provide flaggers for directing taxiing aircraft. • All work is completed while the associated taxiway is closed. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 26 18.5 Obstacle Free Zone (OFZ) No equipment or personnel will be allowed within the OFZ at any time, except during approved runway closures. No stockpiles will be allowed within the OFZ at any time. 18.6 Runway Approach/Departure Areas and Clearways Construction Activity in a Runway Approach/Departure Area No work is anticipated to be performed in the Runway 16/34 approach or departure area. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Chapter 3, Section 303 in AC 150/5300-13A, during times when the runway is open to traffic. Partial Runway Closures No partial runway closures are proposed as part of this project. Displaced Thresholds No displaced thresholds are anticipated as part of this project. 19.0 Other Limitations on Construction 19.1 Prohibitions • Equipment: No use of tall equipment (outside of typical construction equipment up to 15-feet in height) will be permitted without a 7460-1 determination letter that must be issued for each piece of tall equipment. Use of light-colored sandbags, or other materials that interfere with the airport marking system will not be allowed. Yellow sandbags are required for taxiway closure markers. 19.2 Restrictions The Contractor work hours will be limited during select phases of construction, as described in Section 2: Phasing. Limitations must be placed on work areas to ensure RSA’s, TOFA’s, and approach surfaces are free of obstructions during operational hours. Use of Tools with Open Flames Open Flame Welding or Torches: No use of open flame welding or torches will be allowed on this project. Electrical Blasting Caps: Electrical blasting caps will not be permitted on this project. Open Trenches, Excavations, and Stockpiles Prominently mark stockpiled materials at the construction site and light these obstacles during hours of restricted visibility and darkness. Constrain stockpiled material to prevent its movement as a result of the forecast wind conditions. No open trenches are allowed in the RSA or TSA of an active runway or taxiway respectively. Construction Safety & Phasing Plan Renton, WA Renton Municipal Airport (RNT) Contract No. CAG-25-013 Page 27 Discovery of Contaminated Soils Not applicable. INTENTIONALLY LEFT BLANK CSPP Appendix A Phasing Plan Drawings INTENTIONALLY LEFT BLANK RA M P PAV E D PAVED PAVED PAVED PARKING PAVED PAV E D PAVED WIND SOCK AIRP O R T PRO P E R T Y FH PAVED PAV E D PAV E D MBX 600 BLDG 500 BLDG 540 BLDG 800 BLDG 750 BLDG 616 BLDG AIRPORT BEACON AIRPORT MAINTENANCE BLDG 243 BLDG WORK AREA #1 WORK AREA #2 BOEING AIRCRAFT BRIDGE VEHICLE GATE V10 VEHICLE GATE V7 PED GATE P10 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C2 CO N S T R U C T I O N S I T E P L A N GENERAL NOTES: LEGEND: PERMIT INFORMATION: ABBREVIATIONS: 44.50' 44.50' CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA WORK AREA BIRD CANNON PLACE BARRICADES TO BLOCK OFF PEDESTRIAN ACCESS 100-YEAR FLOOD LINE 20' MIN FIRE LANE NON-MOVEMENT AREA LINE - DO NOT CROSS AT ANY TIME 3' RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C4 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #1 - PHASE 1: WINDSOCK APRON PAVEMENT REHABILITATION ALLOWED DURATION: 28 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN IMPORTANT PHASE NOTES: 1)CONTRACTOR SHALL PLACE LOW-PROFILE BARRICADES ON APRON SIDE OF NON-MOVEMENT LINE PRIOR TO BEGINNING ANY WORK DAY. 2)CONTRACTOR SHALL NOT CROSS NON-MOVEMENT AREA LINE AT ANY TIME WITHOUT ATCT CLEARANCE. PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 1 WORK): 1)CONDUCT PRE-CONSTRUCTION MEETING A MINIMUM OF 1 WEEK PRIOR TO PROJECT COMMENCEMENT. 2)COORDINATE WITH AIRPORT STAFF TO ENSURE AIRCRAFTS HAVE BEEN RELOCATED PRIOR TO THE START OF WORK. 3)ALL DRIVERS EXPECTED TO OPERATE VEHICLES IN ACTIVE AIRCRAFT OPERATIONAL AREAS DURING PHASE 1 MUST VIEW FAA GUIDE TO GROUND VEHICLE OPERATIONS PRIOR TO THE START OF WORK. 4)PLACE LOW PROFILE BARRICADES AS SHOWN. 5)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 4)INSTALL NEW TIEDOWN ANCHORS 5)COMPLETE INITIAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 1 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 1. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE FIRE LANE PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 WORK AREA #1 - PHASE 1 NOTES: CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS 44.50' 44.50' CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA WORK AREA BIRD CANNON PLACE BARRICADES TO BLOCK OFF PEDESTRIAN ACCESS 20' MIN. FIRE LANE 100-YEAR FLOOD LINE NON-MOVEMENT AREA LINE - DO NOT CROSS AT ANY TIME 3' RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C5 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #1 - PHASE 2: WINDSOCK APRON FINAL PAVEMENT MARKINGS ALLOWED DURATION: 4 HOURS (WITHIN TIME ALLOTTED FOR WORK AREA 2) ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN IMPORTANT PHASING NOTES: 1.CONTRACTOR SHALL PLACE LOW-PROFILE BARRICADES ON APRON SIDE OF NON-MOVEMENT LINE PRIOR TO BEGINNING ANY WORK. 2.CONTRACTOR SHALL NOT CROSS NON-MOVEMENT AREA LINE AT ANY TIME WITHOUT ATCT CLEARANCE. PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 2 WORK): 1)COORDINATE WITH AIRPORT STAFF TO ENSURE AIRCRAFTS HAVE BEEN RELOCATED PRIOR TO THE START OF WORK. 2)PLACE LOW PROFILE BARRICADES AS SHOWN. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)COMPLETE FINAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 2 WORK): 1)COMPLETE FINAL INSPECTION CHECKLIST AT THE END OF WORK AREA 1 PHASE 2. WORK AREA #1 - PHASE 2 NOTES: CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE FIRE LANE PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS J-B O X J-B O X 62' EXISTING VEHICLE GATE V7 PEDESTRIAN GATE P10 CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C6 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS WORK AREA #2 - PHASE 1: BUILDING 243 APRON PAVEMENT REHABILITATION ALLOWED DURATION: 13 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:NORTH HALF OF 243 BUILDING APRON CLOSED, WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN IMPORTANT PHASING NOTES: 1)COORDINATE WITH AIRPORT ENGINEER A MINIMUM OF 72-HOURS PRIOR TO STARTING WORK IN THIS PHASE TO ALLOW FOR RELOCATION OF AIRCRAFT IN 250 HANGAR. PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 1 WORK): 1)COORDINATE WITH AIRPORT STAFF TO REMOVE AIRCRAFT FROM EXISTING HANGAR PRIOR TO START OF CONSTRUCTION. 2)CONDUCT PRE-CONSTRUCTION MEETING A MINIMUM OF 1 WEEK PRIOR TO PROJECT COMMENCEMENT. 3)ALL DRIVERS EXPECTED TO OPERATE VEHICLES IN ACTIVE AIRCRAFT OPERATIONAL AREAS DURING PHASE 1 MUST VIEW FAA GUIDE TO GROUND VEHICLE OPERATIONS PRIOR TO THE START OF WORK. 4)PLACE LOW PROFILE BARRICADES AS SHOWN. 5)CONFIRM CLEARING AND GRUBBING LIMITS WITH THE RPR. 6)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE CLEARING AND GRUBBING IN WORK AREAS. 4)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 5)INSTALL NEW TIEDOWN ANCHORS 6)COMPLETE INITIAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 1 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF WORK AREA 2, PHASE 1.. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA LANE CLOSURE C12 1 WORK AREA #2 - PHASE 1 NOTES: CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 J-B O X J-B O X J-B O X J-B O X 62.00' VEHICLE GATE V10 CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA PEDESTRIAN GATE P10 WORK AREA PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C7 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 2: BUILDING 243 APRON RECONSTRUCTION ALLOWED DURATION: 5 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:ALL TAXIWAYS/TAXILANES OPEN APRON STATUS:SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 2 WORK): 1)PLACE LOW PROFILE BARRICADES AS SHOWN. 2)CONFIRM CLEARING AND GRUBBING LIMITS WITH THE RPR. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE CLEARING AND GRUBBING IN WORK AREAS. 4)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 5)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 2 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 2. WORK AREA #2 - PHASE 2 NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 J-B O X J-B O X CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA EXISTING VEHICLE GATE V7 WORK AREA 62.00' PEDESTRIAN GATE P10 RELOCATED VEHICLE GATE V7 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C8 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 3A: BUILDING 243 DRIVE LANE REHABILITATION (OUTSIDE AOA) ALLOWED DURATION: 8 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:ALL OPEN TAXIWAY/TAXILANE STATUS:ALL OPEN APRON STATUS:ALL OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 3A WORK): 1)PLACE LOW PROFILE BARRICADES AS SHOWN. 2)PLACE TEMPORARY TRAFFIC CONES OR DRUMS AS SHOWN. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)CONFIRM TEMPORARY CONE OR DRUM LOCATIONS WITH THE ENGINEER 3)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 4)RELOCATE EXISTING FENCE, GATE AND ASSOCIATED APPARATUSES. 5)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 6)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 3A WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 3A. WORK AREA #2 - PHASE 3A NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 J-B O X J-B O X CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA EXISTING VEHICLE GATE V7 62.00' PEDESTRIAN GATE P10 WORK AREA RELOCATED VEHICLE GATE V7 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C9 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 3A: BUILDING 243 DRIVE LANE REHABILITATION (OUTSIDE AOA) ALLOWED DURATION: 2 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:ALL OPEN TAXIWAY/TAXILANE STATUS:ALL OPEN APRON STATUS:ALL OPEN IMPORTANT PHASE NOTES: 1)COORDINATE WITH AIRPORT ENGINEER A MINIMUM OF 72-HOURS PRIOR TO STARTING WORK IN THIS PHASE TO ALLOW FOR RELOCATION OF AIRCRAFT IN 250 HANGAR. PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 3A WORK): 1)PLACE LOW PROFILE BARRICADES AS SHOWN. 2)PLACE TEMPORARY TRAFFIC CONES OR DRUMS AS SHOWN. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)CONFIRM TEMPORARY CONE OR DRUM LOCATIONS WITH THE ENGINEER 3)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 4)RELOCATE EXISTING FENCE, GATE AND ASSOCIATED APPARATUSES. 5)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 6)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 3A WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 3A. WORK AREA #2 - PHASE 3B NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 J-B O X J-B O X CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA 62.00' PEDESTRIAN GATE P10 PROPOSED VEHICLE GATE V7 WORK AREA PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C10 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 4: BUILDING 243 PARKING LOT RECONSTRUCTION ALLOWED DURATION: 8 WORKING DAYS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:ALL OPEN TAXIWAY/TAXILANE STATUS:ALL OPEN APRON STATUS:ALL OPEN PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 4 WORK): 1)PLACE TEMPORARY TRAFFIC CONES OR DRUMS AS SHOWN. 2)CONFIRM CLEARING AND GRUBBING LIMITS WITH THE RPR. 3)CONFIRM LIMITS OF FULL DEPTH PAVEMENT RECONSTRUCTION WITH THE RPR. WORK ELEMENTS: 1)CONFIRM TEMPORARY TRAFFIC CONE OR DRUM LOCATIONS WITH THE ENGINEER. 2)INSTALL CONSTRUCTION FENCING AND TESC MEASURES AROUND WORK AREAS. 3)COMPLETE CLEARING AND GRUBBING IN WORK AREAS. 4)COMPLETE EXTRUDED CURB REMOVAL 5)COMPLETE FULL DEPTH PAVEMENT RECONSTRUCTION. 6)CONSTRUCT LANDSCAPE ISLANDS. 7)COMPLETE INITIAL PAINT MARKINGS. PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 4 WORK): 1)COMPLETE INTERIM INSPECTION CHECKLIST AT THE END OF PHASE 4. WORK AREA #2 - PHASE 4 NOTES: LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 J-B O X J-B O X 62.00' CONTRACTOR'S PRIMARY STOCKPILE AND STAGING AREA VEHICLE GATE V7 WORK AREA PEDESTRIAN GATE P10 PHASING SUMMARY PHASE DESCRIPTION RUNWAY STATUS TAXIWAY & TAXILANE STATUS APRON STATUS ALLOWABLE WORK HOURS DURATION WORK AREA #1 - WINDSOCK APRON 1 WINDSOCK APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 28 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 2 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN WINDSOCK APRON TAXILANES CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN WINDSOCK APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #1 PROJECT DURATION:29 WORKING DAYS WORK AREA #2 - BUILDING 243 APRON AND PARKING LOT 1 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION, TIEDOWN INSTALLATION AND INITIAL MARKING RUNWAY 16-34 OPEN BUILDING 243 APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN NORTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 13 WORKING DAYS 2 BUILDING 243 APRON FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN SOUTH HALF OF 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 5 WORKING DAYS 3A VEHICLE GATE V10 RELOCATION AND DRIVE AISLE (OUTSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 3B DRIVE AISLE (INSIDE AOA) FULL DEPTH RECONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 2 WORKING DAYS 4 BUILDING 243 PARKING LOT FULL DEPTH RECONSTRUCTION, LANDSCAPE ISLAND CONSTRUCTION AND INITIAL MARKING RUNWAY 16-34 OPEN ALL TAXIWAYS AND TAXILANES OPEN ALL APRONS OPEN 8:00 AM - 6:00 PM 8 WORKING DAYS 30 CALENDAR DAYS BETWEEN COMPLETION OF FINAL PAVING AND STRIPING OF FINAL PAVEMENT MARKINGS 5 FINAL PAINT MARKINGS RUNWAY 16-34 OPEN 243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS AND TAXILANES OPEN 243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN 8:00 AM - 6:00 PM 4 HOURS WORK AREA #2 PROJECT DURATION:37 WORKING DAYS TOTAL ALLOWABLE CONSTRUCTION DURATION FOR ALL WORK 66 WORKING DAYS RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22C11 CO N S T R U C T I O N S A F E T Y & PH A S I N G P L A N WORK AREA #2 - PHASE 5: BUILDING 243 APRON FINAL PAVEMENT MARKINGS ALLOWED DURATION: 4 HOURS ALLOWED WORK HOURS:8:00 AM - 6:00 PM RUNWAY STATUS:RUNWAY 16/34 OPEN TAXIWAY/TAXILANE STATUS:243 BUILDING APRON TAXILANE CLOSED, ALL OTHER TAXIWAYS/TAXILANES OPEN APRON STATUS:243 BUILDING APRON CLOSED, ALL OTHER APRONS OPEN IMPORTANT PHASE NOTES: 1)COORDINATE WITH AIRPORT ENGINEER A MINIMUM OF 72-HOURS PRIOR TO STARTING WORK IN THIS PHASE TO ALLOW FOR RELOCATION OF AIRCRAFT IN 250 HANGAR. PHASING ELEMENTS (PRIOR TO BEGINNING PHASE 5 WORK): 1)COORDINATE WITH AIRPORT STAFF TO ENSURE AIRCRAFTS HAVE BEEN RELOCATED PRIOR TO THE START OF WORK. 2)PLACE LOW PROFILE BARRICADES AS SHOWN. 3)PLACE TRAFFIC CONE AND DRUMS AS SHOWN. WORK ELEMENTS: 1)CONFIRM LOW PROFILE BARRICADE LOCATIONS WITH THE ENGINEER. 2)CONFIRM TRAFFIC CONE AND DRUM LOCATIONS WITH THE ENGINEER. 3)COMPLETE FINAL PAINT MARKINGS PHASING ELEMENTS (FOLLOWING COMPLETION OF PHASE 5 WORK): 3) COMPLETE FINAL INSPECTION CHECKLIST AT THE END OF PHASE 5. LEGEND: CONTRACTOR HAUL ROUTE AIRCRAFT TAXI ROUTE WORK AREA CONTRACTOR'S STAGING AREA LOW PROFILE BARRICADE TRAFFIC SAFETY CONES OR DRUMS PROPERTY LINE TAXIWAY OBJECT FREE AREA FLOODWAY C12 1 WORK AREA #2 - PHASE 5 NOTES: CONSTRUCTION PHASING KEYNOTES: PLACE LOW PROFILE BARRICADE PER DETAIL SHEET PLACE TEMPORARY TRAFFIC SAFETY CONES OR DRUMS C12 1 RE N T O N M U N I C I P A L A I R P O R T ( R N T ) - R E N T O N , W A WW W . D O W L . C O M WI N D S O C K & 2 4 3 B L D G . G A A P R O N & P A R K I N G L O T R E H A B I L I T A T I O N 22 CO N S T R U C T I O N S A F E T Y & PH A S I N G D E T A I L S LOW PROFILE BARRICADE DETAIL LOW PROFILE BARRICADE NOTES: C12 GENERAL CONSTRUCTION SAFETY AND PHASING NOTES: CSPP Appendix B CSPP Checklist 1 Construction Safety and Phasing Plan Checklist Construction Safety and Phasing Plan Checklist This checklist is keyed to Section 2 Plan Requirements of AC 150/5370-2G. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. Coordination Reference Addressed Remarks General Considerations Requirements for predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction are specified. 2.5 ☒ Yes ☐ No ☐ NA Operational safety is a standing agenda item for construction progress meetings. 2.5 ☒ Yes ☐ No ☐ NA Scheduling of the construction phases is properly addressed. 2.6 ☒ Yes ☐ No ☐ NA See Phasing Plans. Any Formal Agreements are established 2.5.3 ☐ Yes ☐ No ☒ NA Areas and Operations Affected by Construction Activity Drawings showing affected areas are included. 2.7.1 ☒ Yes ☐ No ☐ NA See Site Plan and Phasing Plans. Closed or partially closed runways, taxiways, and aprons are depicted on drawings. 2.7.1.1 ☒ Yes ☐ No ☐ NA Closures are shown on the Phasing Plans. Access routes used by ARFF vehicles affected by the project are addressed. 2.7.1.2 ☐ Yes ☐ No ☒ NA No ARFF at airport. Access routes used by airport and airline support vehicles affected by the project are addressed. 2.7.1.3 ☒ Yes ☐ No ☐ NA Impacts to access routes are shown on the Phasing Plans. Underground utilities, including water supplies for firefighting and drainage. 2.7.1.4 ☒ Yes ☐ No ☐ NA Approximate utilities locations are shown where available. Approach/departure surfaces affected by heights of temporary objects are addressed. 2.7.1.5 ☒ Yes ☐ No ☐ NA No work to occur in approach/departure surfaces Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings. 2.7.1 ☒ Yes ☐ No ☐ NA See Site Plan and Phasing Plans. 2 Construction Safety and Phasing Plan Checklist AC 150/5370-2G Coordination Reference Addressed Remarks Temporary changes to taxi operations are addressed. 2.7.2.1 ☒ Yes ☐ No ☐ NA See Phasing Plans. Detours for ARFF and other airport vehicles are identified. 2.7.2.2 ☒ Yes ☐ No ☐ NA No ARFF at airport. Detours for other airport vehicles shown. Maintenance of essential utilities and underground infrastructure is addressed. 2.7.2.3 ☒ Yes ☐ No ☐ NA Temporary changes to air traffic control procedures are addressed. 2.7.2.4 ☒ Yes ☐ No ☐ NA NAVAIDS Critical areas for NAVAIDs are depicted on drawings. 2.8 ☐ Yes ☐ No ☒ NA Effects of construction activity on the performance of NAVAIDS, including unanticipated power outages, are addressed. 2.8 ☐ Yes ☐ No ☒ NA No impacts of NAVAIDS anticipated. Protection of NAVAID facilities is addressed. 2.8 ☐ Yes ☐ No ☒ NA The required distance and direction from each NAVAID to any construction activity is depicted on drawings. 2.8 ☐ Yes ☐ No ☒ NA No NAVAIDS near construction activity. Procedures for coordination with FAA ATO/Technical Operations, including identification of points of contact, are included. 2.8, 2.13.1, 2.13.5.3.1, 2.18.1 ☐ Yes ☐ No ☒ NA Contractor Access The CSPP addresses areas to which contractor will have access and how the areas will be accessed. 2.9 ☒ Yes ☐ No ☐ NA See Site Plan and Phasing Plans. The application of 49 CFR Part 1542 Airport Security, where appropriate, is addressed. 2.9 ☐ Yes ☐ No ☒ NA The location of stockpiled construction materials is depicted on drawings. 2.9.1 ☒ Yes ☐ No ☐ NA See Site Plan and Phasing Plans. The requirement for stockpiles in the ROFA to be approved by FAA is included. 2.9.1 ☒ Yes ☐ No ☐ NA No stockpiles will be allowed within the ROFA. 3 Construction Safety and Phasing Plan Checklist AC 150/5370-2G Coordination Reference Addressed Remarks Requirements for proper stockpiling of materials are included. 2.9.1 ☒ Yes ☐ No ☐ NA Construction site parking is addressed. 2.9.2.1 ☒ Yes ☐ No ☐ NA Parking is shown on Site Plan and Phasing Plans. Construction equipment parking is addressed. 2.9.1.2 ☒ Yes ☐ No ☐ NA Equipment parking will be in the staging area. Access and haul roads are addressed. 2.9.2.3 ☒ Yes ☐ No ☐ NA See Site Plan and Phasing Plans. A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, is included. 2.9.2.4 ☒ Yes ☐ No ☐ NA Proper vehicle operations, including requirements for escorts, are described. 2.9.2.5, 2.9.2.6 ☒ Yes ☐ No ☐ NA Training requirements for vehicle drivers are addressed. 2.9.2.7 ☒ Yes ☐ No ☐ NA FAA Guide to Ground Vehicle Operations included in appendix. Two-way radio communications procedures are described. 2.9.2.9 ☒ Yes ☐ No ☐ NA Maintenance of the secured area of the airport is addressed. 2.9.2.10 ☒ Yes ☐ No ☐ NA Wildlife Management The airport operator's wildlife management procedures are addressed. 2.10 ☒ Yes ☐ No ☐ NA Construction activity will not increase wildlife impacts. Foreign Object Debris Management The airport operator's FOD management procedures are addressed. 2.11 ☒ Yes ☐ No ☐ NA Hazardous Materials Management The airport operator's hazardous materials management procedures are addressed. 2.12 ☒ Yes ☐ No ☐ NA Spill kits will be on site. Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. 2.13 ☒ Yes ☐ No ☐ NA Emergency contact list included as Appendix C. 4 Construction Safety and Phasing Plan Checklist AC 150/5370-2G Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. 2.13.1 ☒ Yes ☐ No ☐ NA Emergency contact list included as Appendix C. A list of local ATO/Technical Operations personnel is included. 2.13.1 ☐ Yes ☐ No ☒ NA Airport will contact ATO, if needed. A list of ATCT managers on duty is included. 2.13.1 ☐ Yes ☐ No ☒ NA Airport will contact ATCT, if needed A list of authorized representatives to the OCC is included. 2.13.2 ☐ Yes ☐ No ☒ NA Procedures for coordinating, issuing, maintaining and canceling by the airport operator of NOTAMS about airport conditions resulting from construction are included. 2.8, 2.13.2, 2.18.3.3.9 ☒ Yes ☐ No ☐ NA Provision of information on closed or hazardous conditions on airport movement areas by the airport operator to the OCC is specified. 2.13.2 ☒ Yes ☐ No ☐ NA Emergency notification procedures for medical, firefighting, and police response are addressed. 2.13.3 ☒ Yes ☐ No ☐ NA Coordination with ARFF personnel for non-emergency issues is addressed. 2.13.4 ☐ Yes ☐ No ☒ NA No ARFF at airport. Notification to the FAA under 14 CFR parts 77 and 157 is addressed. 2.13.5 ☒ Yes ☐ No ☐ NA Reimbursable agreements for flight checks and/or design and construction for FAA owned NAVAIDs are addressed. 2.13.5.3.2 ☐ Yes ☐ No ☒ NA No flight check required Inspection Requirements Daily inspections by both the airport operator and contractor are specified. 2.14.1, 2.14.2 ☒ Yes ☐ No ☐ NA Contractor will perform daily inspections. Final inspections at certificated airports are specified when required. 2.14.3 ☐ Yes ☐ No ☒ NA Non-certified airport. Underground Utilities Procedures for protecting existing underground facilities in excavation areas are described. 2.15 ☒ Yes ☐ No ☐ NA 5 Construction Safety and Phasing Plan Checklist AC 150/5370-2G Coordination Reference Addressed Remarks Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans 2.16 ☒ Yes ☐ No ☐ NA are detailed. Yes No NA Special Conditions Any special conditions that affect the operation of the airport or require the activation of any special procedures are addressed. 2.17 ☐ Yes ☐ No ☒ NA Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs 2.18.1 ☒ Yes ☐ No ☐ NA is addressed. Yes No NA Frangibility of airport markings, lighting, signs, and visual NAVAIDs is specified. 2.18.1, 2.18.3, 2.18.4.2, 2.20.2.4 ☐ Yes ☐ No ☒ NA The requirement for markings to be in compliance with AC 150/5340-1, Standards for Airport Markings is specified. 2.18.2 ☒ Yes ☐ No ☐ NA Detailed specifications for materials and methods for temporary markings are provided. 2.18.2 ☒ Yes ☐ No ☐ NA The requirement for lighting to conform to AC ☐ Yes ☐ No ☒ NA No new lighting installation on this project 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, 2.18.3 Specification for Portable Runway and Taxiway Lights, and AC 150/5345-53 Airport Lighting Certification Program is specified. The use of a lighted X is specified where appropriate. 2.18.2.1.2, 2.18.3.2 ☐ Yes ☐ No ☒ NA No runway closures The requirement for signs to conform to AC ☐ ☐ ☒ No new sign installations on this project 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for 2.18.4 Airport Sign Systems, and AC 150/5345- 53, Airport Lighting Certification Program, is specified. Yes No NA Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent practicable, with the MUTCD and/or State highway specifications. 2.18.4.2 ☒ ☐ ☐ Signs will meet FAA, WSDOT, & MUTCD requirements as required. Yes No NA Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. 2.20.1 ☒ Yes ☐ No ☐ NA Construction areas will be clearly marked closed to all airport users. 6 Construction Safety and Phasing Plan Checklist AC 150/5370-2G Coordination Reference Addressed Remarks Hazard marking and lighting are specified to identify open manholes, small areas under repair, stockpiled material, and waste areas. 2.20.1 ☒ Yes ☐ No ☐ NA The CSPP considers less obvious construction-rated hazards. 2.20.1 ☒ Yes ☐ No ☐ NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified. 2.20.2.1 ☒ Yes ☐ No ☐ NA The spacing of barricades is specified such that a breach is physically prevented barring a deliberate act. 2.20.2.1 ☒ Yes ☐ No ☐ NA Red lights meeting the luminance requirements of the State Highway Department are specified. 2.20.2.2 ☒ Yes ☐ No ☐ NA Barricades, temporary markers, and other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 in high. 2.20.2.3 ☒ Yes ☐ No ☐ NA Barricades are specified to indicate construction locations in which no part of an aircraft may enter. 2.20.2.3 ☒ Yes ☐ No ☐ NA Highly reflective barriers with lights are specified to barricade taxiways leading to closed runways. 2.20.2.5 ☐ Yes ☐ No ☒ NA No closed runways. Markings for temporary closures are specified. 2.20.2.5 ☒ Yes ☐ No ☐ NA See Phasing Plans. The provision of a contractor's representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified. 2.20.2.7 ☒ Yes ☐ No ☐ NA See Contact List – Appendix C. Work Zone Lighting for Nighttime Construction If work is to be conducted at night, the CSPP identifies construction lighting units and their general locations and aiming in relationship to the ATCT and active runways and taxiways. 2.21 ☐ Yes ☐ No ☒ NA No night work is scheduled. Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated runway or taxiway is open for aircraft operations. 2.22.1.1, 2.22.3.1 ☒ Yes ☐ No ☐ NA See Phasing Plans. 7 Construction Safety and Phasing Plan Checklist AC 150/5370-2G Coordination Reference Addressed Remarks The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM. 2.22.1.2, 2.22.3.2 ☐ Yes ☐ No ☒ NA Adjustments to the RSA/TSA are not proposed. Procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations, are detailed. 2.22.3.3 ☐ Yes ☐ No ☒ NA Blasting is not permitted. The CSPP specifies that open trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open. 2.22.1.4 ☒ Yes ☐ No ☐ NA Open excavations will not be in active TSA or RSA. Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. 2.22.1.4 ☐ Yes ☐ No ☒ NA No excavations in the RSA or TSA The CSPP includes provisions for prominent marking of open trenches and excavations at the construction site. 2.22.1.4 ☒ Yes ☐ No ☐ NA Grading and soil erosion control to maintain RSA/TSA standards are addressed. 2.22.3.5 ☒ Yes ☐ No ☐ NA The CSPP specifies that equipment is to be removed from the ROFA when not in use. 2.22.2 ☒ Yes ☐ No ☐ NA Equipment will be staged outside of OFA. The CSPP clearly states that no construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. 2.22.3 ☒ Yes ☐ No ☐ NA TSA work will occur when taxiways are closed. Appropriate details are specified for any construction work to be accomplished in a taxiway object free area. 2.22.4 ☒ Yes ☐ No ☐ NA See Phasing Plans. Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included. 2.22.4.3.6 ☒ Yes ☐ No ☐ NA Provisions for protection of runway approach/departure areas and clearways are included. 2.22.6 ☒ Yes ☐ No ☐ NA Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. 2.23.1.2 ☒ Yes ☐ No ☐ NA No open flame welding or torches are permitted. The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. 2.23.1.3 ☒ Yes ☐ No ☐ NA No blasting caps permitted. INTENTIONALLY LEFT BLANK CSPP Appendix C Preliminary Contact List INTENTIONALLY LEFT BLANK PROJECT CONTACT LIST Name Role Phone Cell Email Manny Cruz Airport Manager 425-430-7476 mcruz@rentonwa.gov William Adams Project Manager 425-430-7471 206-775-6862 wadams@rentonwa.gov Wes Holden Project Manager, EOR 425-406-7129 206-566-3747 wholden@dowl.com Brooke Baker Airport Designer bbaker@dowl.com TBD Project Manager TBD Project Superintendent TBD Project Foreman Main Line 206-764-6632 Public Works - Utility Systems 425-430-7339 Puget Sound Energy 1-888-225-5773 Puget Sound Energy 1-888-225-5773 Xfinity 360-757-2256 Electrical Utilities Gas Utilities Telephone Utilities Sponsor: Renton Municipal Airport - City of Renton Engineer: DOWL Contractor: To Be Determined FAA Airports District Office Air Traffic Control Tower Water and Sewer Utilities \\dowl.com\j\Projects\72\15192-08\50Design\CSPP\Appendices\WORD\Appendix C - RNT Contact List.xlsx CSPP Appendix D Construction Project Daily Inspection Checklist INTENTIONALLY LEFT BLANK Appendix D Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur. This checklist shall be completed each day by the contractor to aid in identifying and correcting potentially hazardous conditions. Item Action Required (Describe) No Action Required (Check) Excavation adjacent to runways, taxiways, and aprons improperly backfilled. ☐ Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. ☐ Runway resurfacing projects resulting lips exceeding 3-inch pavement edges and ends. □ Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ. □ Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. □ Tall and especially relatively low visibility units (that is, equipment with slim profiles) – cranes, drills, and similar objects – located in critical areas, such as OFZ and approach zones. □ Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. □ Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potent ially causing personal injury or equipment damage. □ Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. □ Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. □ Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near airports. □ Obliterated or faded temporary markings on active operational areas. □ Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. □ Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. □ Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. □ Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. □ Lack of radio communications with construction vehicles in airport movement areas. □ Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. □ Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. □ Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. □ Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). □ Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. □ Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. □ Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring and place it in conduit or bury it. □ Site burning, which can cause possible obscuration. □ Construction work taking place outside of designated work areas and out of phase. □ CSPP Appendix E FAA Guide to Ground Vehicle Operations INTENTIONALLY LEFT BLANK 1 FAA Guide to Ground Vehicle Operations A Comprehensive Guide to Safe Driving on the Airport Surface TC11-0020 2 3  Review and understand airfield signage and markings.  Review the most up-to-date airport diagram prior to moving the vehicle. Have the airport diagram out and available for immediate reference while driving in the operational area.  Review current airfield information for any taxiway closures, runway closures, construction activity or other surface risks.  Ensure appropriate vehicle lights (high beams, flashers, beacons and strobes) are operational prior to driving on the airport surface. Flashers and beacons help ATC, aircrews and other operators see vehicles in the movement area, especially during periods of reduced visibility and at night.  Use service roads whenever possible to minimize time spent on taxiways and runways.  During radio transmissions, use proper aviation phraseology and speak in a clear, concise manner.  Copy your clearance and review the assigned route. Read back all clearances.  If you do not understand an instruction, clarify with ATC before proceeding.  While driving, refrain from using cell phone, texting or engaging in unnecessary conversation.  Get as familiar as possible with the airport's roads, taxiways and runways before driving solo on the airfield. If possible, have someone who is very familiar with the airport accompany you until you are proficient at operating on the movement area. Traffic levels rise, airports expand, surface routes change, and you, the vehicle driver, are expected to understand how to safely move about the airport. Besides learning about the different movement areas on the airport, the added combination of changes in weather, time of day and amount of aircraft traffic makes the risk of error higher than ever. Runway incursions are a serious safety concern and significantly impact safe operations at any airport. Incursions, which also can occur on taxiways although not considered runway incursions, have involved air carrier aircraft, military planes, general aviation aircraft, air traffic controllers, ground vehicles and pedestrians. A Runway Incursion (RI) is defined as any occurrence at an aerodrome involving the incorrect presence of an aircraft, vehicle or person on the protected area of a surface designated for the landing and takeoff of aircraft. There are three types of RIs: Operational Errors (OE), Pilot Deviations (PD) and Vehicle/Pedestrian Deviations (V/PD). Operational Errors involve air traffic control (ATC) and Pilot Deviations typically involve an airman's mistake. A V/PD occurs when a vehicle or pedestrian has entered the runway safety area without authorization from air traffic control. Annually, V/PD's comprise approximately 20% of total runway incursions. The information presented in this brochure is focused on helping to inform and educate vehicle drivers about the various signs, lights, markings, phraseology and other procedures utilized in an airport environment. Listed below are some basic things to remember and practice before operating a vehicle on the airport: FAA Guide to Ground Vehicle Operations Introduction FAA Guide to Ground Vehicle Operations Introduction 4 5 Towered Airports Non-Towered Airports Aviation Phraseology Additional Information Self-Assessment Airfield Signs, Markings and Lighting Airport Basics FAA Guide to Ground Vehicle Operations Introduction The FAA Guide to Ground Vehicle Operations was created for you, the driver of a tug, fuel truck, baggage cart or other airport vehicle. This guide is not intended to provide comprehensive coverage of everything there is to know about surface safety. Rather, it focuses on five areas that are most important, as well as containing additional information and a chance for you to test your overall comprehension with a quiz. Each section identifies safety measures and information that will help you maintain situational awareness while on the airfield. “Situational awareness” is defined as being aware of your location on the airfield and how that location relates to your destination, other vehicles and aircraft. It can be maintained consistently by:  Understanding and following Air Traffic Control (ATC) instructions and clearances.  Using an airport diagram.  Knowing the meaning of the visual aids available on the airport, such as airfield markings, signs and lights. Maintaining situational awareness will help you avoid errors that lead to runway incursions. Runway incursions are a serious safety concern and it doesn’t take much to be involved in one. Incursions and collisions have included all types of commercial, military and private aircraft as well as GROUND VEHICLES. Some have resulted in fatalities. All employees who operate vehicles or motorized equipment on airports have key responsibilities in these safety efforts, as this guide outlines. FAA Guide to Ground Vehicle Operations Introduction 6 7 Centerline 20 {Threshold Markings Designation Markings Aiming Point Marking 500 Foot Increment Distance Markings Touchdown Zone Markings RS A - m a y e x t e n d u p t o 2 8 0 ’ on e i t h e r s i d e o f r u n w a y c e n t e r l i n e Th r e s h o l d FAA Guide to Ground Vehicle Operations Airport Basics FAA Guide to Ground Vehicle Operations Airport Basics AIRPORT BASICS This section outlines the basic features of any airport. There may be important unique aspects to the airport on which you drive, such as dedicated vehicle lanes, areas not visible to controllers or nonstandard airport traffic patterns. Be aware and know the rules of your airport. Runway Safety Area The Runway Safety Area (RSA) is an area surrounding the runway, and is measured from the runway ends and centerline. Much like the shoulder area on a highway, the runway safety area is intended for use by aircraft in emergency situations, i.e., landing short of, veering off of, or overshooting the runway, and always should be free of vehicles, equipment and pedestrians any time aircraft are taxiing, taking off or landing. When the tower is in operation, vehicles and pedestrians are required to have clearance to access these areas. During periods when the tower is not operating or at a non-towered airport, extreme caution should be used. The RSA can be identified by a hold line, also known as a holding position marking, which is painted in yellow on taxiway surfaces and collocated with a holding position sign. The holding position sign has a red background with white characters. The actual dimensions of the RSA will vary depending on the tail height and wing span of the largest aircraft authorized to utilize the airport. Its distance from the runway centerline may extend up to 280 feet across and as much as 1,000 feet beyond the runway ends. Aprons/Ramps Aprons, also called ramps, are the areas where aircraft park, load and unload. Your work may require you to drive on an apron. In addition to watching for moving aircraft on the apron, be careful to maintain a safe distance when working around parked aircraft. Aside from nicks and dents that are expensive to repair and can affect the airworthiness of the aircraft, you could get hurt and your vehicle damaged when an aircraft starts its engine. This hazard is called jet blast or prop wash. There have been several cases where vehicles have been overturned by jet blast. Drivers should be aware of the rotating red beacon(s) located on the aircraft's tail, and sometimes on its underside. The beacon is typically illuminated in conjunction with imminent engine start. Runway Markings are WHITE Runways have white numbers on each end, centerline stripes down the middle and may have white lines along the edges. Runways that are served by an instrument approach will have more elaborate markings such as those shown in Figure 1.1. Figure 1.1 – Runway Markings (not to scale). 8 9 FAA Guide to Ground Vehicle Operations Airport Basics FAA Guide to Ground Vehicle Operations Airport Basics Taxiway Markings are Yellow Taxiways are areas used by aircraft to get to and from the apron/ramp and the runway. Taxiways look similar to runways, but are usually not as wide. Instead of numbers, taxiways use letters or letter/number combinations for designators. See Fig- ure 1.1 BEST PRACTICES FOR SAFE DRIVING On the Movement Areas  Together, runways and taxiways are known as the MOVEMENT AREAS of the airfield.  Airport diagrams provide the layout and designations of runways and taxiways, show the location of major facilities and are essential to navigating the airfield surface. Always have a current airport diagram in your vehicle.  If you are required to drive on or work in areas adjacent to runways, be aware that aircraft wings and engines may extend over these areas. ATC approval is typically required to operate in these areas.  If you become uncertain of your location on the airport movement area, STOP and immediately contact ATC for help.  Know your airfield markings, signs and lighting (as outlined in the next section). Be careful not to hit taxiway edge lights. Around Aircraft  Aircraft cockpit windows have a limited viewing area. It can be difficult or impossible for pilots to see vehicles and pedestrians, particularly behind the wings or under the nose of the aircraft.  Always yield the right-of-way to moving aircraft. Do not assume the pilot will see you, especially in busy areas like aprons/ramps where pilots are busy with preflight checks.  If a pilot is about to start the engine or the engine is running, the aircraft’s red rotating beacon(s) should be turned on as well. While Communicating with Air Traffic Control (ATC)  Avoid distractions and focus on where other vehicles and/or aircraft are on the airfield, especially on your intended route.  Always use standard aviation phraseology and proper communications procedures when contacting ATC in order to facilitate clear and concise communications.  Write down taxi instructions, especially instructions that are complex. This can help reduce your vulnerability of forgetting part of the instruction.  When in doubt, STOP and ask for help or clarification from ATC. EXPLICIT RUNWAY CROSSING CLEARANCES: Never cross a holding position marking including hold lines for inactive or closed runways without explicit ATC instructions. Instructions to cross a runway will be issued one at a time. An aircraft or vehicle must have crossed the previous runway before another runway crossing is issued. 10 11 FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting When exiting a runway, you will see these same markings, except your vehicle will be approaching the dashed lines. Your vehicle must completely cross both the dashed and the solid lines to be clear of the runway. SIGNS AND MARKINGS As a driver, it is important that you know the meanings of the signs and markings used on airports as navigational aids. Sometimes the information on the sign is also painted on the airport pavement. An overview of some of the most common signs and markings is described on the following pages. For more detailed information, see the FAA Aeronautical Information Manual (AIM). Runway Holding Position Marking Painted yellow on the taxiway pavement and collocated with the holding position sign, this is an airport version of a stop sign. As you approach the runway, you will see two solid yellow lines with two dashed lines. Prior to reaching the solid lines, it is imperative that you STOP and do not cross the lines until you have clearance from ATC. When the tower is closed or you are operating at a non-towered airport, you may cross only when the runway is clear of aircraft, and then cross with extreme caution. Always look both ways before you cross any runway! Runway Holding Position Sign May be seen as a sign and/or painted on the pavement, it has white characters on a red background. This sign/marking is collocated with the surface painted holding position markings on taxiway and runway intersections. FAA Guide to Ground Vehicle Operations Airport Basics During Construction  Extra vigilance is necessary when driving on an airport during construction. Normal driving routes may be altered, runways and taxiways may be closed, runway thresholds may be displaced or relocated and hot spots may be identified. Therefore, remember to review your expected driving route against areas of construction, especially if you are operating a rescue vehicle. Hot Spots  ICAO defines a hot spot as a location on an aerodrome movement area with a history or potential risk of collision or runway incursion, and where heightened attention by pilots and drivers is necessary.  A hot spot is a runway safety related problem typically at a complex or confusing taxiway/taxiway or taxiway/ runway intersection. As a vehicle driver, it is your responsibility to be familiar with these areas and use extreme caution when driving in, or near them. The airport diagram will usually, but not always point out designated hot spots. Be certain to use the most up-to-date diagram as hot spots will remain charted until such time the increased risk has been reduced or eliminated. For more information on hot spots, refer to the Airport Diagrams chapter in the Airport Facility Directory (AFD). Also visit: www.faa.gov/airports/runway_safety/hotspots/hotspots_list FORT MYERS/PAGE FIELD (FMY) FORT MYERS, FL Hot Spot Chart For informational purposes only. Not an official airport diagram. MAINTENANCE B HANGARS GENERAL AVIATION TERMINAL WESTRAMP NORTHWEST NORTHCONTROL FIRESTATION TOWER100ELEV14 13 RAMP RAMP ELEV 13 5 A HANGARSSOUTHRAMPD EAST ELEV1531 23 RAMP F HANGAR 052 .3 .3232 3 3 2 2 . 1 3 . 9 4 640 6 X 5 0 1 1 X 1 0 49 2 5 HS-1 HS-2 12 13 FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting Holding position markings for ILS critical areas appear on the pavement as a yellow horizontal ladder and extend across the width of the taxiway. An ILS holding position sign with white characters on a red background is typically situated adjacent to these ILS holding position markings. Hold short of this area when instructed to by ATC. ILS Boundary Sign This sign identifies the boundary of the ILS critical area for pilots and vehicle operators exiting the runway. Pilots and vehicle operators must proceed beyond this sign to clear the ILS critical area when instructed to do so by ATC. Non-Movement Area Boundary Markings A single solid line along with single dashed yellow lines, this marking divides the movement and non-movement areas on the airfield. When you are positioned on the solid line side of the marking, or the non-movement area, ATC clearance is required for you to drive across into the movement area. Runway Safety Area Boundary Sign Yellow sign with black markings. Visible only when exiting the runway. The sign is typically used on towered airports where a controller commonly requests a pilot to report clear of a runway, which occurs when this sign is passed. Do not drive past this sign or marking without a clearance from ATC. Doing so without clearance from the tower poses a hazard to yourself and others. When the tower is closed or you are operating at a non- towered airport, you may cross only when the runway is clear of aircraft, and then you should proceed with extreme caution. Location Signs and Markings Black background with yellow letters and/ or numbers. These signs and surface- painted markings indicate your location. REMEMBER: BLACK SQUARE, YOU’RE THERE. (See Figure 2.1) Taxiway Direction Signs and Markings These signs and markings with a yellow background and black characters indicate the direction toward a different taxiway leading off a runway or out of an intersection. YELLOW ARRAY, LEADS THE WAY. (See Figures 2.1 and 2.2) ILS Critical Area Holding Position Signs and Markings May be seen as a sign (as shown here), and/or as a painted surface marking. These are utilized to show the boundary of the runway's ILS critical area. Hold short of this area when instructed to by ATC. A A Surface painted location sign for Taxiway A Surface painted direction sign Figure 2.1 – Surface painted location and direction markings. Alternative array of signs when location sign not installed. Figure 2.2 – Examples of taxiway sign arrays with and without current location on Taxiway Alpha. Runway Taxiway 14 15 FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting Geographic Position Markings Pink with black and white. Some large airports use these markings in low visibility conditions as position points on the taxiway. Helicopter Landing Area Marking Some airports have a designated helicopter landing pad. This area is depicted with an “H” inside of a square. Be especially careful when you drive near helipads. Look up for landing helicopters. As is the case for aircraft, yield the right-of-way to a helicopter. Destination Signs Yellow background with black letters. The taxiways at your airport may have these signs next to them to identify the direction to a specific destination, e.g. parking area. Enhanced Taxiway Centerlines A dashed line painted on each side of the existing taxiway centerline extending up to 150' from the holding position marking. This is to further alert aircraft and vehicles that they are approaching a runway safety area. Relocated Threshold A point on the runway other than the beginning of the full strength pavement, which is not available for the landing or takeoff of aircraft. Thus, a relocated threshold marks the end of the runway. The abandoned runway area may or may not be available for taxiing. Possible causes for threshold relocation include construction or other airport maintenance. Chevrons Large yellow painted arrows that identify paved blast pads, stop areas, and EMAS (engineered materials arresting systems). A minimum of two chevrons will be painted and aligned with the runway end. The pavement marked by chevrons is not to be used, unless in conjunction with an EMAS when it may be used to help stop an aircraft overrun. Aprons/Ramps Aprons/Ramps have markings for aircraft parking and tie-downs. Some airport aprons/ramps also have special markings for vehicle operations. If there are vehicle or roadway markings, you should always drive your vehicle within those marked areas. In addition, taxiways may be marked on the apron to show aircraft routes to gates and parking areas. Examples of vehicle surface markings; roadways bounded by “zipper” markings are also used by aircraft. 16 17 LIGHTING There are many different lighting combinations that may be located on some airports, especially where aircraft operations are conducted in lower visibility ranges. Runway Edge and Centerline Lights Runway edge lights are clear/white, except on instrument runways where yellow replaces white on the last 2,000 feet or half the runway length, whichever is less, to form a caution zone for landings. Centerline lights alternate red/white starting 3,000 feet from the end, and are solid red starting 1,000 feet from the end. Taxiway Edge Lights or Reflectors are blue in color and used to outline the edges of taxiways during periods of darkness or restricted visibility conditions. Taxiway Centerline Lights or Reflectors are green except for the lead-on and lead-off lights, which alternate yellow and green to indicate that you are entering or leaving the runway environment. Runway Guard Lights are flashing yellow lights that can be in-pavement or elevated and are used to help identify a runway holding position. Runway Status Lights (RWSL) provide a visual warning to vehicle drivers and pilots that the runway is not safe to enter. RWSL consist of the following warning signals: runway entrance lights (REL) and runway intersection lights (RIL) for vehicles and aircraft crossing or entering a runway from intersecting taxiways or runways, and takeoff hold lights (THL) for aircraft awaiting takeoff. The system will be operational at 23 of the nation's major airports by the end of 2015. FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting When driving near navigational aids, stay out of the protected areas around them to avoid interfering with their signals. If a road or taxiway is close enough to an ILS to affect it, there should be an ILS holding position sign like the one depicted on page 12. In-Pavement Runway Guard Light Elevated Runway Guard Light Runway Entrance Lights Takeoff Hold Lights 18 19 FAA Guide to Ground Vehicle Operations Airfield Signs, Markings and Lighting FAA Guide to Ground Vehicle Operations Towered Airports TOWERED AIRPORTS If your airport has an air traffic control (ATC) tower, it is a towered airport whenever the tower is operating. Pilots and vehicle drivers wanting to enter a runway or taxiway (movement areas) must first get permission from the tower. As an operator of a vehicle, you must have authorization from ATC before you enter any part of the airport movement area. When the tower is in operation, you must utilize a two-way radio for communicating with and receiving instructions from air traffic control. Radio Communications Procedures  Ensure the availability of a radio capable of transmitting and receiving on the airport’s ground control frequency. Perform a "radio check" to assess your radio's operability at the start of each shift.  Each vehicle should be designated with an identifying call sign, and be marked and lighted appropriately.  Know the standard Air Traffic Control (ATC) phraseology and never use Citizen’s Band (CB) lingo or law enforcement ‘ten’ codes.  Think about what you are going to say before calling the controller. Know your call sign, location on the airfield and where you intend to go. Steady Green Steady Red Flashing Red Flashing White Alternating Red/Green Cleared to go; OK to cross runway or taxiway. STOP! Clear the taxiway or runway IMMEDIATELY! Return to starting point on airport. Exercise extreme caution. This warning signal can be followed by another light signal as circumstances permit. Flashing Green Cleared to taxi. DOES NOT APPLY TO VEHICLES! Light Gun Signals VEHICLE LIGHT GUN SIGNALS Air traffic controllers have a backup system for communicating if radios fail. Controllers use a light gun that flashes different colors to tell pilots or vehicle drivers what to do. Even a failed radio is not an excuse for proceeding without a proper clearance. If you are ever working on a runway or taxiway and radio communication fails, you should:  Turn your vehicle toward the tower.  Flash your headlights.  Wait for the controller to signal you with the light gun.  Be patient! If the controller’s attention is directed toward another part of the airport, it may take a few minutes.  If still waiting, try a different radio frequency or call from a cell phone. Store the tower phone number in your cell phone for emergencies. 20 21 The “Aviation Terminology” section on page 25 lists air traffic control terms and phrases with definitions. You should know what they mean before driving on an airfield. With a little practice, radio communications are not difficult. If you are ever unsure about what the controller said, or if you don’t understand an instruction, ask the controller to repeat the communication by transmitting “SAY AGAIN” . A controller, even one who is extremely busy, would rather repeat and explain instructions than have a misunderstanding lead to a runway incursion. Don’t proceed thinking that the instructions will become clear once you drive a little farther. Advance Coordination When you contact the tower before an operation, you will receive instructions on how to proceed. Be sure you understand your route, stopping points and holding positions. If you are not sure where you are going and would like turn-by-turn directions, ask the controller for “progressive” taxi instructions. Use extreme caution when you hear the phraseology “go ahead”. It is only meant for you to proceed with your message and is not to be used for any other purpose. It NEVER means to proceed in moving about, or to drive on the airfield. FAA Guide to Ground Vehicle Operations Towered Airports FAA Guide to Ground Vehicle Operations Towered Airports  At most facilities, the above information can be included on the initial call as in the following example:  At larger facilities or when the controller is busy, it is best to simply call the tower with your identification and wait for the controller’s response as in the following:  Read back of all runway holding instructions is required and must include the phrase "Hold Short", the runway's identifying number and your call sign. Driver: Cincinnati ground, vehicle one at gate four would like to cross runway one eight right at taxiway alpha and proceed to the VOR. Controllers: Vehicle one, Cincinnati ground, proceed via alpha, hold short of runway one eight right. Driver: Roger, vehicle one, proceeding via alpha, will hold short of runway one eight right. Driver: Cincinnati ground, vehicle one. ...time elapses... Controllers: Vehicle one, Cincinnati ground. Driver: Vehicle one at gate four would like to cross runway one eight right at taxiway alpha and proceed to the VOR. 22 23  Before you cross a runway, ensure that no potentially conflicting aircraft are taxiing, landing or taking off. Be aware of aircraft at non-towered airports that frequently make touch-and-go landings (immediately after landing, full power is applied and the aircraft takes off again).  If your vehicle has a rotating beacon, be sure to turn it on anytime you are on the airport surface. Turn on headlights as well, being careful not to blind any pilots in the area. Traffic Patterns Aircraft approaching a runway for landing usually follow a standard landing pattern. Most runways are positioned so planes will take off and land into the wind. In most cases, the pattern is a rectangular box with the pilot making all turns to the left, as shown in Figure 3.1. In a few cases, airports will use right traffic patterns. However, don’t assume all aircraft will always be flying in the standard pattern - it is not required, only recommended - so keep a visual look out to the sky just FAA Guide to Ground Vehicle Operations Non-Towered Airports FAA Guide to Ground Vehicle Operations Non-Towered Airports Pilot: Millville traffic. Cherokee two zero niner zero whiskey, entering left downwind runway one zero, Millville. NON-TOWERED AIRPORTS When the control tower is closed or if there is no tower, the airport is referred to as non-towered. At a non-towered airport, you do not need controller permission before entering a runway or taxiway. Below are some best practices for operating on a non-towered airport:  When you approach the runways and taxiways, STOP, LOOK both ways, and LISTEN for aircraft that are landing or taking off. Vehicle windows should be open to do this properly.  Alert others when you are using a taxiway or runway by always making an announcement on the radio before you enter. Be specific with your location and intentions.  Always yield the right-of-way to taxiing aircraft and give them plenty of room. If an aircraft is headed toward you on the same taxiway, move out of the aircraft’s way.  Always carry a radio tuned to the airport’s Common Traffic Advisory Frequency (CTAF) or UNICOM.  If an aircraft is about to land on a runway that you need to cross, stop well clear of the runway. Continue to yield to the aircraft until it has landed and taxied off of the runway.  Be aware that some aircraft at non-towered airports are not equipped with radios. Example of a self-announcement by driver on UNICOM or CTAF: Driver: Millville traffic. Ops one vehicle entering runway 28 at approach end and proceeding full length to the end of the runway. 24 25 FAA Guide to Ground Vehicle Operations Non-Towered Airports AVIATION TERMINOLOGY This section contains a glossary of terms commonly used in ground or surface operations. For a complete listing of all ATC phraseology, consult the FAA Aeronautical Information Manual (AIM), which can be accessed at: http://www.faa.gov/air_traffic/ publications/atpubs/aim/ Acknowledge - Let me know that you have received and understood this message. Advise Intentions - Tell me what you plan to do. Affirmative - Yes. Confirm - My understanding of your transmission is ______ : Is that correct? Correction - An error has been made in the transmission and the correct version follows. Final - Commonly used to mean that an aircraft is on the final approach course or is aligned with a landing area. Go Ahead - Proceed with your message. Not to be used for any other purpose. Hold or Hold Position - Stay in place where you are currently located. Hold Short of… - Proceed to, but hold short of a specific point and maintain appropriate distance to avoid interfering with other traffic. With respect to runways, always stop at the runway FAA Guide to Ground Vehicle Operations Aviation Phraseology in case a pilot decides to fly a ‘straight in’ approach and doesn’t enter the standard traffic pattern. Similarly, if a pilot announces "short final", expect that aircraft’s landing to be imminent. Pilots announce their position on the Common Traffic Advisory Frequency (CTAF)/Unicom using the names of the segments of the traffic pattern: Upwind, Crosswind, Downwind, Base and Final. See Figure 3.1 Extra vigilance is essential at non-towered airports, or when the control tower is not operating. While there may be CTAF or UNICOM frequencies available, pilots are not required to communicate or announce their position in the traffic pattern or on the surface. As a result, a driver can be lulled into complacency because the airport is not very busy. Nevertheless, always remain alert for the unexpected, even when aircraft traffic levels are light. Another factor involves the runway angle or slope, which makes it difficult or impossible to see the entire length of the runway. As a result, an aircraft can suddenly appear on a runway when you are crossing. Generally, it is good practice to cross runways at their ends. If one is available, a perimeter road or taxiway is the recommended route for crossing a runway at a non-towered airfield. EntryDownwind Base Leg Final RUNWAY Upwind Crosswind Airc r a f t dep a r t i n g o n 45 d e g r e e ang l e Straight out departure Figure 3.1 – Diagram of airport traffic pattern operations. 26 27 FAA Guide to Ground Vehicle Operations Aviation Phraseology AVIATION PHONETICS Because some letters and numbers may sound similar, the following list will reduce confusion. For example, Taxiway B would be referred to as Taxiway Bravo, and Runway 29 is Runway Two Niner. As a vehicle driver, commit this phonetic alphabet to memory. A Alpha B Bravo C Charlie D Delta E Echo F Foxtrot G Golf H Hotel I India J Juliet K Kilo L Lima M Mike N November O Oscar P Papa Q Quebec R Romeo S Sierra T Tango U Uniform V Victor W Whiskey X X-ray Y Yankee Z Zulu 0 Zero 1 One 2 Two 3 Three 4 Four 5 Five 6 Six 7 Seven 8 Eight 9 Niner FAA Guide to Ground Vehicle Operations Aviation Phraseology holding position marking unless otherwise directed by ATC. A read back confirmation to ATC is required anytime a "hold short" instruction is given. Line Up and Wait (LUAW) - This phrase has replaced the "Position and Hold" instruction by a controller to direct a pilot to enter the runway and await takeoff clearance. Negative - No; Permission not granted; That is not correct. Proceed - You are authorized to begin or continue moving. Read Back - Repeat my message back to me. Roger - I have received your last transmission; but not to be used to answer a question requiring a “yes” or “no” response (see Affirmative, Negative). Say Again - Repeat what you just said. Stand By - Wait for further information, as in “stand by for clearance”. Unable - Indicates inability to comply with a specific instruction, request or clearance. Verify - Request confirmation of information. Without Delay - Follow instructions expeditiously, specifically and safely. Wilco - I have received your message, understand it and will comply. 28 29 FAA Guide to Ground Vehicle Operations Additional Information FAA Guide to Ground Vehicle Operations Additional Information All vehicles operating at a towered airport, including ARFF and police, are required to receive explicit runway crossing instructions from ATC. This applies to all runways encountered: active, inactive and closed, regardless of the type of emergency! Reporting Accidents If you are involved in an accident, report it immediately. If a collision occurred between you and an aircraft, it’s critical that the aircraft not be flown until the damage can be inspected and repaired. Aircraft Rescue and Fire Fighting (ARFF) Just as when you are in highway traffic, if you see an airport emergency vehicle with its lights on, do not proceed until it has cleared. Always stay alert for any type of emergency activity and accompanying vehicles. ADDITIONAL INFORMATION In addition to all the information provided to you in this publication, there are other things to be aware of while operating a vehicle on the airport. Foreign Object Debris (FOD) Trash or rocks sucked into a jet engine can shred parts of the engine in seconds. A rock caught by a propeller can damage the propeller, as well as become a deadly projectile. Make your airport a safer place by putting all trash in a covered container that won’t be blown over. Get in the habit of picking up any trash and debris that you notice while driving around the airport. Avoid tracking mud and rocks onto taxiway and runway surfaces. 30 31 Nighttime or Bad Weather Driving If you are required to drive on the airport at night, on your first couple of trips take someone along who is very familiar with the airfield. Things look different at night. The same applies if you are driving in bad weather. In both cases, allow yourself extra travel time and drive slower than you would normally. Remember, your vehicle’s rotating beacon and headlights will provide additional visibility and help to identify your vehicle to others. During winter conditions, signs and markings may be obscured by snow. Snow equipment may be operating in low visibility conditions and may not see your vehicle. Use caution; remember there are extra risks present. This guide has covered the basics of how to safely drive on an airport. Remember to be courteous to your fellow drivers, pay attention, drive carefully, follow instructions, avoid distractions, obey the rules and regulations and set a good example. Eventually, with experience, you will attain a comfortable working knowledge of how to safely move around. FAA Guide to Ground Vehicle Operations Additional Information FAA Guide to Ground Vehicle Operations Additional Information Security Depending on the type of airport you work on, the security system may be as simple as a fence or it may include items as complicated as computer controlled automatic gates with television screen monitors. At large air carrier airports, security will be provided by the airport’s police department or local law enforcement. At smaller airports, the airport manager or the fixed-base operator may be responsible for security. If you see a gate left open, close it, and then report it to the airport security office. Never let someone follow you through a gate. If you see a strange person or vehicle that appears lost, stop and offer assistance. Or, if your airport has a security department, contact them for help. If you work at an air carrier airport, the airport manager has a complete security plan of the airport with detailed procedures for specific situations. Be sure you know what your responsibilities are and ask your supervisor if there is anything about which you are unsure. FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Conclusion If there is something you don’t understand, seek clarification before proceeding, especially when you are at a towered airport with an operating ATC tower. With experience, you will attain a comfortable working knowledge of moving about the airport surface safely. Always maintain situational awareness and contact ATC if you are unsure, lost or unclear of an instruction. For more information: Office of Runway Safety www.faa.gov/go/runwaysafety Aeronautical Information Manual (AIM) http://www.faa.gov/air_traffic/publications/atpubs/aim/ Aeronautical Navigation Services Group (AeroNav) Airport Diagrams www.faa.gov/airports/runway_safety/diagrams Airport Security - TSA Part 1542 www.tsa.gov/research/laws/regs/editorial_1785.shtm Runway Safety - Vehicle Drivers www.faa.gov/airports/runway_safety/vehicle Runway Safety - Hot Spots List www.faa.gov/airports/runway_safety/hotspots/hotspots_list 32 34 35 1. A controller who says, “Go ahead” means: A. Proceed as requested. B. Continue straight ahead. C. State your message. 2. The red and white sign next to the taxiway is called a runway holding position sign. This sign indicates: A. Runway 4/22 is ahead. This sign is collocated with surface painted holding position markings and indicates that you must have clearance from ATC to proceed. B. That you should follow the sign to get to the parking apron. C. Nothing to me, it’s only there for the pilot’s use. 3. Two solid yellow lines with two dashed yellow lines represent the marking for a runway holding position. All aircraft, vehicles and pedestrians approaching the runway are required to have a clearance from ATC before proceeding beyond the two solid yellow lines. A. True B. False 4. Runway markings are: A. White B. Yellow C. Red 5. Taxiway markings are: A. White B. Yellow C. Red 6. As you are on your way to a construction site on the airfield, you are approaching a runway and have not received a specific instruction to cross the runway. What will you do? A. Drive to the edge of the runway to see if it is clear of landing or departing aircraft, and then proceed. B. Stop prior to crossing the holding position marking and contact ATC for clearance. C. Use your cell phone to call someone at the construction site and ask if it is ok to cross the runway. D. Nothing, since vehicle drivers are not required to obtain clearance to cross runways. FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 36 37 7. You are driving in a vehicle designated OPS-1 awaiting clearance to cross runway 19, and you hear ATC clear OPS-4 across runway 19. What will you do? A. Proceed across runway 19 since you know that ATC meant to say "OPS-1". B. Contact OPS-4 on the radio to advise they are cleared to cross runway 19. C. Call ATC to clarify if the clearance to cross runway 19 was for OPS-1. D. Turn around and return to Operations because your shift is ending. 8. A Runway Incursion is defined as any occurrence at an aerodrome involving the incorrect presence of an aircraft, vehicle or person on the protected area of a surface designated for the landing and takeoff of aircraft. A. True B. False 9. What does "Explicit Runway Crossing Clearance" mean? A. A "taxi to" clearance will allow you to cross multiple runways. B. Typically, instructions to cross a runway will be issued individually for each runway encountered. C. It replaces "Position and Hold". D. It's a trick question, no such instruction exists. 10. On a runway you see this sign. What does it mean? A. You are approaching runway 22. B. You are on runway 22. C. It is an informational sign only. D. There are 2,200 feet remaining to the end of the runway. 11. At night what color lights/reflectors mark taxiways? A. White B. Blue C. Red D. Yellow 12. When driving in the area immediately behind a large jet aircraft with its engines running, a driver should: A. Not be concerned about danger from the jet blast because a typical car/van is too heavy to be affected. B. Stop or stay well back, and do not proceed too closely behind the aircraft. C. Cross the area of jet blast at a perpendicular angle to minimize the hazard. D. None of the above. 13. Unless contrary instructions have been received from air traffic control, a vehicle should always yield to an aircraft. A. True B. False FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 38 39 14. This sign on a taxiway indicates: A. You must have clearance by ATC to taxi past these signs. B. Distance to FBO is 2,333 feet to the right. C. FBO is southeast and runway 22/33 is east of your location. D. The direction towards location of the FBO & runways 22/33. 15. If, at a non-towered airport, you see an aircraft approaching the runway to land when you are waiting to cross the same runway, you should: A. Hold short of the runway until the aircraft is past the point at which you will cross the runway, then proceed when it is safe. B. Proceed across if the aircraft has not announced its position on the CTAF or UNICOM frequency. C. Contact the pilot by radio and see if he or she intends to make a touch and go landing. D. Flash your headlights at the aircraft. 16. You are driving at a non-towered airport. An aircraft that has announced its position on the UNICOM frequency as ‘downwind’ is flying: A. Perpendicular to the runway after initial climb and turn. B. Parallel to the runway in the direction opposite landing. C. An approach to land with the wind instead of into the wind. D. Any of the above. 17. If an air traffic controller directs you to do something that you believe is unsafe: A. You must comply or face disciplinary action. B. You should comply and then call your supervisor as soon as possible. C. You should ask the controller for clarification before complying with the instruction. D. Flash your headlights and then proceed. 18. The yellow painted marking at the beginning of this runway indicates: A. The pavement can be used for takeoff only. B. The pavement can be used for landing only. C. The runway threshold has been relocated. D. Does not apply to vehicles. FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment FBO 22 33 40 41 19. This sign is located on a taxiway. What does it mean? A. You must have clearance from ATC to taxi past this sign. B. Taxiway Bravo is west of your location on the airport. C. It is a directional sign informing you that taxiway Bravo is the next left turn. D. None of the above. 20. If radio contact is lost and the tower signals with a flashing red light, I should: A. Stop. B. Clear the runway or taxiway. C. Ignore the signal. D. Return to my point of origin on the airport. 21. You are driving on a non-towered airport. An aircraft that has announced its position on the UNICOM frequency as "base leg" is flying. A. Perpendicular to the runway after initial climb and turn. B. Parallel to the runway in the direction opposite landing. C. Perpendicular to the runway about to turn final and land. D. None of the above. FAA Guide to Ground Vehicle Operations Self Assessment FAA Guide to Ground Vehicle Operations Self Assessment 22. What does this sign indicate? This sign next to a taxiway identifies the ILS Critical Area, which you must drive beyond when exiting the runway as directed by ATC. B. You should be directed by ATC before proceeding beyond this sign. C. Indicates that you are at a runway threshold. D. Both A and B. 23. What do the chevrons at the end of a runway indicate? The pavement is to be used for takeoff only. B. The pavement is to be used for landing only. C. The pavement is not to be used. D. Indicates the current wind direction. 24. What is the procedure when you approach these painted markings from the solid line side? A. Proceed with caution. B. No permission needed prior to crossing. C. You must always have permission from air traffic control prior to crossing. D. No procedure required. B A. A. 42 43 FAA Guide to Ground Vehicle Operations Self Assessment 25. What does this surface painted marking mean? A. Since it is a single solid & single dashed line, it does not apply to ground vehicles. B. Divides movement area from non-movement area; crossing solid line requires ATC authorization. C. It defines the taxiway edge. D. You can pass other vehicles when you are on the dashed side. FAA Guide to Ground Vehicle Operations Answer Key 1. C 16. B 2. A 17. C 3. A 18. C 4. A 19. C 5. B 20. B 6. B 21. C 7. C 22. 8. A 23. C 9. B 24. C 10. B 25. B 11. B 12. B 13. A 14. D 15. A D City of Renton Contract Provisions for Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation Project ______________________________________________________________________________ VOLUME II – PLANS (INCLUDED UNDER SEPARATE COVER)