HomeMy WebLinkAboutContract Provisions - REBID - CAG-25-098 - TaxiwayGeneral Bid Informa on: Builders Exchange of Washington, Inc.
(425) 258-1303
City Contact: William Adams
(206) 775-6862
Award Amount: ________________
Award Date: ________________
Award To: ________________
________________
________________
Contract No.: CAG-25-098
TAXIWAY A REHABILITATION AND ASSOCIATED IMPROVEMENTS
Contract Provisions
Prepared by:
Century West Engineering
22232 17th Avenue SE
Suite #206
Bothell, WA 98021
Volume 1 of 1
Public Works Department
Airport Division
Approved for Bid
_______________________ _________
City of Renton Date:
Approved for Construc on
_______________________ _________
City of Renton Date: Prepared for:
City of Renton Public Works Department
Airport Division
Renton Municipal Airport
243 W Perimeter Rd
Renton, Washington 98057
THIS PAGE INTENTIONALLY LEFT BLANK
CITY OF RENTON
RENTON, WASHINGTON
Contract Provisions
for the
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
City Contract Number: CAG-25-098
AUGUST 2025
Renton Municipal Airport
243 W Perimeter Rd
Renton, WA 98057
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Table of Contents
Page 1 of 2 2025
CITY OF RENTON
Taxiway A Rehabilitation and Associated Improvements
Table of Contents
VOLUME I
I. CALL FOR BIDS
II. INFORMATION FOR BIDDERS
1. INFORMATION FOR BIDDERS
2. CHECKLIST FOR BIDDERS
3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
4. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
5. FAA CONTRACT PROVISIONS FOR OBLIGATED SPONSORS AND AIRPORT
IMPROVEMENT PROGRAM PROJECTS
III. PROJECT PROPOSAL
1. * PROJECT PROPOSAL COVER SHEET
2. * PROPOSAL
3. * SCHEDULE OF PRICES
4. * NON-COLLUSION DECLARATION
5. * CERTIFICATION OF NON-SEGREGATED FACILITIES
6. * BIDDER’S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE
7. * DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION COMMITMENT
8. * LETTER OF INTENT
9. * RESTRICTIONS ON FEDERAL PUBLIC WORKS PROJECTS
10. * BIDDER’S CERTIFICATION
11. * BUY AMERICAN CERTIFICATION
12. * BIDDER’S LIST
13. * LOCAL AGENCY SUBCONTRACTOR LIST
14. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT
15. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY
CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS
16. * PROPOSAL SIGNATURE PAGE
17. * PROPOSAL BID BOND
IV. AGREEMENT FORMS
1. AGREEMENT
2. CONTRACT BOND TO THE CITY OF RENTON
3. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE
Taxiway A Rehabilitation and Associated Improvements Table of Contents
Page 2 of 2 2025
V. CONTRACT SPECIFICATIONS
1. FAA GENERAL PROVISIONS
2. SUPPLEMENTARY CONDITIONS
3. TECHNICAL SPECIFICATIONS
APPENDICES
A – CONSTRUCTION SAFETY AND PHASING PLAN
B – DAVIS BACON WAGE RATE SCHEDULE
C – LABOR & INDUSTRIES WAGE RATE SCHEDULE
JOURNEY LEVEL WAGE RATE SCHEDULE
BENEFIT CODE KEY
D – » BUY AMERICAN CONFORMANCE LISTING
E – **BUY AMERICAN WAIVER REQUEST FORMS
BUY AMERICAN PRODUCT CONTENT PERCENTAGE WORKSHEET (FAA FORM 5100-136)
BUY AMERICAN FINAL ASSEMBLY QUESTIONNAIRE (FAA FORM 5100-137)
BUY AMERICAN CONSTRUCTION PROJECT CONTENT PERCENTAGE WORKSHEET (FAA
FORM 5100-143)
F – **DBE GOOD FAITH EFFORTS
G – INADVERTENT DISCOVERY PLAN
H – HAZARD WASTE MITIGATION PLAN
* Submit as part of the bid.
** Submit as part of the bid if Buy American or DBE requirements cannot be met
Submit within 10 days after Notice of Award.
» Submit within 7 days of notice of apparent low bid or include with the proposal.
VOLUME II - PLANS
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
I. CALL FOR BIDS
THIS PAGE INTENTIONALLY LEFT BLANK
CAG-25-098
Taxiway A Rehabilitation and Associated Improvements Call for Bids
Page 1 of 2 2025
CITY OF RENTON
CALL FOR BIDS
Taxiway A Rehabilitation and Associated Improvements
Sealed bids will be received until 2:00 p.m., Wednesday, August 20, 2025, at the lobby of Renton City Hall, 1055
South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered bids will be accepted. Sealed bids will
be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m., Wednesday,
August 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:
o Clicking this link to join the Zoom meeting:
o https://us06web.zoom.us/j/86876598050?pwd=R78EvcJ660QthV4B1LUiWTmI7k1n71.1
Using the Zoom app: Meeting ID: 868 7659 8050; Passcode: 964580
o Via telephone by dialing: 12532158782,,86876598050#,,,,*964580#
• Zoom is free to use and is available at https://zoom.us/.
The improvement for which bids will be received is described below:
• Rehabilitation of Taxiway A, which includes asphalt pavement removal, maintaining the existing
subgrade and subbase, constructing a new base course and bituminous stabilized base course, and
HMA surface course;
• Rehabilitation of the sea plane ramp, which will include asphalt pavement removal, constructing a new
base course, cement-treated base, and new HMA surface course;
• Mill and inlay of the connector taxiways and existing service road west of Taxiway A;
• Replacement of taxiway edge lights and airfield signs with new LED fixtures;
• Miscellaneous electrical improvements as described in the contract documents;
• Taxiway pavement marking; and
• Infield storm drainage improvements.
The Engineer’s estimate for construction of the base bid schedules (Schedule A + Schedule G) is $15-$18 million.
A total of 135 calendar days is allowed for completion of Phase 1 and a total of 79 calendar days is allowed
for completion of Phase 2. The City will issue multiple Notice to Proceed (NTP) dates as outlined below. For
detailed information on NTP dates and contract times for each phase of work, see Information for Bidders,
Section 80-08 of the General Provisions, and the Construction Safety and Phasing Plan drawings.
• NTP for procurement of electrical equipment is anticipated on or about September 15, 2025. All
acquisition orders for 2026 construction are to be complete no later than November 30, 2025.
• If awarded, NTP for Schedule D, Items 132 and 143 (new Airfield Lighting Vault building) is
anticipated on or about September 15, 2025, unless directed otherwise by the Owner.
• NTP for Phase 1 construction (not including final application of pavement markings and final seeding)
is anticipated on or about May 11, 2026.
• NTP for Phase 1 final application of pavement markings and final seeding will be issued at the City’s
convenience and may be delayed until Spring 2027 due to weather conditions.
• NTP for Phase 2 construction (not including final application of pavement markings and final seeding)
is anticipated on or about June 7, 2027.
• NTP for Phase 2 final application of pavement markings and final seeding will be issued at the City’s
convenience and may be delayed until Spring 2028 due to weather conditions.
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 for review on Thursday, August 7, 2025.
CAG-25-098
Taxiway A Rehabilitation and Associated Improvements Call for Bids
Page 2 of 2 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.”
Technical questions about the project shall be addressed to: Greg Reince, Century West Engineering, at
greince@centurywest.com and William Adams, City of Renton, at wadams@rentonwa.gov.
This is a prevailing wage project per State and Federal Laws. All labor on the project shall be paid no less than
the minimum wage rates established by the Washington State Department of Labor and Industries or Davis-
Bacon Act, whichever is greater.
This contract will be funded, in part, by a grant from the Federal Aviation Administration. As such, it will be
subject to federal requirements. These include, but are not limited to:
1) Buy American Preference
2) Foreign Trade Restriction
3) Davis Bacon
4) Government wide Debarment and Suspension
5) Government wide Requirements for Drug-free Workplace
6) Federal Fair Labor Standards Act
All Federal provisions are given in the specifications under FAA Required Provisions.
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, 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.
The DBE goal for this contract is 7.98% of the AIP-eligible bid schedules (Schedule A, Schedule B, Schedule G,
Schedule H, Schedule D, Schedule F, and Schedule K). All prospective Bidders are directed to the Information
for Bidders with regard to the procedures the City of Renton will utilize to achieve this goal. Bidders must meet
the DBE goal or provide good faith effort documentation for all Award Alternatives.
The City of Renton is an Equal Opportunity Employer and encourages woman, minority, DBE, and small
businesses to participate in the competitive bidding process.
Bidders are required to be licensed in accordance with and comply with the "Public Contractor's License Law
of the State of Washington."
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 August 7, 2025 and August 14, 2025
PROFESSIONAL OF RECORD CERTIFICATION(s):
Seal w/signature
Modified General Provisions were prepared by me or under my
supervision.
Section V: FAA General Provisions
· Section 10 Definition of Terms
· Section 20 Proposal Requirements and Conditions
· Section 30 Award and Execution of Contract
· Section 40 Scope of Work
· Section 50 Control of Work
· Section 60 Control of Materials
· Section 70 Legal Relations and Responsibility to Public
· Section 80 Execution and Progress
· Section 90 Measurement and Payment
· Supplementary Conditions
I certify the Technical Specifications listed below are applicable to
the design for the subject project for Civil.
Modified Technical Specifications were prepared by me or under
my supervision.
Section V: FAA Technical Specifications
· Item C-100 Contractor Quality Control Program
· Item C-101 FOD Prevention Controls
· Item C-103 Airport Safety
· Item C-105 Mobilization
· Item C-110 Method of Estimating Percentage of Material
Within Specification Limits (PWL)
· Item C-140 Construction Staking
· Item P-101 Preparation and Removal of Existing
Pavements
· Item P-152 Excavation, Subgrade, and Embankment
· Item P-209 Crushed Aggregate Base Course
· Item P-311 Biaxial Geogrid
· Item P-401 Asphalt Mix Pavement Surface Course
· Item P-403 Asphalt Mix Pavement Base Course
· Item P-603 Emulsified Asphalt Tack Coat
· Item P-605 Joint Sealants for Pavements
· Item P-610 Concrete for Miscellaneous Structures
· Item P-620 Runway and Taxiway Marking
Date Signed: __________________
CENTURY WEST ENGINEERING
7/31/2025
PROFESSIONAL OF RECORD CERTIFICATION(S):
Seal w/signature I certify the Technical Specifications listed below are applicable to
the design for the subject project for Civil.
Modified Technical Specifications were prepared by me or under
my supervision.
Section V: FAA Technical Specifications
· Item C-102 Temporary Air and Water Pollution, Soil
Erosion, and Siltation Control
· Item C-106 Temporary Traffic Control
· Item D-701 Pipe for Storm Drains and Culverts
· Item D-705 Pipe Underdrains for Airports
· Item D-751 Manholes, Catch Basins, Inlets, and
Inspection Holes
· Item T-901 Seeding
· Item T-905 Topsoil
Date Signed: ______4/11/2025___
KIMLEY-HORN
PROFESSIONAL OF RECORD CERTIFICATION(S):
Seal w/signature
I certify the Technical Specifications listed below are applicable to
the design for the subject project for Civil.
Modified Technical Specifications were prepared by me or under
my supervision.
Section V: FAA Technical Specifications
• Item P-102 Trench Excavation Safety Systems
• Item P-103 Utility Potholing
• Item P-153 Controlled Low-Strength Material (CLSM)
• Item P-405 Water Main Hot Mix (HMA) Pavement
• Item P-502 Cement Concrete Sidewalks
• Item P-503 Curbs and Gutters
• Item P-625 Right-of-Way Pavement Markings
• Item W-100 Water Mains
• Item W-101 Valves for Water Mains
• Item W-102 Hydrants
• Item W-103 Compressed Air
Date Signed: __________________
KIMLEY-HORN
4/11/2025
PROFESSIONAL OF RECORD CERTIFICATION(S):
Seal w/signature I certify the Technical Specifications listed below are applicable to
the design for the subject project for Electrical.
Modified Technical Specifications were prepared by me or under
my supervision.
Section V: FAA Technical Specifications
· Item L-100 Electrical General Requirements
· Item L-108 Underground Power Cable for Airports
· Item L-109 Airport Transformer Vault and Vault Equipment
· Item L-110 Airport Underground Electrical Duct Banks and
Conduits
· Item L-115 Electrical Manholes and Junction Structures
· Item L-125 Installation of Airport Lighting Systems
· Item P-606 Adhesive Compounds, Two-Component for
Sealing Wire and Lights in Pavement
Date Signed: _04/14/25____
KIMLEY-HORN
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
II. INFORMATION AND CHECKLIST FOR BIDDERS
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 1 of 7 2025
INFORMATION 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 detailed here for emphasis:
a. Prevailing Wages. All labor on the project shall be paid no less than the minimum wage
rates established by the Washington State Department of Labor and Industries or
Davis-Bacon Act, whichever is greater. 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.
b. Qualifications of Bidders. Bidders must submit qualification statements in accordance
with the terms of Subsection 20-02 of the specifications with their proposal. Proposals
submitted without qualification statements will not be accepted.
c. Drug Testing Program. By signing and submitting a Bid to the Owner, the Bidder shall
certify that it has an employee drug testing program in place.
d. Non-discrimination Certification. By signing and submitting a Bid to the Owner, the
Bidder shall certify that it has not discriminated against minority, women, or emerging
small business enterprises in obtaining any subcontracts.
e. Additional Instructions. Bidders shall refer to Sections 20 and 30 of the General
Provisions for specific instructions relative to preparation and submission of Proposals.
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. Questions received less than five business days prior to
the date for opening of Bids may not be answered. Only questions answered by formal
written Addenda will be binding. Oral explanations, interpretations, or instructions given by
anyone before the Award of Contract will not be binding on the City of Renton.
3. The Owner’s representative for the project is Century West Engineering (Engineer). Technical
questions about the project should be directed to Greg Reince, Century West Engineering and
William Adams, City of Renton:
• Submit questions via e-mail to: greince@centurywest.com and wadams@rentonwa.gov.
Put “Taxiway A Rehabilitation and Associated Improvements” 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
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 2 of 7 2025
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 City of Renton reserves the right to reject any and all bids or waive any and/or all
informalities.
6. Payment for this work will be made in cash warrants. Progress estimates of the work done
by the Contractor shall be submitted to the Engineer ten (10) calendar days before the end
of each calendar month. Estimates will be approved and acted upon by the Owner in the
following month which the work is done. No retainage will be held by the Owner from
progress payments due the Prime. If the Contractor fails to complete the work within the
time limit fixed in the contract, no estimate shall be made or progress payments allowed
thereafter until the work is finally completed.
7. 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.
8. Basis of Award
Bidders must bid all portions of the work. The construction contract will be awarded by the City
of Renton to the lowest responsible, responsive bidder.
Schedule A, B, G, and H combined form the Base Bid. The bid items contained in Schedule D,
Schedule F, and Schedule K are Additive Bids. The low bidder, for purposes of award, shall be the
responsive bidder offering the low aggregate amount for either the base bid only, or base bid
plus additive bid schedule D, or base bid plus additive bid schedules D+F+K, considered in order
and within funds available for the project. Basis of Award alternatives relative to available funding
are listed below.
• Award Alternative 1: Base Bid Schedules A + B + G + H
• Award Alternative 2 (if funding allows): Base Bid + Schedule D
• Award Alternative 3 (if funding allows): Base Bid + Schedules D + Schedule F +
Schedule K
Schedule C, Schedule E, Schedule I, and Schedule J for AIP-ineligible work will not be used in
determining the low bidder. The City may select to award these schedules at their option.
The City reserves the right to withdraw any item(s) from being part of the award consideration
and the Additive Bids from being part of the Work.
Funding for the project is comprised of an FAA Grant and City budgeted match funding. The
contract is subject to the receipt of FAA grant funding.
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 3 of 7 2025
9. Notice To Proceed
Due to the timing and availability of project funding, weather, field conditions or operational
circumstances, Notice to Proceed (NTP) for various segments of the contract work may be issued
and will be issued by the Owner at the Owner’s convenience. Dates listed below for the various
segments of work are approximate only, and the Owner reserves the right to issue NTP at any
time that project funding, weather, field conditions, or operational circumstances allow.
No adjustments will be made to the pricing established in this proposal regardless of when Notice
to Proceed is issued. No work shall begin prior to issuance of Notice to Proceed by the Owner.
Notice to Proceed for work segments shall be as follows:
a. NTP for electrical equipment submittals and procurement of long lead-time electrical
items for 2026 construction. NTP is anticipated on or about September 15, 2025, at the
convenience of the Owner. All submittals associated with electrical equipment shall be
complete, and materials ordered no later than November 30, 2025. The Contractor will
be required to provide the Owner with documentation of the orders. No contract time
will be counted towards the allowed contract duration if all electrical equipment
acquisition can be documented to have occurred no later than November 30, 2025. One
(1) calendar day will be counted against the allowed contract time for every calendar day
after November 30, 2025, until all electrical equipment has been ordered by the
Contractor.
b. If awarded, NTP for Schedule D, Items 132 and 143 for new Airfield Lighting Vault building
is anticipated on or about September 15, 2025 unless otherwise directed by the Owner
and shall be completed within 5 calendar days of NTP. No contract time will be counted
towards the allowed contract duration for Phase 1 if all work associated with the new
Airfield Lighting Vault building is complete within 5 calendar days. One (1) calendar day
will be counted against the allowed contract time for Phase 1 for every calendar day that
the work remains incomplete after the allowed 5 calendar days.
c. NTP for Phase 1 construction items (not including final application of pavement markings
and final seeding) required to be complete during a continuous 133 calendar day contract
time. NTP for Phase 1 construction is anticipated on or about May 11, 2026, at the
convenience of the Owner.
d. NTP for the Phase 1 final application of painted pavement markings, after initial pavement
marking application curing period, and final seeding. The time allowed for this work is two
(2) consecutive calendar days. NTP will be issued at the convenience of the Owner and
may be delayed until Spring 2027 due to weather conditions.
e. NTP for Phase 2 construction items (not including final application of pavement markings
and final seeding) required to be complete during a continuous 77 calendar day contract
time. NTP for Phase 2 construction is anticipated on or about June 7, 2027, at the
convenience of the Owner.
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 4 of 7 2025
f. NTP for the Phase 2 final application of painted pavement markings, after initial pavement
marking application curing period, and final seeding. The time allowed for this work is two
(2) consecutive calendar days. NTP will be issued at the convenience of the Owner and
may be delayed until Spring 2028 due to weather conditions.
10. Bid Security.
a. A certified check, cashier’s check or bid bond for an amount equal to at least five
percent (5%) of the total amount bid, shall accompany each proposal as evidence of
good faith and as a guarantee that if awarded the contract the bidder will execute the
contract and give bond as required. The successful bidder’s check or bid bond will be
retained until he/she has entered into a satisfactory contract and furnished required
contract bonds. The Owner reserves the right to hold the certified checks, cashier’s
checks, or bid bonds of the three lowest bidders until the successful bidder has entered
into a contract and furnished the required contract bonds.
b. The successful bidder shall furnish at the time of the execution of contract a
performance bond and a payment bond in an amount equal to the full amount of the
contract, conditioned upon faithful performance of the contract, and upon payment of
all persons supplying labor and materials for prosecution of the work. This form and
surety shall meet the approval of the Owner’s legal counsel.
c. Surety companies executing the bonds must be currently authorized to transact
business in the State of Washington.
11. Disadvantaged Business Enterprise (DBE) Policy and Obligation.
The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the
good faith effort requirements of 49 CFR §26.53.
a. Policy. It is the policy of the Department of Transportation that DBEs, as defined in 49 CFR
Part 26, shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with federal funds under this agreement.
Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement.
b. DBE Obligation. The Contractor or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The Contractor shall
carry out applicable requirements of 49 CFR part 26 in the award and administration of
Department of Transportation-assisted contracts. Failure by the Contractor to carry out
these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the Owner deems appropriate.
c. Prompt Payment. The prime contractor agrees to pay each subcontractor under this
prime contract for satisfactory performance of its contract no later than 10 days from the
receipt of each payment the prime contractor receives from the City of Renton. The prime
contractor agrees further to return retainage payments to each subcontractor within 10
days after the subcontractor’s work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 5 of 7 2025
good cause following written approval of the Owner. This clause applies to both DBE and
non-DBE subcontractors.
d. Contract Goals. The bidder shall subcontract 7.98 percent of each award alternative, as
funding allows, not including non-AIP funded bid schedules, of a DOT-assisted contract,
to qualified DBE subcontractors. As a condition of bid responsiveness, the Bidder must
submit the following information with its proposal on the forms provided herein:
i. The names and addresses of DBE firms that will participate in the contract;
ii. A description of the work that each DBE firm will perform;
iii. The dollar amount of the participation of each DBE firm listed per award alternative;
iv. Written statement from Bidder that attests their commitment to use the DBE firm(s)
listed to meet the Owner’s project goal; and
v. Written confirmation from each listed DBE firm that it is participating in the contract
in the kind and amount of work provided in the prime contractor's commitment.
vi. If Bidder cannot meet the advertised project DBE goal, evidence of good faith efforts
undertaken by the Bidder as described below and in appendix A to 49 CFR part 26.
A bidder who fails to meet these requirements and who cannot show good faith effort
will be considered non-responsive.
e. Good Faith Efforts. The following actions, by the bidder, are generally considered a sign
of good faith effort. This list is not exclusive or exhaustive but should be used as a guide
in determining good faith effort.
i. Attendance at pre-bid meetings scheduled to inform DBEs of the project.
ii. Advertisement in general circulation, trade association and minority focus media
concerning subcontracting opportunities.
iii. Selection of portions of the work likely to be performed by DBEs.
iv. Written notice to DBEs of the selected subcontracting or material supply work
allowing sufficient time for reply.
v. Follow up of initial solicitation.
vi. Provide interested DBEs adequate information for bidding.
vii. Negotiation with interested DBEs.
viii. Assist interested DBEs with bonding, insurance or credit, where applicable.
ix. Use of minority Contractors’ groups and minority business assistance offices.
f. Subcontract Work Listing. The bidder shall submit the name, address, DBE status, and
age of all firms bidding or quoting subcontracts on DOT-assisted projects. (See Bidder’s
List in Proposal.)
g. Definitions.
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 6 of 7 2025
i. Disadvantaged Business Enterprise (DBE) means, for the purposes of this contract, a
small business enterprise that has been certified by the Washington State Office of
Minority & Women's Business Enterprises (OMWBE). Directory of firms certified by
the OMWBE is available on their website.
ii. Joint venture means an association of a DBE firm and one or more other firms to carry
out a single, for-profit business enterprise, for which the parties combine their
property, capital, efforts, skills and knowledge, and in which the DBE is responsible
for a distinct, clearly defined portion of the work of the contract and whose share in
the capital contribution, control, management, risks, and profits of the joint venture
are commensurate with its ownership interest.
iii. Goal is the percentage of total dollar amount bid for DBE participation identified in
the Bid form.
h. At Bid Opening.
i. Bidders, within their bid, shall submit to the City of Renton the Statement of Intent,
Disadvantaged Business Enterprise (DBE) Utilization (form enclosed with Proposal),
showing the names and addresses of the certified DBE participants, the work each will
perform, and the dollar amount of participation by each. If the Statement of Intent is
submitted blank, the Owner will assume that the bidder obtained no participation.
ii. All of a bidder's expenditures to a DBE manufacturer, and 60 percent of a bidder's
expenditures to a DBE supplier performing a commercially useful function, will be
counted toward the DBE goal.
iii. When a DBE performs as a participant in a joint venture, count a portion of the total
dollar value of the contract equal to the distinct, clearly defined portion of the work
of the contract that the DBE performs with its own forces toward DBE goals.
i. Prior to Notice to Proceed. The apparent successful bidder, upon contract award and
prior to Notice to Proceed, shall submit copies of binding DBE contracts, if any, to the City
of Renton upon request.
j. After Notice to Proceed. If circumstances arise after Notice to Proceed, which reduce DBE
participation, Contractor shall immediately notify the Owner and request a meeting with
the Owner and the Engineer. At this meeting, Contractor shall:
i. Present the circumstances which brought about the reduction in DBE participation;
and
ii. Present plans or actions to bring the DBE participation back to the level promised.
k. Tracking DBE Utilization. The Contractor shall submit their actual DBE subcontractor
utilization with each pay request throughout the term of the contract. The Contractor
shall use the WSDOT DBE Utilization Certification Form (DOT Form 422-103).
l. Replacing a DBE After Notice to Proceed.
i. Contractor shall notify the Owner and obtain its written approval before replacing a
DBE or making any change in the DBE participation listed.
Taxiway A Rehabilitation and Associated Improvements Information for Bidders
Page 7 of 7 2025
ii. If a DBE is unable to fulfill the original obligation to the contract, Contractor must
demonstrate to the Owner its good-faith efforts to replace that DBE with another DBE.
Failure to so demonstrate is a material breach of this contract.
m. Liaison Officer, Records, and Reports. Contractor shall designate a DBE liaison officer who
will administer Contractor's DBE program and submit documentation to the Owner with
each Application for Progress Payment verifying that Contractor is subcontracting with or
purchasing materials from the DBEs identified, if any.
12. Apprentice Utilization Requirement.
This project is federally funded and therefore exempt from Washington State Apprentice
Utilization Requirements (AURs).
When submitting Notice of Completion (NOC) or Prevailing Wage & Affidavit (PWIA)
Documentation to Washington State Department of Labor and Industries (L&I) clearly
indicate in the L&I section of these documents that AURs are not applicable due to the federal
funding of the project.
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Checklist for Bidders
Page 1 of 3 2025
CHECKLIST FOR BIDDERS
1. 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 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. (See Part III – Proposal. Proposal
page numbers are included below for reference.)
Page #
a. Project Proposal Cover Sheet - The form included in these Bid Documents 1 of 48
must be used; no substitute will be accepted.
b. Proposal – The form included in these Bid Documents must be used; no 3 of 48
substitute will be accepted.
c. Schedule of Prices – The form(s) included in these Bid Documents must be 5 of 48
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 21 of 48
must be used; no substitute will be accepted.
e. Certification of Non-segregated Facilities – The form included in these Bid 23 of 48
Documents must be used; no substitute will be accepted.
f. Bidder's Statement on previous contracts subject to EEO Clause – The form 25 of 48
included in these Bid Documents must be used; no substitute will be
accepted.
g. Disadvantaged Business Enterprise Utilization – The form included in these 27 of 48
Bid Documents must be used; no substitute will be accepted. The Owner’s
award of this contract is conditioned upon Bidder satisfying the good faith
effort requirements of 49 CFR §26.53. This contract cannot be awarded
without meeting or demonstrating a good faith effort to meet the
established DBE participation goal.
Taxiway A Rehabilitation and Associated Improvements Checklist for Bidders
Page 2 of 3 2025
h. Letter of Intent – Submit this form for each DBE subcontractor to be used. 28 of 48
The form included in these Bid Documents must be used; no substitute will
be accepted.
i. Restrictions of Federal Public Works Projects – The form included in these 29 of 48
Bid Documents must be used; no substitute will be accepted.
j. Bidders Certification – The form included in these Bid Documents must be 31 of 48
used; no substitute will be accepted.
k. Buy American Certification – The forms included in these Bid Documents 35 of 48
must be used; no substitutes will be accepted.
l. Bidder’s List – The form included in these Bid Documents must be used; no 37 of 48
substitute will be accepted.
m. Local Agency Subcontractor List - This form is available at 39 of 48
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.
n. Proposal for Incorporating Recycled Materials into the Project – The form 41 of 48
included in these Bid Documents must be used; no substitute will be
accepted.
o. Contractor Certification, Wage Law Compliance – Responsibility Criteria, 43 of 48
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.
p. Proposal Signature Page – The form included in these Bid Documents must 45 of 48
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.
Taxiway A Rehabilitation and Associated Improvements Checklist for Bidders
Page 3 of 3 2025
q. Acknowledgement of Addenda – Acknowledge receipt of all Addenda on 45 of 48
Proposal Signature Page. Bidders are strongly encouraged to contact the
Airport to verify that all addenda are in hand prior to submittal of the bid
package.
r. Proposal Bid Bond – The form included in these Bid Documents must be 47 of 48
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.
s. Contractor’s Qualification Statement in accordance with General Provision See Part V
Section 20-02, including “Evidence of Competency” and “Evidence of
Financial Responsibility.”
2. Contract Checklist
The following documents are to be executed by the successful Bidder after the Contract is
awarded. (See Part IV – Agreement Forms.)
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. Certificates of Insurance – To be executed by an insurance company acceptable to the
City, on ACORD Forms. Required coverages are listed in the Supplementary Conditions.
The City of Renton shall be named as “Additional Insured” on the insurance policies as
well as the entities listed in the Supplementary Conditions.
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Summary of Fair Practices Policy
2025
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Summary of American Disabilities Act Policy
2025
THIS PAGE INTENTIONALLY LEFT BLANK
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 1
FAA
Airports
Contract Provisions for Obligated Sponsors and Airport
Improvement Program Projects
(Issued on May 24, 2023)
Contents
A1 ACCESS TO RECORDS AND REPORTS ......................................................................................... 2
A2 AFFIRMATIVE ACTION REQUIREMENT ...................................................................................... 3
A3 BREACH OF CONTRACT TERMS ................................................................................................. 4
A4 BUY AMERICAN PREFERENCE .................................................................................................... 5
A5 CIVIL RIGHTS - GENERAL ............................................................................................................ 9
A6 CIVIL RIGHTS – TITLE VI ASSURANCE ....................................................................................... 10
A7 CLEAN AIR AND WATER POLLUTION CONTROL ...................................................................... 13
A8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS ............................ 14
A9 COPELAND “ANTI-KICKBACK” ACT ........................................................................................... 15
A10 DAVIS-BACON REQUIREMENTS ............................................................................................... 16
A11 DEBARMENT AND SUSPENSION .............................................................................................. 22
A12 DISADVANTAGED BUSINESS ENTERPRISE ............................................................................... 23
A13 DISTRACTED DRIVING .............................................................................................................. 25
A14 PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT ............................................................................................................................. 26
A15 EQUAL EMPLOYMENT OPPORTUNITY (EEO) ........................................................................... 27
A16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) ................................... 33
A17 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES ............................................................. 34
A18 PROHIBITION OF SEGREGATED FACILITIES .............................................................................. 35
A19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 ............................................................... 36
A20 PROCUREMENT OF RECOVERED MATERIALS .......................................................................... 37
A21 TAX DELINQUENCY AND FELONY CONVICTIONS ..................................................................... 38
A22 TERMINATION OF CONTRACT ................................................................................................. 39
A23 TRADE RESTRICTION CERTIFICATION ...................................................................................... 41
A24 VETERAN’S PREFERENCE ......................................................................................................... 43
A25 DOMESTIC PREFERENCES FOR PROCUREMENTS .................................................................... 44
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 2
A1 ACCESS TO RECORDS AND REPORTS
A1.1 SOURCE
2 CFR § 200.334
2 CFR § 200.337
FAA Order 5100.38
A1.2 CONTRACT CLAUSE
ACCESS TO RECORDS AND REPORTS
The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide
the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any
of their duly authorized representatives access to any books, documents, papers and records of the
Contractor which are directly pertinent to the specific contract for the purpose of making audit,
examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and
reports required under this contract for a period of not less than three years after final payment is made
and all pending matters are closed.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 3
A2 AFFIRMATIVE ACTION REQUIREMENT
A2.1 SOURCE
41 CFR Part 60-4; Executive Order 11246
A2.2 SOLICITATION CLAUSE
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO
ENSURE EQUAL EMPLOYMENT OPPORTUNITY
1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard
Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as
follows:
Timetables
Goals for minority participation for each trade: %
Goals for female participation in each trade: %
These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the Contractor
also is subject to the goals for both its federally involved and nonfederally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours
of minority and female employment and training must be substantially uniform throughout the length of
the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities
and women evenly on each of its projects. The transfer of minority or female employees or trainees
from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s
goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in
excess of $10,000 at any tier for construction work under the contract resulting from this solicitation.
The notification shall list the name, address, and telephone number of the subcontractor; employer
identification number of the subcontractor; estimated dollar amount of the subcontract; estimated
starting and completion dates of the subcontract; and the geographical area in which the subcontract is
to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is City of
Renton, King County, Washington.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 4
A3 BREACH OF CONTRACT TERMS
A3.1 SOURCE
2 CFR Part 200, Appendix II(A)
A3.2 CONTRACT CLAUSE
BREACH OF CONTRACT TERMS
Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to
enforce the rights of the parties of this agreement.
Owner will provide Contractor written notice that describes the nature of the breach and corrective
actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the
right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner
elects to terminate the contract. The Owner’s notice will identify a specific date by which the Contractor
must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to
correct the breach by the deadline indicated in the Owner’s notice.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies
otherwise imposed or available by law.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 5
A4 BUY AMERICAN PREFERENCE
A4.1 SOURCE
Title 49 USC § 50101
Executive Order 14005, Ensuring the Future is Made in All of America by All of America’s Workers
Bipartisan Infrastructure Law (Pub. L. No. 117-58), Build America, Buy America (BABA)
A4.2 SOLICITATION CLAUSES
A4.2.1 Certification of Compliance with FAA Buy American
Preference Statement
FAA BUY AMERICAN PREFERENCE
The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other
related Made in America Laws,1 U.S. statutes, guidance, and FAA policies, which provide that Federal
funds may not be obligated unless all iron, steel and manufactured goods used in AIP funded projects
are produced in the United States, unless the Federal Aviation Administration has issued a waiver for
the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition
Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list.
The bidder or offeror must complete and submit the certification of compliance with FAA’s Buy
American Preference, BABA and Made in America laws included herein with their bid or offer. The
Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed
certification of compliance with FAA’s Buy American Preference and BABA.
The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or
supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious
materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or
consist primarily of: non-ferrous metals; plastic and polymer-based products (including
polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass
(including optic glass); lumber; or drywall used in the project are manufactured in the U.S.
1 Per Executive Order 14005 “Made in America Laws” means all statutes, regulations, rules, and Executive Orders
relating to federal financial assistance awards or federal procurement, including those that refer to “Buy America” or
“Buy American,” that require, or provide a preference for, the purchase or acquisition of goods, products, or
materials produced in the United States, including iron, steel, and manufactured products offered in the United
States.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 6
A4.2.2 Certification of Compliance with FAA Buy
American Preference – Construction Projects
As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this
certification statement with its proposal. The bidder or offeror must indicate how it intends to comply
with 49 USC § 50101, BABA and other related Made in America Laws, U.S. statutes, guidance, and
FAA policies, by selecting one of the following certification statements. These statements are mutually
exclusive. Bidder must select one or the other (i.e., not both) by inserting a checkmark () or the letter
“X”.
Bidder or offeror hereby certifies that it will comply with 49 USC § 50101, BABA and other
related U.S. statutes, guidance, and policies of the FAA by:
a) Only installing iron, steel and manufactured products produced in the United States;
b) Only installing construction materials defined as: an article, material, or supply – other
than an item of primarily iron or steel; a manufactured product; cement and cementitious
materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or
additives that are or consist primarily of non-ferrous metals; plastic and polymer-based
products (including polyvinylchloride, composite building materials, and polymers used
in fiber optic cables); glass (including optic glass); lumber or drywall that have been
manufactured in the United States.
c) Installing manufactured products for which the Federal Aviation Administration (FAA)
has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy
American Waivers Issued listing; or
d) Installing products listed as an Excepted Article, Material or Supply in Federal
Acquisition Regulation Subpart 25.108.
By selecting this certification statement, the bidder or offeror agrees:
a) To provide to the Airport Sponsor or the FAA evidence that documents the source and
origin of the iron, steel, and/or manufactured product.
b) To faithfully comply with providing U.S. domestic products.
c) To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
d) Certify that all construction materials used in the project are manufactured in the U.S.
The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American
Preferences of 49 USC § 50101(a) but may qualify for a Type 3 or Type 4 waiver under 49 USC
§ 50101(b). By selecting this certification statement, the apparent bidder or offeror with the
apparent low bid agrees:
a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as
the responsive bidder, a formal waiver request and required documentation that supports
the type of waiver being requested.
b) That failure to submit the required documentation within the specified timeframe is cause
for a non-responsive determination that may result in rejection of the proposal.
c) To faithfully comply with providing U.S. domestic products at or above the approved
U.S. domestic content percentage as approved by the FAA.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 7
d) To furnish U.S. domestic product for any waiver request that the FAA rejects.
e) To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
Required Documentation
Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or
manufactured goods are not available in sufficient quantity or quality in the United States. The required
documentation for the Nonavailability waiver is
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire
b) Record of thorough market research, consideration where appropriate of qualifying alternate
items, products, or materials including;
c) A description of the market research activities and methods used to identify domestically
manufactured items capable of satisfying the requirement, including the timing of the research
and conclusions reached on the availability of sources.
Type 3 Waiver – The cost of components and subcomponents produced in the United States is more
than 60 percent of the cost of all components and subcomponents of the “facility/project.” The required
documentation for a Type 3 waiver is:
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including;
b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content
(excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and
products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown
origin must be considered as non-domestic products in their entirety).
c) Cost of non-domestic components and subcomponents, excluding labor costs associated with
final assembly and installation at project location.
d) Percentage of non-domestic component and subcomponent cost as compared to total “facility”
component and subcomponent costs, excluding labor costs associated with final assembly and
installation at project location.
Type 4 Waiver (Unreasonable Costs) - Applying this provision for iron, steel, manufactured goods or
construction materials would increase the cost of the overall project by more than 25 percent. The
required documentation for this waiver is:
a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from
b) At minimum two comparable equal bids and/or offers;
c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005,
indicates that no domestic source exists for the project and/or component;
d) Completed waiver applications for each comparable bid and/or offer.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 8
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of
the Federal Aviation Administration and the making of a false, fictitious, or fraudulent certification may
render the maker subject to prosecution under Title 18, United States Code.
Date Signature
Company Name Title
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 9
A5 CIVIL RIGHTS - GENERAL
A5.1 SOURCE
49 USC § 47123
A5.2 CONTRACT CLAUSES
A5.2.1 General Clause that is used for Contracts, Lease
Agreements, and Transfer Agreements
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 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.
A5.2.2 Specific Clause that is used for General Contract
Agreements
The above provision binds the Contractor and subcontractors from the bid solicitation period through
the completion of the contract.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 10
A6 CIVIL RIGHTS – TITLE VI ASSURANCE
A6.1 SOURCE
49 USC § 47123
FAA Order 1400.11
A6.2 SOLICITATION CLAUSE
A6.2.1 Title VI Solicitation Notice
Title VI Solicitation Notice:
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, 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.
A6.3 CONTRACT CLAUSES
A6.3.1 Title VI List of Pertinent Nondiscrimination Acts
and Authorities
Title VI List of Pertinent Nondiscrimination Acts and Authorities
During the performance of this contract, the Contractor, for itself, its assignees, and successors in
interest (hereinafter referred to as the “Contractor”) agrees to comply with the following non-
discrimination statutes and authorities; including but not limited to:
· Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
· 49 CFR part 21 (Non-discrimination in Federally-Assisted programs of the Department of
Transportation—Effectuation of Title VI of the Civil Rights Act of 1964);
· The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC
§ 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal-aid programs and projects);
· Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits
discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of
Disability in Programs or Activities Receiving Federal Financial Assistance);
· The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits
discrimination on the basis of age);
· Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits
discrimination based on race, creed, color, national origin, or sex);
· The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 11
or activities” to include all of the programs or activities of the Federal-aid recipients, sub-
recipients and contractors, whether such programs or activities are Federally funded or not);
· Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq)
(prohibit discrimination on the basis of disability in the operation of public entities, public and
private transportation systems, places of public accommodation, and certain testing entities) as
implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;
· The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
· Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations (ensures nondiscrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high and
adverse human health or environmental effects on minority and low-income populations);
· Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure compliance with Title VI, you must
take reasonable steps to ensure that LEP persons have meaningful access to your programs [70
Fed. Reg. 74087 (2005)];
· Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 USC § 1681, et seq).
A6.3.2 Nondiscrimination Requirements/Title VI Clauses
for Compliance
Compliance with Nondiscrimination Requirements:
During the performance of this contract, the Contractor, for itself, its assignees, and successors in
interest (hereinafter referred to as the “Contractor”), agrees as follows:
1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will
comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they
may be amended from time to time, which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by it during the
contract, will not discriminate on the grounds of race, color, national origin (including limited
English proficiency), creed, sex (including sexual orientation and gender identity), age, or
disability in the selection and retention of subcontractors, including procurements of
materials and leases of equipment. The Contractor will not participate directly or indirectly
in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including
employment practices when the contract covers any activity, project, or program set forth in
Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In
all solicitations, either by competitive bidding or negotiation made by the Contractor for work
to be performed under a subcontract, including procurements of materials, or leases of
equipment, each potential subcontractor or supplier will be notified by the Contractor of the
contractor’s obligations under this contract and the Nondiscrimination Acts and Authorities
on the grounds of race, color, or national origin.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 12
4. Information and Reports: The Contractor will provide all information and reports required
by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to
its books, records, accounts, other sources of information, and its facilities as may be
determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain
compliance with such Nondiscrimination Acts and Authorities and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal
Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain
the information.
5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the non-
discrimination provisions of this contract, the Sponsor will impose such contract sanctions as
it or the Federal Aviation Administration may determine to be appropriate, including, but not
limited to:
a. Withholding payments to the Contractor under the contract until the Contractor
complies; and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one
through six in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant
thereto. The Contractor will take action with respect to any subcontract or procurement as
the Sponsor or the Federal Aviation Administration may direct as a means of enforcing such
provisions including sanctions for noncompliance. Provided, that if the Contractor becomes
involved in, or is threatened with litigation by a subcontractor, or supplier because of such
direction, the Contractor may request the Sponsor to enter into any litigation to protect the
interests of the Sponsor. In addition, the Contractor may request the United States to enter
into the litigation to protect the interests of the United States.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 13
A7 CLEAN AIR AND WATER POLLUTION CONTROL
A7.1 SOURCE
2 CFR Part 200, Appendix II(G)
42 USC § 7401, et seq
33 USC § 1251, et seq
A7.2 CONTRACT CLAUSE
CLEAN AIR AND WATER POLLUTION CONTROL
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the
Clean Air Act (42 USC §§ 7401-7671q) and the Federal Water Pollution Control Act as amended
(33 USC §§ 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon
discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA)
and the Federal Aviation Administration.
Contractor must include this requirement in all subcontracts that exceed $150,000.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 14
A8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT
REQUIREMENTS
A8.1 SOURCE
2 CFR Part 200, Appendix II(E); 2 CFR § 5.5(b; 40 USC § 3702; 40 USC § 3704
A8.2 CONTRACT CLAUSE
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
1. Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic,
including watchmen and guards, in any workweek in which he or she is employed on such work to work
in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a
rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek.
2. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and
any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor
and subcontractor shall be liable to the United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the
sum of $29 for each calendar day on which such individual was required or permitted to work in excess
of the standard workweek of forty hours without payment of the overtime wages required by the clause
set forth in paragraph (1) of this clause.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to be withheld,
from any moneys payable on account of work performed by the contractor or subcontractor under any
such contract or any other Federal contract with the same prime contractor, or any other federally-
assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the
same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth
in paragraph (2) of this clause.
4. Subcontractors.
The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1)
through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 15
A9 COPELAND “ANTI-KICKBACK” ACT
A9.1 SOURCE
2 CFR Part 200, Appendix II(D)
29 CFR Parts 3 and 5
A9.2 CONTRACT CLAUSE
COPELAND “ANTI-KICKBACK” ACT
Contractor must comply with the requirements of the Copeland “Anti-Kickback” Act (18 USC 874 and
40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and
subcontractors are prohibited from inducing, by any means, any person employed on the project to give
up any part of the compensation to which the employee is entitled. The Contractor and each
Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee
performing on covered work during the prior week. Owner must report any violations of the Act to the
Federal Aviation Administration.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 16
A10 DAVIS-BACON REQUIREMENTS
A10.1 SOURCE
2 CFR Part 200, Appendix II(D)
29 CFR Part 5
49 USC § 47112(b)
40 USC §§ 3141-3144, 3146, and 3147
A10.2 CONTRACT CLAUSE
DAVIS-BACON REQUIREMENTS
1. Minimum Wages.
(i) All laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland
Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent
thereof) due at time of payment computed at rates not less than those contained in the wage
determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of
any contractual relationship which may be alleged to exist between the Contractor and such laborers and
mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of
the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or
mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions
made or costs incurred for more than a weekly period (but not less often than quarterly) under plans,
funds, or programs which cover the particular weekly period, are deemed to be constructively made or
incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage
rate and fringe benefits on the wage determination for the classification of work actually performed,
without regard to skill, except as provided in 29 CFR § 5.5(a)(4). Laborers or mechanics performing
work in more than one classification may be compensated at the rate specified for each classification for
the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination (including any
additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon
poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the
work in a prominent and accessible place where it can easily be seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers,
which is not listed in the wage determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits therefore only when the following criteria
have been met:
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 17
(1) The work to be performed by the classification requested is not performed by a classification in the
wage determination;
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to
the wage rates contained in the wage determination.
(B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including the
amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by
the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor,
Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the contracting
officer or will notify the contracting officer within the 30-day period that additional time is necessary.
(C) In the event the Contractor, the laborers, or mechanics to be employed in the classification, or their
representatives, and the contracting officer do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits, where appropriate), the contracting officer shall
refer the questions, including the views of all interested parties and the recommendation of the
contracting officer, to the Administrator for determination. The Administrator, or an authorized
representative, will issue a determination within 30 days of receipt and so advise the contracting officer
or will notify the contracting officer within the 30-day period that additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs
(1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification
under this contract from the first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the
benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly
cash equivalent thereof.
(iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may
consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated
in providing bona fide fringe benefits under a plan or program, Provided, that the Secretary of Labor has
found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act
have been met. The Secretary of Labor may require the Contractor to set aside in a separate account
assets for the meeting of obligations under the plan or program.
2. Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon
written request of an authorized representative of the Department of Labor withhold or cause to be
withheld from the Contractor under this contract or any other Federal contract with the same prime
contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage
requirements, which is held by the same prime contractor, so much of the accrued payments or advances
as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the Contractor or any subcontractor the full amount of wages required by the
contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 18
helper, employed or working on the site of the work, all or part of the wages required by the contract,
the Federal Aviation Administration may, after written notice to the Contractor, Sponsor, Applicant, or
Owner, take such action as may be necessary to cause the suspension of any further payment, advance,
or guarantee of funds until such violations have ceased.
3. Payrolls and Basic Records.
(i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of
the work and preserved for a period of three years thereafter for all laborers and mechanics working at
the site of the work. Such records shall contain the name, address, and social security number of each
such worker; his or her correct classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types
described in 1(b)(2)(B) of the Davis-Bacon Act); daily and weekly number of hours worked; deductions
made; and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)
that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the
Contractor shall maintain records that show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the costs
anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or
trainees under approved programs shall maintain written evidence of the registration of apprenticeship
programs and certification of trainee programs, the registration of the apprentices and trainees, and the
ratios and wage rates prescribed in the applicable programs.
(ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed a
copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if
the agency is not such a party, the Contractor will submit the payrolls to the applicant, Sponsor, or
Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls
submitted shall set out accurately and completely all of the information required to be maintained under
29 CFR § 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee (e.g., the last four digits of the employee’s social security number). The
required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is
available for this purpose from the Wage and Hour Division Web site at
https://www.dol.gov/agencies/whd/government-contracts/construction/payroll-certification or its
successor site. The prime contractor is responsible for the submission of copies of payrolls by all
subcontractors. Contractors and subcontractors shall maintain the full social security number and current
address of each covered worker and shall provide them upon request to the Federal Aviation
Administration if the agency is a party to the contract, but if the agency is not such a party, the
Contractor will submit them to the applicant, Sponsor, or Owner, as the case may be, for transmission to
the Federal Aviation Administration, the Contractor, or the Wage and Hour Division of the Department
of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is
not a violation of this section for a prime contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own records, without weekly submission to the
sponsoring government agency (or the applicant, Sponsor, or Owner).
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 19
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be provided under 29
CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and
that such information is correct and complete;
(2) That each laborer and mechanic (including each helper, apprentice, and trainee) employed on the
contract during the payroll period has been paid the full weekly wages earned, without rebate, either
directly or indirectly, and that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3;
(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe
benefits or cash equivalents for the classification of work performed, as specified in the applicable wage
determination incorporated into the contract.
(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional
Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required
by paragraph (3)(ii)(B) of this section.
(D) The falsification of any of the above certifications may subject the Contractor or subcontractor to
civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United
States Code.
(iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this
section available for inspection, copying, or transcription by authorized representatives of the Sponsor,
the Federal Aviation Administration, or the Department of Labor and shall permit such representatives
to interview employees during working hours on the job. If the Contractor or subcontractor fails to
submit the required records or to make them available, the Federal agency may, after written notice to
the Contractor, Sponsor, applicant, or Owner, take such action as may be necessary to cause the
suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the
required records upon request or to make such records available may be grounds for debarment action
pursuant to 29 CFR § 5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work
they performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and Training
Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State
Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of
probationary employment as an apprentice in such an apprenticeship program, who is not individually
registered in the program, but who has been certified by the Office of Apprenticeship Training,
Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job
site in any craft classification shall not be greater than the ratio permitted to the contractor as to the
entire work force under the registered program. Any worker listed on a payroll at an apprentice wage
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 20
rate, who is not registered or otherwise employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the wage determination for the
work actually performed. Where a contractor is performing construction on a project in a locality other
than that in which its program is registered, the ratios and wage rates (expressed in percentages of the
journeyman’s hourly rate) specified in the Contractor’s or subcontractor’s registered program shall be
observed. Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the wage determination for the
applicable classification. If the Administrator determines that a different practice prevails for the
applicable apprentice classification, fringes shall be paid in accordance with that determination. In the
event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship
Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will
no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR § 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on
the job site shall not be greater than permitted under the plan approved by the Employment and Training
Administration. Every trainee must be paid at not less than the rate specified in the approved program
for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in
the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the
provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall
be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of
the Wage and Hour Division determines that there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage determination that provides for less than full fringe
benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and
participating in a training plan approved by the Employment and Training Administration shall be paid
not less than the applicable wage rate on the wage determination for the classification of work actually
performed. In addition, any trainee performing work on the job site in excess of the ratio permitted
under the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. In the event the Employment and Training
Administration withdraws approval of a training program, the Contractor will no longer be permitted to
utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable
program is approved.
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under
this part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR Part 30.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 21
5. Compliance with Copeland Act Requirements.
The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by
reference in this contract.
6. Subcontracts.
The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR
§§ 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by
appropriate instructions require, and also a clause requiring the subcontractors to include these clauses
in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR § 5.5.
7. Contract Termination: Debarment.
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for
termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29
CFR § 5.12.
8. Compliance with Davis-Bacon and Related Act Requirements.
All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and
5 are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the general
disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of
the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this
clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency,
the U.S. Department of Labor, or the employees or their representatives.
10. Certification of Eligibility.
(i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or
firm who has an interest in the Contractor’s firm is a person or firm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR § 5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR § 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC § 1001.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 22
A11 DEBARMENT AND SUSPENSION
A11.1 SOURCE
2 CFR Part 180 (Subpart B)
2 CFR Part 200, Appendix II(H)
2 CFR Part 1200
DOT Order 4200.5
Executive Orders 12549 and 12689
A11.2 BID/PROPOSAL CERTIFICATION CLAUSES
A11.2.1 Bidder or Offeror Certification
CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its
principals are presently debarred or suspended by any Federal department or agency from participation
in this transaction.
A11.2.2 Lower Tier Contract Certification
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered
transaction”, must confirm each lower tier participant of a “covered transaction” under the project is not
presently debarred or otherwise disqualified from participation in this federally-assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov.
2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding
Debarment, above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to
a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction,
the FAA may pursue any available remedies, including suspension and debarment of the non-compliant
participant.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 23
A12 DISADVANTAGED BUSINESS ENTERPRISE
A12.1 SOURCE
49 CFR Part 26
A12.2 REQUIRED PROVISIONS
A12.2.1 Solicitation Language (Solicitations that include a
Contract Goal)
Bid Information Submitted as a matter of responsiveness:
The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith
effort requirements of 49 CFR § 26.53.
As a condition of responsiveness, the Bidder or Offeror must submit the following information with its
proposal on the forms provided herein:
1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate
in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1);
4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s)
listed under (1) to meet the Owner’s project goal
5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind
and amount of work provided in the prime contractor's commitment; and
6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts
undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The
documentation of good faith efforts must include copies of each DBE and non-DBE
subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a
DBE for work on the contract.
A12.2.2 Prime Contracts (Contracts Covered by a DBE
Program)
Contract Assurance (49 CFR § 26.13) –
The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements
of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor
to carry out these requirements is a material breach of this contract, which may result in the termination
of this contract or such other remedy as the recipient deems appropriate, which may include, but is not
limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the Contractor from future bidding as non-responsible.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 24
Prompt Payment (49 CFR § 26.29) –
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than30 days from the receipt of each payment the prime contractor
receives from the City of Renton (Owner). The prime contractor agrees further to return retainage
payments to each subcontractor within 30 days after the subcontractor’s work is satisfactorily
completed. Any delay or postponement of payment from the above referenced time frame may occur
only for good cause following written approval of the Owner. This clause applies to both DBE and non-
DBE subcontractors.
Termination of DBE Subcontracts (49 CFR § 26.53(f)) –
The prime contractor must not terminate a DBE subcontractor listed in the Proposal (or an approved
substitute DBE firm) without prior written consent of the Owner. This includes, but is not limited to,
instances in which the prime contractor seeks to perform work originally designated for a DBE
subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm.
The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials
for which each is listed unless the contractor obtains written consent from the Owner. Unless the
Owner’sconsent is provided, the prime contractor shall not be entitled to any payment for work or
material unless it is performed or supplied by the listed DBE.
The Owner may provide such written consent only if the Owner agrees, for reasons stated in the
concurrence document, that the prime contractor has good cause to terminate the DBE firm. For purposes
of this paragraph, good cause includes the circumstances listed in 49 CFR §26.53.
Before transmitting to the Owner its request to terminate and/or substitute a DBE subcontractor, the prime
contractor must give notice in writing to the DBE subcontractor, with a copy to the Owner, of its intent to
request to terminate and/or substitute, and the reason for the request.
The prime contractor must give the DBE five days to respond to the prime contractor's notice and advise
the Owner and the contractor of the reasons, if any, why it objects to the proposed termination of its
subcontract and why the Owner should not approve the prime contractor's action. If required in a
particular case as a matter of public necessity (e.g., safety), the Owner may provide a response period
shorter than five days.
In addition to post-award terminations, the provisions of this section apply to preaward deletions of or
substitutions for DBE firms put forward by offerors in negotiated procurements.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 25
A13 DISTRACTED DRIVING
A13.1 SOURCE
Executive Order 13513
DOT Order 3902.10
A13.2 CONTRACT CLAUSE
TEXTING WHEN DRIVING
In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While
Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the
Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce
safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while
driving when performing work related to a grant or subgrant.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for
its employees and other work personnel that decrease crashes by distracted drivers, including policies
that ban text messaging while driving motor vehicles while performing work activities associated with
the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding
$10,000 that involve driving a motor vehicle in performance of work activities associated with the
project.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 26
A14 PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT
A14.1 SOURCE
2 CFR § 200, Appendix II(K)
2 CFR § 200.216
A14.2 CERTIFICATION CLAUSE
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and
procurement of certain telecommunications and video surveillance services or equipment in compliance
with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)].
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 27
A15 EQUAL EMPLOYMENT OPPORTUNITY (EEO)
A15.1 SOURCE
2 CFR Part 200, Appendix II(C)
41 CFR § 60-1.4
41 CFR § 60-4.3
Executive Order 11246
A15.2 CONTRACT CLAUSE
A15.2.1 EEO Contract Clause
EQUAL OPPORTUNITY CLAUSE
During the performance of this contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take
affirmative action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or
national origin. Such action shall include, but not be limited to, the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to
post in conspicuous places, available to employees and applicants for employment, notices to be
provided setting forth the provisions of this nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive consideration for employment without
regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
(3) The contractor will not discharge or in any other manner discriminate against any employee or
applicant for employment because such employee or applicant has inquired about, discussed, or disclosed
the compensation of the employee or applicant or another employee or applicant. This provision shall not
apply to instances in which an employee who has access to the compensation information of other
employees or applicants as a part of such employee's essential job functions discloses the compensation of
such other employees or applicants to individuals who do not otherwise have access to such information,
unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation,
proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with
the contractor's legal duty to furnish information.
(4) The Contractor will send to each labor union or representative of workers with which it has a
collective bargaining agreement or other contract or understanding, a notice to be provided by the
agency contracting officer, advising the labor union or workers’ representative of the Contractor’s
commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post
copies of the notice in conspicuous places available to employees and applicants for employment.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 28
(5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The Contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the contracting agency and the
Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,
and orders.
(7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or
with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in
whole or in part and the Contractor may be declared ineligible for further Government contracts in
accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such
other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided
by law.
(8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or
purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued
pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will
be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any
subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such
provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor
becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such
direction, the Contractor may request the United States to enter into such litigation to protect the
interests of the United States.
A15.2.2 EEO Specification
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY
CONSTRUCTION CONTRACT SPECIFICATIONS
1. As used in these specifications:
a. “Covered area” means the geographical area described in the solicitation from which this
contract resulted;
b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S.
Department of Labor, or any person to whom the Director delegates authority;
c. “Employer identification number” means the Federal social security number used on the
Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. “Minority” includes:
(1) Black (all persons having origins in any of the Black African racial groups not of
Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or
other Spanish culture or origin, regardless of race);
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 29
(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the
Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through membership
and participation or community identification).
2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work
involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the
provisions of these specifications and the Notice which contains the applicable goals for minority and
female participation and which is set forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by
the U.S. Department of Labor in the covered area either individually or through an association, its
affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in
accordance with that Plan for those trades which have unions participating in the Plan. Contractors must
be able to demonstrate their participation in and compliance with the provisions of any such Hometown
Plan. Each contractor or subcontractor participating in an approved plan is individually required to
comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal
under the Plan in each trade in which it has employees. The overall good faith performance by other
contractors or subcontractors toward a goal in an approved Plan does not excuse any covered
contractor’s or subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a
through 7p of these specifications. The goals set forth in the solicitation from which this contract
resulted are expressed as percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each construction trade in
which it has employees in the covered area. Covered construction contractors performing construction
work in a geographical areas where they do not have a Federal or federally assisted construction
contract shall apply the minority and female goals established for the geographical area where the work
is being performed. Goals are published periodically in the Federal Register in notice form, and such
notices may be obtained from any Office of Federal Contract Compliance Programs office or from
Federal procurement contracting officers. The Contractor is expected to make substantially uniform
progress in meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom
the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse
the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the
goals, such apprentices and trainees must be employed by the Contractor during the training period, and
the Contractor must have made a commitment to employ the apprentices and trainees at the completion
of their training, subject to the availability of employment opportunities. Trainees must be trained
pursuant to training programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 30
achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all
sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are
aware of and carry out the Contractor’s obligation to maintain such a working environment, with
specific attention to minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its unions have employment opportunities available, and maintain a record of the
organizations’ responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority and
female off-the-street applicant and minority or female referral from a union, a recruitment source, or
community organization and of what action was taken with respect to each such individual. If such
individual was sent to the union hiring hall for referral and was not referred back to the Contractor
by the union or, if referred, not employed by the Contractor, this shall be documented in the file
with the reason therefor, along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which the
Contractor has a collective bargaining agreement has not referred to the Contractor a minority
person or woman sent by the Contractor, or when the Contractor has other information that the
union referral process has impeded the Contractor’s efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area
which expressly include minorities and women, including upgrading programs and apprenticeship
and trainee programs relevant to the Contractor’s employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor shall provide notice of these
programs to the sources compiled under 7b above.
f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting the Contractor in meeting its EEO
obligations; by including it in any policy manual and collective bargaining agreement; by
publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with
all management personnel and with all minority and female employees at least once a year; and by
posting the company EEO policy on bulletin boards accessible to all employees at each location
where construction work is performed.
g. Review, at least annually, the company’s EEO policy and affirmative action obligations under
these specifications with all employees having any responsibility for hiring, assignment, layoff,
termination, or other employment decisions including specific review of these items with onsite
supervisory personnel such superintendents, general foremen, etc., prior to the initiation of
construction work at any job site. A written record shall be made and maintained identifying the
time and place of these meetings, persons attending, subject matter discussed, and disposition of the
subject matter.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 31
h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification to
and discussing the Contractor’s EEO policy with other contractors and subcontractors with whom
the Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students and to minority and female recruitment
and training organizations serving the Contractor’s recruitment area and employment needs. Not
later than one month prior to the date for the acceptance of applications for apprenticeship or other
training by any recruitment source, the Contractor shall send written notification to organizations
such as the above, describing the openings, screening procedures, and tests to be used in the
selection process.
j. Encourage present minority and female employees to recruit other minority persons and women
and, where reasonable, provide after school, summer, and vacation employment to minority and
female youth both on the site and in other areas of a contractor’s work force.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41
CFR part 60-3.
l. Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to prepare for,
through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and other personnel
practices do not have a discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the Contractor’s obligations under
these specifications are being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that separate or single-
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and
female construction contractors and suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under the
Contractor’s EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or
more of their affirmative action obligations (7a through 7p). The efforts of a contractor association,
joint contractor-union, contractor-community, or other similar group of which the Contractor is a
member and participant may be asserted as fulfilling any one or more of its obligations under 7a through
7p of these specifications provided that the Contractor actively participates in the group, makes every
effort to assure that the group has a positive impact on the employment of minorities and women in the
industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and
female workforce participation, makes a good faith effort to meet its individual goals and timetables,
and can provide access to documentation which demonstrates the effectiveness of actions taken on
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 32
behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a
group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take affirmative
action for all minority groups, both male and female, and all women, both minority and non-minority.
Consequently, the Contractor may be in violation of the Executive Order if a particular group is
employed in a substantially disparate manner (for example, even though the Contractor has achieved its
goals for women generally, the Contractor may be in violation of the Executive Order if a specific
minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate
against any person because of race, color, religion, sex, sexual orientation, gender identity, or national
origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and
of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its
implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who
fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive
Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these
specifications, so as to achieve maximum results from its efforts to ensure equal employment
opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR
part 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to
ensure that the company EEO policy is being carried out, to submit reports relating to the provisions
hereof as may be required by the Government, and to keep records. Records shall at least include for
each employee, the name, address, telephone numbers, construction trade, union affiliation if any,
employee identification number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to the degree that existing
records satisfy this requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of
local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the
Community Development Block Grant Program).
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 33
A16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM W AGE)
A16.1 SOURCE
29 USC § 201, et seq
2 CFR § 200.430
A16.2 SOLICITATION CLAUSE
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of
29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as
if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor
standards for full and part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The
Contractor must address any claims or disputes that arise from this requirement directly with the U.S.
Department of Labor – Wage and Hour Division.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 34
A17 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
A17.1 SOURCE
31 USC § 1352 – Byrd Anti-Lobbying Amendment
2 CFR Part 200, Appendix II(I)
49 CFR Part 20, Appendix A
A17.2 CERTIFICATION CLAUSE
CERTIFICATION REGARDING LOBBYING
The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or
Offeror, to any person for influencing or attempting to influence an officer or employee of an
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of
any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in
accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 35
A18 PROHIBITION OF SEGREGATED FACILITIES
A18.1 SOURCE
2 CFR Part 200, Appendix II(C)
41 CFR Part 60-1
A18.2 CONTRACT CLAUSE
PROHIBITION OF SEGREGATED FACILITIES
(a) The Contractor agrees that it does not and will not maintain or provide for its employees any
segregated facilities at any of its establishments, and that it does not and will not permit its employees to
perform their services at any location under its control where segregated facilities are maintained. The
Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause
in this contract.
(b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and
wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing
areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing
facilities provided for employees that are segregated by explicit directive or are in fact segregated on the
basis of race, color, religion, sex, sexual orientation, gender identity, or national origin because of
written or oral policies or employee custom. The term does not include separate or single-user rest
rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes.
(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the
Equal Employment Opportunity clause of this contract.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 36
A19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
A19.1 SOURCE
29 CFR Part 1910
A19.2 CONTRACT CLAUSE
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements
of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide
a work environment that is free from recognized hazards that may cause death or serious physical harm
to the employee. The employer retains full responsibility to monitor its compliance and their
subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act
of 1970 (29 CFR Part 1910). The employer must address any claims or disputes that pertain to a
referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health
Administration.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 37
A20 PROCUREMENT OF RECOVERED MATERIALS
A20.1 SOURCE
2 CFR § 200.323
2 CFR Part 200, Appendix II(J)
40 CFR Part 247
42 USC § 6901, et seq (Resource Conservation and Recovery Act (RCRA))
A20.2 CONTRACT CLAUSE
PROCUREMENT OF RECOVERED MATERIALS
Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as
amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part
247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors
are to use products containing the highest percentage of recovered materials for items designated by the
Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever:
The contract requires procurement of $10,000 or more of a designated item during the fiscal year;
or
The contractor has procured $10,000 or more of a designated item using Federal funding during
the previous fiscal year.
The list of EPA-designated items is available at www.epa.gov/smm/comprehensive-procurement-
guidelines-construction-products.
Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the
contractor can demonstrate the item is:
a) Not reasonably available within a timeframe providing for compliance with the contract
performance schedule;
b) Fails to meet reasonable contract performance requirements; or
c) Is only available at an unreasonable price.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 38
A21 TAX DELINQUENCY AND FELONY CONVICTIONS
A21.1 SOURCE
Section 8113 of the Consolidated Appropriations Act, 2022 (Public Law 117-103) and similar provisions
in subsequent appropriations acts.
DOT Order 4200.6 – Appropriations Act Requirements for Procurement and Non-Procurement
Regarding Tax Delinquency and Felony Convictions
A21.2 CERTIFICATION CLAUSE
CERTIFICATION OF OFFEROR/BIDDER REGARDING TAX DELINQUENCY AND
FELONY CONVICTIONS
The applicant must complete the following two certification statements. The applicant must indicate its
current status as it relates to tax delinquency and felony conviction by inserting a checkmark () in the
space following the applicable response. The applicant agrees that, if awarded a contract resulting from
this solicitation, it will incorporate this provision for certification in all lower tier subcontracts.
Certifications
The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax
liability that has been assessed, for which all judicial and administrative remedies have been
exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement
with the authority responsible for collecting the tax liability.
The applicant represents that it is ( ) is not ( ) a corporation that was convicted of a criminal
violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is
ineligible to receive an award unless the Sponsor has received notification from the agency suspension
and debarment official (SDO) that the SDO has considered suspension or debarment and determined
that further action is not required to protect the Government’s interests. The applicant therefore must
provide information to the owner about its tax liability or conviction to the Owner, who will then notify
the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of
the required considerations before award decisions are made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twenty four (24)
months of a felony criminal violation under any Federal law and includes conviction of an
offense defined in a section of the U.S. Code that specifically classifies the offense as a felony
and conviction of an offense that is classified as a felony under 18 USC § 3559.
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed,
for which all judicial and administrative remedies have been exhausted, or have lapsed, and that
is not being paid in a timely manner pursuant to an agreement with the authority responsible for
collecting the tax liability.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 39
A22 TERMINATION OF CONTRACT
A22.1 SOURCE
2 CFR Part 200, Appendix II(B)
FAA Advisory Circular 150/5370-10, Section 80-09
A22.2 CONTRACT CLAUSES
A22.2.1 Termination for Convenience
TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS)
The Owner may terminate this contract in whole or in part at any time by providing written notice to the
Contractor. Such action may be without cause and without prejudice to any other right or remedy of
Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the
Contractor shall immediately proceed with the following obligations regardless of any delay in
determining or adjusting amounts due under this clause:
1. Contractor must immediately discontinue work as specified in the written notice.
2. Terminate all subcontracts to the extent they relate to the work terminated under the notice.
3. Discontinue orders for materials and services except as directed by the written notice.
4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially
completed work, supplies, equipment and materials acquired prior to termination of the work,
and as directed in the written notice.
5. Complete performance of the work not terminated by the notice.
6. Take action as directed by the Owner to protect and preserve property and work related to this
contract that Owner will take possession.
Owner agrees to pay Contractor for:
1. Completed and acceptable work executed in accordance with the contract documents prior to
the effective date of termination;
2. Documented expenses sustained prior to the effective date of termination in performing work
and furnishing labor, materials, or equipment as required by the contract documents in
connection with uncompleted work;
3. Reasonable and substantiated claims, costs, and damages incurred in settlement of terminated
contracts with Subcontractors and Suppliers; and
4. Reasonable and substantiated expenses to the Contractor directly attributable to Owner’s
termination action.
Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising
out of or resulting from the Owner’s termination action.
The rights and remedies this clause provides are in addition to any other rights and remedies provided
by law or under this contract.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 40
A22.2.2 Termination for Default
TERMINATION FOR CAUSE (CONSTRUCTION)
Section 80-09 of FAA Advisory Circular 150/5370-10 establishes standard language for conditions,
rights, and remedies associated with Owner termination of this contract for cause due to default of the
Contractor.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 41
A23 TRADE RESTRICTION CERTIFICATION
A23.1 SOURCE
49 USC § 50104
49 CFR Part 30
A23.2 SOLICITATION CLAUSE
TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror –
1) is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States
Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that is
a citizen or national of a foreign country included on the list of countries that discriminate
against U.S. firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal project that is
produced in a foreign country included on the list of countries that discriminate against U.S.
firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor
learns that its certification or that of a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Contractor must require subcontractors provide
immediate written notice to the Contractor if at any time it learns that its certification was erroneous by
reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the USTR; or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such USTR list; or
3) who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and
information of a contractor is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 42
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in all lower tier subcontracts. The Contractor may rely
on the certification of a prospective subcontractor that it is not a firm from a foreign country included on
the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has
knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of
the contract or subcontract for default at no cost to the Owner or the FAA.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 43
A24 VETERAN’S PREFERENCE
A24.1 SOURCE
49 USC § 47112(c)
A24.2 CONTRACT CLAUSE
VETERAN’S PREFERENCE
In the employment of labor (excluding executive, administrative, and supervisory positions), the
Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title
49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf
veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by
15 USC § 632) owned and controlled by disabled veterans. This preference only applies when there are
covered veterans readily available and qualified to perform the work to which the employment relates.
Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on May 24, 2023 Page 44
A25 DOMESTIC PREFERENCES FOR PROCUREMENTS
A25.1 SOURCE
2 CFR § 200.322
2 CFR Part 200, Appendix II(L)
A25.2 CERTIFICATION CLAUSE
CERTIFICATION REGARDING DOMESTIC PREFERENCES FOR PROCUREMENTS
The Bidder or Offeror certifies by signing and submitting this bid or proposal that, to the greatest extent
practicable, the Bidder or Offeror has provided a preference for the purchase, acquisition, or use of
goods, products, or materials produced in the United States (including, but not limited to, iron,
aluminum, steel, cement, and other manufactured products) in compliance with 2 CFR § 200.322.
Taxiway A Rehabilitation and Associated Improvements Proposal Cover
Proposal - 1 of xx 2025
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
III. PROJECT PROPOSAL
Project Name: Taxiway A Rehabilitation and Associated Improvements
City Contract Number: CAG-25-098
Company:
Address:
Telephone No.:
Fax No.:
Total Bid Amount (Award Alternative #1, including tax): _______________________________
Total Bid Amount (Award Alternative #2, including tax): _______________________________
Total Bid Amount (Award Alternative #3, including tax): _______________________________
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Proposal Cover
Proposal - 3 of xx 2025
PROPOSAL
Taxiway A Rehabilitation and Associated Improvements
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 150 calendar days
after the opening of bids, as specified in Section 30-02 of the General Provisions. Contract Award
may be extended beyond 150 days if mutually agreed upon by the City and the Bidder.
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 the allowed contract
time. For information on Notice to Proceed dates and contract times for each phase of work,
see Information for Bidders, Section 80-08 of the General Provisions, and the Construction
Safety and Phasing Plan Drawings.
Contract time shall begin on the first calendar day following the Notice to Proceed date. Bidder
hereby agrees to complete submittals and order materials for 2026 construction by November
30, 2025.
THIS PAGE INTENTIONALLY LEFT BLANK
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
1 CONTRACTOR QUALITY CONTROL PROGRAM
(CQCP)C-100 LS 1
2 FOD PREVENTION CONTROLS C-101 LS 1
3 CATCH BASIN PROTECTION C-102 EA 63
4 INTERCEPTER BERM C-102 LF 5,623
5 EROSION CONTROL BLANKET C-102 SY 43
6 WHEEL WASH C-102 EA 5
7 SILT FENCE C-102 LF 245
8 SEDIMENT TRAP C-102 EA 1
9 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
10 MOBILIZATION C-105 LS 1
11 TEMPORARY TRAFFIC CONTROL C-106 LS 1
12 CONSTRUCTION STAKING C-140 LS 1
13 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 23,700
14 ASPHALT PAVEMENT REMOVAL - 8 TO 14 INCH
THICKNESS P-101 SY 2,750
15 COLD MILLING - VARIABLE DEPTH (2 INCH NOMINAL)P-101 SY 8,595
16 COLD MILLING - VARIABLE DEPTH (4 INCH NOMINAL)P-101 SY 2,608
17 OVERLAY BASE PREPARATION P-101 SY 1,120
18 TRENCH UNDERLAYMENT REMOVAL AND
RESTORATION P-101 SY 960
19 CRACK SEALING P-101 FA 1 15,000.00$ 15,000.00$
20 TRENCH EXCAVATION SAFETY SYSTEMS P-102 LS 1
21 UTILITY POTHOLING P-103 EA 43
22 UNCLASSIFIED EXCAVATION - WITH PCC
UNDERLAYMENT P-152 CY 6,520
23 UNCLASSIFIED EXCAVATION - WITHOUT PCC
UNDERLAYMENT P-152 CY 5,120
24 EMBANKMENT IN PLACE P-152 CY 910
25 UNSUITABLE EXCAVATION P-152 CY 2,860
26 CONTAMINATED SOIL REMOVAL AND DISPOSAL P-152 CY 410
27 STRIPPING P-152 CY 1,175
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: BASE BID - PHASE 1
SCHEDULE OF PRICES
Taxiway A Rehabilitation and Associated Improvements
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
20255 of 48
(AIP-Eligible)
28 QUARRY SPALLS P-152 CY 1,910
29 DEWATERING P-152 LS 1
30 CRUSHED AGGREGATE BASE COURSE P-209 CY 7,300
31 CHOKE STONE P-209 CY 960
32 SEPARATION GEOTEXTILE P-209 SY 33,460
33 BIAXIAL GEOGRID P-311 SY 5,700
34 ASPHALT SURFACE COURSE P-401 TON 8,640
35 ASPHALT LEVELING COURSE P-401 TON 100
36 ASPHALT BASE COURSE P-403 TON 8,780
37 HMA CL. 1/2 IN. PG 58H-22 FOR FINAL TRENCH
PATCH P-405 TON 20
38 COMMERCIAL HMA FOR TEMPORARY TRENCH
PATCH (2-IN. MIN.)P-405 TON 3
39 2-IN. HMA CL. 1/2 IN. PG 58H-22 FOR OVERLAY P-405 TON 3
40 CRUSHED SURFACING TOP COURSE P-405 TON 14
41 CEMENT CONC. SIDEWALK P-502 SY 20
42 CEMENT CONC. CURB AND GUTTER P-503 LF 15
43 CEMENT CONC. GUTTER P-503 LF 10
44 EMULSIFIED ASPHALT TACK COAT P-603 TON 35
45 CONCRETE FOR TRANSITION SLABS P-610 SY 110
46 PAVEMENT MARKING REMOVAL P-620 SF 1,120
47 INITIAL MARKINGS P-620 SF 11,480
48 PERMANENT MARKINGS1 P-620 SF 5,660
49 REFLECTIVE PERMANENT MARKINGS P-620 SF 14,000
50 PAINT LINE P-625 LF 10
51 12-INCH REINFORCED CONCRETE PIPE D-701 LF 299
52 12-INCH DUCTILE IRON PIPE D-701 LF 1,396
53 REMOVE EXISTING STORM DRAINAGE PIPE D-701 LF 1,033
54 CONNECT TO EXISTING STORM STRUCTURE D-701 EA 12
55 ABANDON EXISTING STORM DRAINAGE PIPE D-701 LF 316
56 CONNECT EXISTING PIPE TO NEW STRUCTURE D-701 EA 4
57A TRENCHLESS PIPE REPAIR D-701 FA 1 75,000.00$ 75,000.00$
57B REMOVE PIPE SEDIMENT D-701 LF 689
58 6-INCH CONVENTIONAL UNDERDRAIN D-705 LF 4,031
59 UNDERDRAIN CLEANOUT D-705 EA 60
60 6-INCH UNDERDRAIN OUTFALL PIPE D-705 LF 683
1If Schedule B is awarded, plan quantity for Bid Item 48 Permanent Markings will be reduced to 570 SF.
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
20256 of 48
61 REMOVE EXISTING CATCH BASIN D-751 EA 12
62 CB TYPE 1 D-751 EA 18
63 CB TYPE 2 - 48" AIRCRAFT RATED D-751 EA 1
64 ADJUST STRUCTURE TO GRADE (PAVEMENT)D-751 EA 2
65 ADJUST STRUCTURE TO GRADE (GRASS INFIELD)D-751 EA 2
66 AIRFIELD ELECTRICAL SYSTEM DEMOLITION AND
SALVAGE L-100 LS 1
67 BARE #6 CU COUNTERPOISE CABLE INSTALLED IN
TRENCH OR BORE INCLUDING GROUND RODS L-108 LF 1,410
68 NEW L-824 TYPE C #8, 5 KV CABLE INSTALLED IN
EXISTING OR NEW CONDUIT L-108 LF 13,345
69
INSTALL NEW 7.5 KW FERRORESONANT CONSTANT
CURRENT REGULATOR IN AIRFIELD LIGHTING
VAULT2
L-109 EA 1
70 AIRFIELD LIGHTING VAULT SPACE UTILITIZATION
IMPROVEMENTS3 L-109 EA 1
71 (1) 2" PVC SCH 40, DIRECT BURIED L-110 LF 1,070
72 (1) 2" PVC SCH 40, CONCRETE ENCASED L-110 LF 180
73 (2) 2" PVC SCH 40, CONCRETE ENCASED L-110 LF 160
74 INSTALL NEW AIRCRAFT LOAD RATED CONCRETE
HANDHOLE L-115 EA 1
75
SALVAGE EXISTING IN-PAVEMENT L-850C RUNWAY
EDGE LIGHT AND REINSTALL ON EXISTING L-868
BASE CAN
L-125 EA 2
76
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE ON EXISTING L-867 BASE CAN4
L-125 EA 65
77
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE INCLUDING BASE CAN
EXTENSION/SPACER RINGS ON EXISTING L-867
BASE CAN5
L-125 EA 7
78
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE ON NEW L-867 BASE CAN
L-125 EA 12
79
INSTALL NEW L-852T(L) LED IN-PAVEMENT TAXIWAY
EDGE LIGHT WITH NEW ISOLATION TRANSFORMER
ON NEW L-868 BASE CAN
L-125 EA 3
80
INSTALL NEW SIZE 2, 1 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON EXISTING CONCRETE
FOUNDATION
L-125 EA 3
81
INSTALL NEW SIZE 2, 2 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON EXISTING CONCRETE
FOUNDATION
L-125 EA 3
82
INSTALL NEW SIZE 2, 4 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON EXISTING CONCRETE
FOUNDATION
L-125 EA 4
2If Schedule D is awarded, plan quantity for Bid Item 69 Install New 7.5 kW Ferroresonant Constant Current Regulator in Airfield
Lighting Vault will be reduced to 0 EA.
3If Schedule D is awarded, plan quantity for Bid Item 70 Airfield Lighting Vault Space Utilitization Improvements will be reduced to 0 EA.
4If Schedule F is awarded, plan quantity for Bid Item 76 Install New L-861T(L) LED Taxiway Edge Light with New Isolation Transformer
and Hardware on Existing L-867 Base Can will be reduced to 0 EA.
5If Schedule F is awarded, plan quantity for Bid Item 77 Install New L-861T(L) LED Taxiway Edge Light with New Isolation Transformer
and Hardware including Base Can Extension/Spacer Rings on Existing L-867 Base Can will be reduced to 0 EA.
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
20257 of 48
83
INSTALL NEW SIZE 2, 2 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON NEW CONCRETE FOUNDATION
L-125 EA 1
84 SEEDING T-901 AC 2.2
85 MULCH T-901 AC 3.3
86 TOPSOIL T-905 CY 885
87 RESTRAINED DUCTILE IRON PIPE CLASS 52 FOR
WATER MAIN, 6 INCH DIAM.W-100 LF 52
88 ABANDON EXISTING FIRE WATERLINE (CLSM)W-100 LS 1
89 ADJUST METER BOX W-100 EA 1
90 ADJUST DOUBLE CHECK VALVE ASSEMBLY (DCVA)
BOX W-100 EA 1
91 REMOVAL OF EXISTING 48 IN. DIAM. WATER
MANHOLE AND GATE VALVE W-100 EA 3
92 12"X6" TAPPING TEE AND VALVE W-101 EA 1
93 16"X6" TAPPING TEE AND VALVE W-101 EA 1
94 HYDRANT ASSEMBLY W-102 EA 2
95 BOLLARD W-102 EA 4
96 REMOVAL OF EXISTING ABOVE GRADE FIRE
HYDRANT W-102 EA 3
97 REMOVAL OF EXISTING BELOW GRADE FIRE
HYDRANT W-102 EA 6
SCHEDULE A Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE A TOTAL BID AMOUNT =
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
20258 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
98 FOD PREVENTION CONTROLS C-101 LS 1
99 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
100 MOBILIZATION C-105 LS 1
101 CONSTRUCTION STAKING C-140 LS 1
102 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 120
103 COLD MILLING - VARIABLE DEPTH (4 INCH NOMINAL)P-101 SY 9,530
104 OVERLAY BASE PREPARATION P-101 SY 7,150
105 ASPHALT SURFACE COURSE P-401 TON 2,310
106 ASPHALT LEVELING COURSE P-401 TON 15
107 EMULSIFIED ASPHALT TACK COAT P-603 TON 5.6
108 INITIAL MARKINGS P-620 SF 3,390
109 REFLECTIVE PERMANENT MARKINGS P-620 SF 4,600
110 12-INCH REINFORCED CONCRETE PIPE6 D-701 LF 399
111 12-INCH DUCTILE IRON PIPE7 D-701 LF 198
112 CONNECT EXISTING PIPE TO NEW STRUCTURE8 D-701 EA 3
113 CB TYPE 3 - AIRCRAFT RATED9 D-751 EA 8
114 CB TYPE 4 - AIRCRAFT RATED SMH10 D-751 EA 2
SCHEDULE B Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE B TOTAL BID AMOUNT =
6If Schedule C is not awarded, plan quantity for Bid Item 110 12-Inch Reinforced Concrete Pipe will be reduced to 188 LF.
7If Schedule C is not awarded, plan quantity for Bid Item 111 12-Inch Ductile Iron Pipe will be reduced to 0 LF.
8If Schedule C is not awarded, plan quantity for Bid Item 112 Connect Existing Pipe to New Structure will be reduced to 2 EA.
9If Schedule C is not awarded, plan quantity for Bid Item 113 CB Type 3 - AIRCRAFT RATED will be reduced to 3 EA.
10If Schedule C is not awarded, plan quantity for Bid Item 114 CB Type 4 - AIRCRAFT RATED SMH will be reduced to 1 EA.
SCHEDULE B: ADDITIVE PAVEMENT REHABILITATION -PHASE 1 (AIP ELIGIBLE)
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
20259 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
115 FOD PREVENTION CONTROLS C-101 LS 1
116 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
117 MOBILIZATION C-105 LS 1
118 CONSTRUCTION STAKING C-140 LS 1
119 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 680
120 COLD MILLING - VARIABLE DEPTH (4 INCH NOMINAL)P-101 SY 6,860
121 OVERLAY BASE PREPARATION P-101 SY 5,140
122 ASPHALT SURFACE COURSE P-401 TON 1,810
123 ASPHALT LEVELING COURSE P-401 TON 5
124 EMULSIFIED ASPHALT TACK COAT P-603 TON 4
125 INITIAL MARKINGS P-620 SF 3,060
126 CONNECT EXISTING PIPE TO NEW STRUCTURE D-701 EA 2
127 REMOVE EXISTING CATCH BASIN D-751 EA 2
128 CB TYPE 4 - AIRCRAFT RATED SMH D-751 EA 2
SCHEDULE C Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE C TOTAL BID AMOUNT =
SCHEDULE C: ADDITIVE PAVEMENT REHABILITATION - PHASE 1 (NON-AIP ELIGIBLE)
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202510 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
129 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
130 MOBILIZATION C-105 LS 1
131 CONSTRUCTION STAKING C-140 LS 1
132 NEW AIRFIELD LIGHTING VAULT BUILDING L-109 LS 1
133 DEMOLISH EXISTING AIRFIELD LIGHTING VAULT
BUILDING L-109 LS 1
134
INSTALL NEW 7.5KW FERRORESONANT CONSTANT
CURRENT REGULATOR IN AIRFIELD LIGHTING
VAULT
L-109 EA 3
135
INSTALL NEW 10KW FERRORESONANT CONSTANT
CURRENT REGULATOR IN AIRFIELD LIGHTING
VAULT
L-109 EA 1
136 NEW L-841 RELAY CABINET L-109 EA 1
137 NEW L-854 PILOT CONTROLLED RADIO L-109 EA 2
138 NEW AIRFIELD LIGHTING PATCH PANEL L-109 EA 1
139 RELOCATE EXISTING PAPIS & REILS BOOST
TRANSFORMER L-109 EA 1
140 RELOCATE EXISTING AUTOMATIC TRANSFER
SWITCH L-109 EA 3
141 RELOCATE EXISTING AUTOMATIC TRANSFER
SWITCH MONITORING CABINET L-109 EA 1
142 RELOCATE EXISTING MAIN SERVICE PANEL LV L-109 EA 1
143
CONTRACTOR SUPPLIED STRUCTURAL STAMPED
VAULT BUILDING DRAWINGS BY WASHINGTON PE,
INCLUDING ANY CITY REQUIRED PERMITS
L-109 LS 1
144 (4) 2" SCH. 80 HDPE DIRECTIONAL BORE L-110 LF 250
145 INSTALL NEW H-20 LOAD RATED CONCRETE
HANDHOLE L-115 EA 2
146 INSTALL NEW AIRCRAFT LOAD RATED CONCRETE
HANDHOLE L-115 EA 2
SCHEDULE D Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE D TOTAL BID AMOUNT =
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
SCHEDULE D: ADDITIVE LIGHTING VAULT IMPROVEMENTS - PHASE 1 (AIP ELIGIBLE)
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202511 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
147 FOD PREVENTION CONTROLS C-101 LS 1
148 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
149 MOBILIZATION C-105 LS 1
150 CONSTRUCTION STAKING C-140 LS 1
151 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 720
152 UNCLASSIFIED EXCAVATION - WITHOUT PCC
UNDERLAYMENT P-152 CY 680
153 UNSUITABLE EXCAVATION P-152 CY 160
154 QUARRY SPALLS P-152 CY 105
155 CRUSHED AGGREGATE BASE COURSE P-209 CY 430
156 CHOKE STONE P-209 CY 55
157 SEPARATION GEOTEXTILE P-209 SY 1,800
158 BIAXIAL GEOGRID P-311 SY 310
159 ASPHALT SURFACE COURSE P-401 TON 180
160 ASPHALT BASE COURSE P-403 TON 850
161 EMULSIFIED ASPHALT TACK COAT P-603 TON 2
162 INITIAL MARKINGS P-620 SF 650
163 REFLECTIVE PERMANENT MARKINGS P-620 SF 650
SCHEDULE E Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE E TOTAL BID AMOUNT =
SCHEDULE E: ADDITIVE PAVEMENT REHABILIATION - PHASE 1 (BOEING NON-AIP ELIGIBLE)
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202512 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
164 FOD PREVENTION CONTROLS C-101 LS 1
165 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
166 MOBILIZATION C-105 LS 1
167 CONSTRUCTION STAKING C-140 LS 1
168 AIRFIELD ELECTRICAL SYSTEM DEMOLITION AND
SALVAGE L-100 LS 1
169 BARE #6 CU COUNTERPOISE CABLE INSTALLED IN
TRENCH OR BORE INCLUDING GROUND RODS L-108 LF 6,020
170 (1) 2" PVC SCH 40, DIRECT BURIED L-110 LF 5,440
171 (2) 2" PVC SCH 40, CONCRETE ENCASED L-110 LF 580
172 INSTALL NEW AIRCRAFT LOAD RATED CONCRETE
HANDHOLE L-115 EA 8
173
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE ON NEW L-867 BASE CAN
L-125 EA 72
SCHEDULE F Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE F TOTAL BID AMOUNT =
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
SCHEDULE F: ELECTRICAL ADDITIVE - PHASE 1 (AIP ELIGIBLE)
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202513 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
174 CONTRACTOR QUALITY CONTROL PROGRAM (CQCP)C-100 LS 1
175 FOD PREVENTION CONTROLS C-101 LS 1
176 CATCH BASIN PROTECTION C-102 EA 30
177 INTERCEPTER BERM C-102 LF 2,864
178 WHEEL WASH C-102 EA 2
179 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
180 MOBILIZATION C-105 LS 1
181 CONSTRUCTION STAKING C-140 LS 1
182 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 17,420
183 ASPHALT PAVEMENT REMOVAL - 8 TO 14 INCH
THICKNESS P-101 SY 750
184 COLD MILLING - VARIABLE DEPTH (2 INCH NOMINAL)P-101 SY 1,380
185 COLD MILLING - VARIABLE DEPTH (4 INCH NOMINAL)P-101 SY 1,910
186 OVERLAY BASE PREPARATION P-101 SY 1,430
187 CRACK SEALING P-101 FA 1 15,000.00$ 15,000.00$
188 TRENCH EXCAVATION SAFETY SYSTEMS P-102 LS 1
189 UTILITY POTHOLING P-103 EA 34
190 UNCLASSIFIED EXCAVATION - WITH PCC
UNDERLAYMENT P-152 CY 6,530
191 UNCLASSIFIED EXCAVATION - WITHOUT PCC
UNDERLAYMENT P-152 CY 1,640
192 EMBANKMENT IN PLACE P-152 CY 570
193 UNSUITABLE EXCAVATION P-152 CY 1,890
194 STRIPPING P-152 CY 500
195 QUARRY SPALLS P-152 CY 1,260
196 DEWATERING P-152 LS 1
197 CRUSHED AGGREGATE BASE COURSE P-209 CY 5,100
198 CHOKE STONE P-209 CY 640
199 SEPARATION GEOTEXTILE P-209 SY 22,530
200 BIAXIAL GEOGRID P-311 SY 3,760
201 ASPHALT SURFACE COURSE P-401 TON 4,980
202 ASPHALT LEVELING COURSE P-401 TON 25
203 ASPHALT BASE COURSE P-403 TON 6,820
204 EMULSIFIED ASPHALT TACK COAT P-603 TON 25
205 CONCRETE FOR TRANSITION SLABS P-610 SY 300
206 PAVEMENT MARKING REMOVAL P-620 SF 140
207 INITIAL MARKINGS P-620 SF 5,360
208 PERMANENT MARKINGS11 P-620 SF 3,190
SCHEDULE G: BASE BID - PHASE 2 (AIP ELIGIBLE)
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202514 of 48
209 REFLECTIVE PERMANENT MARKINGS P-620 SF 6,650
210 12-INCH REINFORCED CONCRETE PIPE D-701 LF 515
211 12-INCH DUCTILE IRON PIPE D-701 LF 445
212 REMOVE EXISTING STORM DRAINAGE PIPE D-701 LF 531
213 CONNECT TO EXISTING STORM STRUCTURE D-701 EA 4
214 CONNECT EXISTING PIPE TO NEW STRUCTURE D-701 EA 2
215 6-INCH CONVENTIONAL UNDERDRAIN D-705 LF 2,438
216 UNDERDRAIN CLEANOUT D-705 EA 36
217 6-INCH UNDERDRAIN OUTFALL PIPE D-705 LF 519
218 REMOVE EXISTING CATCH BASIN D-751 EA 3
219 CB TYPE I D-751 EA 8
220 ADJUST STRUCTURE TO GRADE (PAVEMENT)D-751 EA 2
221 AIRFIELD ELECTRICAL SYSTEM DEMOLITION AND
SALVAGE L-100 LS 1
222 BARE #6 CU COUNTERPOISE CABLE INSTALLED IN
TRENCH OR BORE INCLUDING GROUND RODS L-108 LF 1,405
223 NEW L-824 TYPE C #8, 5 KV CABLE INSTALLED IN
EXISTING OR NEW CONDUIT L-108 LF 6,980
224 (1) 2" PVC SCH 40, DIRECT BURIED L-110 LF 1,150
225 (2) 2" PVC SCH 40, CONCRETE ENCASED L-110 LF 255
226
SALVAGE EXISTING ELEVATED L-861 RUNWAY
EDGE LIGHT AND REINSTALL ON NEW L-867 BASE
CAN
L-125 EA 1
227
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE ON EXISTING L-867 BASE CAN12
L-125 EA 20
228
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE INCLUDING BASE CAN
EXTENSION/SPACER RINGS ON EXISTING L-867
BASE CAN13
L-125 EA 3
229
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE ON NEW L-867 BASE CAN
L-125 EA 20
11If Schedule H is awarded, plan quantity for Bid Item 208 Permanent Markings will be reduced to 0 LF.
12If Schedule K is awarded, plan quantity for Bid Item 227 Install New L-861T(L) LED Taxiway Edge Light with New Isolation Transformer
and Hardware on Existing L-867 Base Can will be reduced to 0 EA.
13If Schedule K is awarded, plan quantity for Bid Item 228 Install New L-861T(L) LED Taxiway Edge Light with New Isolation Transformer
and Hardware including Base Can Extension/Spacer Rings on Existing L-867 Base Can will be reduced to 0 EA.
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202515 of 48
230
INSTALL NEW SIZE 2, 1 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON EXISTING CONCRETE
FOUNDATION
L-125 EA 2
231
INSTALL NEW SIZE 2, 2 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON EXISTING CONCRETE
FOUNDATION
L-125 EA 1
232
INSTALL NEW SIZE 2, 2 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON NEW CONCRETE FOUNDATION
L-125 EA 1
233
INSTALL NEW SIZE 2, 4 MODULE LED AIRFIELD
GUIDANCE SIGN WITH NEW ISOLATION
TRANSFORMER ON NEW CONCRETE FOUNDATION
L-125 EA 1
234
SALVAGE EXISTING IN-PAVEMENT L-850C RUNWAY
EDGE LIGHT AND REINSTALL ON NEW L-868 BASE
CAN
L-125 EA 1
235 SEEDING T-901 AC 0.5
236 MULCH T-901 AC 0.8
237 TOPSOIL T-905 CY 500
238 ABANDON EXISTING FIRE WATERLINE (CLSM)W-100 LS 1
239 REMOVAL OF EXISTING 48 IN. DIAM. WATER
MANHOLE AND GATE VALVE W-100 EA 6
240 REMOVAL OF EXISTING BELOW GRADE FIRE
HYDRANT W-102 EA 7
241 4" COMPRESSED AIR, DIRECT BURIED W-103 FA 1 25,000.00$ 25,000.00$
SCHEDULE G Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE G TOTAL BID AMOUNT =
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202516 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
242 FOD PREVENTION CONTROLS C-101 LS 1
243 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
244 MOBILIZATION C-105 LS 1
245 CONSTRUCTION STAKING C-140 LS 1
246 COLD MILLING - VARIABLE DEPTH (4 INCH NOMINAL)P-101 SY 4,400
247 OVERLAY BASE PREPARATION P-101 SY 3,290
248 ASPHALT SURFACE COURSE P-401 TON 1,050
249 ASPHALT LEVELING COURSE P-401 TON 10
250 EMULSIFIED ASPHALT TACK COAT P-603 TON 2.6
251 INITIAL MARKINGS P-620 SF 1,840
252 REFLECTIVE PERMANENT MARKINGS P-620 SF 2,330
SCHEDULE H Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE H TOTAL BID AMOUNT =
SCHEDULE H: ADDITIVE PAVEMENT REHABILIATION - PHASE 2 (AIP ELIGIBLE)
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202517 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
253 FOD PREVENTION CONTROLS C-101 LS 1
254 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
255 MOBILIZATION C-105 LS 1
256 CONSTRUCTION STAKING C-140 LS 1
257 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 890
258 COLD MILLING - VARIABLE DEPTH (4 INCH NOMINAL)P-101 SY 3,000
259 OVERLAY BASE PREPARATION P-101 SY 2,230
260 ASPHALT SURFACE COURSE P-401 TON 930
261 EMULSIFIED ASPHALT TACK COAT P-603 TON 1.8
262 INITIAL MARKINGS P-620 SF 1,590
SCHEDULE I Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE I TOTAL BID AMOUNT =
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
SCHEDULE I: ADDITIVE PAVEMENT REHABILITATION - PHASE 2 (NON-AIP ELIGIBLE)
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202518 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
263 FOD PREVENTION CONTROLS C-101 LS 1
264 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
265 MOBILIZATION C-105 LS 1
266 CONSTRUCTION STAKING C-140 LS 1
267 ASPHALT PAVEMENT REMOVAL - 1 TO 8 INCH
THICKNESS P-101 SY 990
268 UNCLASSIFIED EXCAVATION - WITHOUT PCC
UNDERLAYMENT P-152 CY 840
269 UNSUITABLE EXCAVATION P-152 CY 20
270 QUARRY SPALLS P-152 CY 15
271 CRUSHED AGGREGATE BASE COURSE P-209 CY 30
272 CHOKE STONE P-209 CY 10
273 SEPARATION GEOTEXTILE P-209 SY 140
274 BIAXIAL GEOGRID P-311 SY 40
275 ASPHALT SURFACE COURSE P-401 TON 240
276 ASPHALT BASE COURSE P-403 TON 1,740
277 EMULSIFIED ASPHALT TACK COAT P-603 TON 3.0
278 INITIAL MARKINGS P-620 SF 1,230
279 REFLECTIVE PERMANENT MARKINGS P-620 SF 1,230
280 STATIC GROUND ROD STATION RESTORATION L-110 EA 5
SCHEDULE J Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE J TOTAL BID AMOUNT =
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
SCHEDULE J: ADDITIVE PAVEMENT REHABILIATION - PHASE 2 (BOEING NON-AIP ELIGIBLE)
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202519 of 48
ITEM NO. ITEM DESCRIPTION
SPEC.
SECTION UNIT QUANTITY UNIT PRICE EXTENSION
281 FOD PREVENTION CONTROLS C-101 LS 1
282 CONSTRUCTION SAFETY AND PHASING C-103 LS 1
283 MOBILIZATION C-105 LS 1
284 CONSTRUCTION STAKING C-140 LS 1
285 AIRFIELD ELECTRICAL SYSTEM DEMOLITION AND
SALVAGE L-100 LS 1
286 BARE #6 CU COUNTERPOISE CABLE INSTALLED IN
TRENCH OR BORE INCLUDING GROUND RODS L-108 LF 2,255
287 (1) 2" PVC SCH 40, DIRECT BURIED L-110 LF 1,980
288 (2) 2" PVC SCH 40, CONCRETE ENCASED L-110 LF 275
289 INSTALL NEW AIRCRAFT LOAD RATED CONCRETE
HANDHOLE L-115 EA 4
290
INSTALL NEW L-861T(L) LED TAXIWAY EDGE LIGHT
WITH NEW ISOLATION TRANSFORMER AND
HARDWARE ON NEW L-867 BASE CAN
L-125 EA 23
291
SALVAGE EXISTING IN-PAVEMENT L-850C RUNWAY
EDGE LIGHT AND REINSTALL ON NEW L-868 BASE
CAN
L-125 EA 1
SCHEDULE K Subtotal Bid Amount =
WA State Sales Tax (10.3%)* =
SCHEDULE K TOTAL BID AMOUNT =
AWARD ALTERNATIVE 1 (Base Bid Schedules A + B + G + H) =
AWARD ALTERNATIVE 2 (Base Bid + Shedule D) =
AWARD ALTERNATIVE 3 (Base Bid + Shedules D + F + K) =
SCHEDULE K: ELECTRICAL ADDITIVE - PHASE 2 (AIP ELIGIBLE)
*NOTE: Sales tax is per WAC 458-20-170 (Rule 170).
Taxiway A Rehabilitation and Associated Improvements
Addendum 1 Proposal - xx of xx
Schedule of Prices
202520 of 48
AWARD ALTERNATIVE 1 SUBTOTAL (SCHEDULE A, SCHEDULE B, SCHEDULE G, & SCHEDULE H) =
AWARD ALTERNATVIE 1 SALES TAX (10.3%) =
AWARD ALTERNATIVE 1 GROSS TOTAL =
AWARD ALTERNATIVE 2 SUBTOTAL (SCHEDULE A, SCHEDULE B, SCHEDULE G, SCHEDULE H, &
SCHEDULE D) =
AWARD ALTERNATVIE 2 SALES TAX (10.3%) =
AWARD ALTERNATIVE 2 GROSS TOTAL =
AWARD ALTERNATIVE 3 SUBTOTAL (SCHEDULE A, SCHEDULE B, SCHEDULE G, SCHEDULE H,
SCHEDULE D, SCHEDULE F, & SCHEDULE K) =
AWARD ALTERNATVIE 3 SALES TAX (10.3%) =
AWARD ALTERNATIVE 3 GROSS TOTAL =
$
$
$
$
$
$
$
$
$
AIP-ELIGIBLE AWARD SUMMARY
NON AIP-ELIGIBLE AWARD SUMMARY
AWARD ALTERNATIVE 1 SUBTOTAL (SCHEDULE A, SCHEDULE B, SCHEDULE G, & SCHEDULE H) =
AWARD ALTERNATVIE 1 SALES TAX (10.3%) =
AWARD ALTERNATIVE 1 GROSS TOTAL =
$
$
NON AIP-ELIGIBLE SUBTOTAL (SCHEDULE C, SCHEDULE E, SCHEDULE I, & SCHEDULE J) =
NON AIP-ELIGIBLE SALES TAX (10.3%) =
NON AIP-ELIGIBLE GROSS TOTAL =
$
$
$
Taxiway A Rehabilitation and Associated Improvements Local Agency Non-Collusion Declaration
Proposal - xx of xx 2025
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Certification of Non-Segregated Facilities
Proposal - xx of xx 2025
CERTIFICATION OF NONSEGREGATED FACILITIES
The federally assisted construction contractor certifies that he does not maintain or provide for his
employees any segregated facilities at any of his establishments, and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The federally assisted construction contractor certifies further that he will not maintain or
provide for his employees segregated facilities at any of his establishments, and that he will not permit
his employees to perform their services at any location, under his control, where segregated facilities are
maintained. The federally assisted construction contractor agrees that a breach of this certification is a
violation of the equal opportunity clause in this contract.
As used in this certification, the term “segregated facilities” means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, time-clocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by explicit directive
or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local
custom, or any other reason. The federally assisted construction contractor agrees that (except where
obtained identical certification from proposed subcontractors for specific time periods) he will obtain
identical certifications from proposed subcontractors prior to the award of subcontracts exceeding
$10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain
such certifications in his files.
Certification: The information above is true and complete to the best of my knowledge and belief.
Name and Title of Signer (Please type)
Signature Date
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Bidder’s Statement on Previous Contracts Subject to EEO Clause
Proposal - xx of xx 2025
BIDDER'S STATEMENT ON PREVIOUS
CONTRACTS SUBJECT TO EEO CLAUSE
The Bidder (proposer) has has not participated in a previous contract
subject to the nondiscrimination clause prescribed by Section 202 of Executive Order No. 11246 dated
September 24, 1965.
The Bidder (proposer) has has not submitted compliance reports in
connection with any such contract as required by applicable instructions.
If the Bidder (proposer) has participated in a previous contract subject to the nondiscrimination clause
and has not submitted compliance reports as required by applicable instructions, the Bidder (proposer)
shall submit Standard Form 100 (for federal construction contracts) with the bid or proposal indicating
current compliance.
Name and Title of Signer (Please type)
Signature Date
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION COMMITMENT
The undersigned has satisfied the requirements of the specifications in the following manner (please
check the appropriate space):
The Bidder is committed to a minimum 7.98% DBE utilization of AIP-eligible schedules of
work on this project.
The Bidder (if unable to meet the goal of 7.98% DBE utilization of AIP-eligible schedules of
work) is committed to a minimum of_____% DBE utilization on this project and has
submitted documentation showing good faith effort. (See Appendix for Good Faith Effort
documentation.)
If the City-calculated DBE work value is less than the 7.98% DBE utilization goal of AIP-eligible
schedules, the Contractor shall have 7 calendar days from the day of bid opening to resubmit
proof to document Good Faith Efforts have been achieved.
Contractor
State Registration No.
By
(Signature) (Title)
Address
Phone No. Zip Code
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
LETTER OF INTENT – AWARD ALTERNATIVE #1
INSTRUCTIONS:
1. Complete letter of intent form for each DBE subcontractor for each award alternative. For
example, if the Contractor proposes to utilize the same DBE subcontractor for all award
alternatives, complete this form for each award alternative (3 total per DBE subcontractor).
2. Check one option the DBE subcontractor is participating as in the work (Prime, Subcontractor,
Trucker, Supplier, or Broker) (Section 2 below.)
3. Insert total estimated DBE work value.
• The Owner will determine the DBE Credit amount (dollar value) based on how the DBE
subcontractor is participating in the work (Section 2 below) as a Prime, Subcontractor,
Trucker, Supplier or Broker.
For example, if a DBE Supplier is being utilized with a $1,000,000 pre-tax estimated DBE
work value, the Owner would apply the 60% credit for a DBE Credit Amount of $600,000
pre-tax. The Contractor would input $1,000,000 into Section 3 below.
• If the Subcontractor will be subletting any of their work, exclude any non-DBE work
value associated with the estimated DBE work value.
1. Name of bidder/offeror’s firm:
Address:
City: State: Zip:
Name of DBE firm:
Address:
City: State: Zip:
Telephone:
DBE Certification Number:
Description of work to be performed by DBE firm:
2. Participating As (Check One):
Prime______ Subcontractor______ Trucker______ Supplier_____ Broker______
3. Total Estimated DBE Work Value for this DBE firm (pre-tax): $___________________________
The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above.
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
Affirmation
The above-named DBE firm confirms that it will enter into a contract to perform, if awarded, the work
and estimated dollar value as stated above and that the firm is DBE certified to perform the specific trades.
By
Date:
(Signature)
(Title)
If the bidder/offeror does not receive award of the prime contract, any and all representations in this
Letter of Intent and Affirmation shall be null and void.
(Submit Letter of Intent for each DBE subcontractor for each award alternative.)
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
LETTER OF INTENT – AWARD ALTERNATIVE #2
INSTRUCTIONS:
1. Complete letter of intent form for each DBE subcontractor for each award alternative. For
example, if the Contractor proposes to utilize the same DBE subcontractor for all award
alternatives, complete this form for each award alternative (3 total per DBE subcontractor).
2. Check one option the DBE subcontractor is participating as in the work (Prime, Subcontractor,
Trucker, Supplier, or Broker).
3. Insert total estimated DBE work value.
• The Owner will determine the DBE Credit amount (dollar value) based on how the DBE
subcontractor is participating in the work (Section 2 below) as a Prime, Subcontractor,
Trucker, Supplier or Broker.
For example, if a DBE Supplier is being utilized with a $1,000,000 pre-tax estimated DBE
work value, the Owner would apply the 60% credit for a DBE Credit Amount of $600,000
pre-tax. The Contractor would input $1,000,000 into Section 3 below.
• If the Subcontractor will be subletting any of their work, exclude any non-DBE work
value associated with the estimated DBE work value.
1. Name of bidder/offeror’s firm:
Address:
City: State: Zip:
Name of DBE firm:
Address:
City: State: Zip:
Telephone:
DBE Certification Number:
Description of work to be performed by DBE firm:
2. Participating As (Check One):
Prime______ Subcontractor______ Trucker______ Supplier_____ Broker______
3. Total Estimated DBE Work Value for this DBE firm (pre-tax): $___________________________
The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above.
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
Affirmation
The above-named DBE firm confirms that it will enter into a contract to perform, if awarded, the work
and estimated dollar value as stated above and that the firm is DBE certified to perform the specific trades.
By
Date:
(Signature)
(Title)
If the bidder/offeror does not receive award of the prime contract, any and all representations in this
Letter of Intent and Affirmation shall be null and void.
(Submit Letter of Intent for each DBE subcontractor for each award alternative.)
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
LETTER OF INTENT – AWARD ALTERNATIVE #3
INSTRUCTIONS:
1. Complete letter of intent form for each DBE subcontractor for each award alternative. For
example, if the Contractor proposes to utilize the same DBE subcontractor for all award
alternatives, complete this form for each award alternative (3 total per DBE subcontractor).
2. Check one option the DBE subcontractor is participating as in the work (Prime, Subcontractor,
Trucker, Supplier, or Broker).
3. Insert total estimated DBE work value.
• The Owner will determine the DBE Credit amount (dollar value) based on how the DBE
subcontractor is participating in the work (Section 2 below) as a Prime, Subcontractor,
Trucker, Supplier or Broker.
For example, if a DBE Supplier is being utilized with a $1,000,000 pre-tax estimated DBE
work value, the Owner would apply the 60% credit for a DBE Credit Amount of $600,000
pre-tax. The Contractor would input $1,000,000 into Section 3 below.
• If the Subcontractor will be subletting any of their work, exclude any non-DBE work
value associated with the estimated DBE work value.
1. Name of bidder/offeror’s firm:
Address:
City: State: Zip:
Name of DBE firm:
Address:
City: State: Zip:
Telephone:
DBE Certification Number:
Description of work to be performed by DBE firm:
2. Participating As (Check One):
Prime______ Subcontractor______ Trucker______ Supplier_____ Broker______
3. Total Estimated DBE Work Value for this DBE firm (pre-tax): $___________________________
The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above
Taxiway A Rehabilitation and Associated Improvements DBE Utilization
Proposal - xx of xx 2025
Affirmation
The above-named DBE firm confirms that it will enter into a contract to perform, if awarded, the work
and estimated dollar value as stated above and that the firm is DBE certified to perform the specific trades.
By
Date:
(Signature)
(Title)
If the bidder/offeror does not receive award of the prime contract, any and all representations in this
Letter of Intent and Affirmation shall be null and void.
(Submit Letter of Intent for each DBE subcontractor for each award alternative.)
Taxiway A Rehabilitation and Associated Improvements Restrictions on Federal Public Works Projects
Proposal - xx of xx 2025
RESTRICTIONS ON FEDERAL PUBLIC WORKS PROJECTS
(a) General: This clause implements provisions contained in the Airport and Airway Safety and Capacity
Expansion Act of 1987, Public Law No. 100223.
(b) Restrictions on Contract Award: No contract will be awarded to a bidder (1) who is owned or
controlled by one or more citizens or nationals of a foreign country included on the list of countries
that discriminate against U.S. firms, published by the United States Trade Representative (USTR) or
(2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such USTR list or (3) who incorporates in the project any production of a foreign country
on such USTR List; unless a waiver to these restrictions is granted by the President of the United States
or the Secretary of Transportation. (Notice of the granting of a waiver will be published in the Federal
Register.)
(c) Certification: By this page the bidder certifies that with respect to this solution, and any resultant
contract the bidder:
1. Is ________ Is not ______ a contractor of a foreign country included on the USTR list;
2. Has ________ Has not ______ entered into any contract with a subcontractor of a foreign
country included on the USTR list;
3. Has ________ Has not ______ entered into any contract for any product to be used on
this project that is produced in a foreign country included on the USTR list.
(d) The bidder may rely upon the certification of a prospective subcontractor for the above conditions
unless the bidder has knowledge that the certification is erroneous.
(e) Erroneous Certification: This certification is a material representation of fact upon which reliance was
placed when making the award. If it is later determined that the bidder knowingly rendered an
erroneous certification, the sponsor may cancel this contract for default at no cost to the sponsor.
(f) Subcontracts: The bidder shall incorporate this clause, without modification, including this paragraph
(f) in all solicitations and subcontracts under this contract.
(g) Applicability of 18 U.S.C. 1001: This certification concerns a matter within the jurisdiction of the
Federal Aviation Administration and the making of a false or fraudulent certification may render the
maker subject to prosecution under Title 18, Unites States Code, Section 1001.
Firm Name _____________________________________________________________________
Authorized Signature ____________________________________________________________
Title _________________________________________________________________________
Date _________________________________________________________________________
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Bidder’s Certification
Proposal - xx of xx 2025
BIDDER’S CERTIFICATION
The bidder hereby certifies that neither the bidder nor the bidder’s principals are presently debarred,
suspended or proposed for debarment by any federal agency. Bidder further agrees to include this clause
in all subcontracts. Where the bidder or any subcontractors is unable to certify to this statement an
explanation shall be attached to this proposal.
Firm Name:
Authorized Signature:
Title:
Date:
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Buy America Certification
Proposal - xx of xx 2025
BUY AMERICA CERTIFICATION
(Title 49 U.S.C. Section 50101)
This solicitation and any resulting contract are subject to the Buy America requirements of 49 U.S.C.
Section 50101; Executive Order 14005, Ensuring the Future is Made in All of America by All of America’s
Workers; and the Bipartisan Infrastructure Law (Pub. L. No. 117-58), Build America, Buy America (BABA).
The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other related
Made in America Laws, U.S. statutes, guidance, and FAA policies, which provide that Federal funds may
not be obligated unless all iron, steel and manufactured goods used in AIP funded projects are produced
in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the
product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart
25.108; or is included in the FAA Nationwide Buy American Waivers Issued list.
The bidder or offeror must complete and submit the certification of compliance with FAA’s Buy American
Preference, BABA and Made in America laws included herein with their bid or offer. The Airport
Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed
certification of compliance with FAA’s Buy American Preference and BABA.
The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or
supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious
materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or
consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride,
composite building materials, and polymers used in fiber optic cables); glass (including optic glass);
lumber; or drywall used in the project are manufactured in the U.S.
* * * * * * *
Note: Per Executive Order 14005 “Made in America Laws” means all statutes, regulations, rules, and
Executive Orders relating to federal financial assistance awards or federal procurement, including those
that refer to “Buy America” or “Buy American,” that require, or provide a preference for, the purchase or
acquisition of goods, products, or materials produced in the United States, including iron, steel, and
manufactured products offered in the United States.
* * * * * * *
U.S.C. Section 50101 - Buying goods produced in the United States
Section 50101 of 49 USC requires that all steel and manufactured goods used on AIP projects be produced
in the United States. This section also gives the FAA the ability to issue a waiver to a Sponsor to use non-
domestic material on an AIP funded project subject to meeting certain conditions. A Sponsor may request
that the FAA issue a waiver from the Buy American Preference requirements if the FAA finds that:
1) Applying the provision is not in the public interest.
2) The steel or manufactured goods are not available in sufficient quantity or quality in the United
States.
3) The cost of components and subcomponents produced in the United States is more than
60 percent of the total components of a facility or equipment, and final assembly has taken
place in the United States. Items that have an FAA standard specification item number (such as
specific airport lighting equipment) are considered the equipment.
4) Applying this provision would increase the cost of the overall project by more than 25 percent.
Labor costs involved in final assembly are not included in calculating the cost of components.
Taxiway A Rehabilitation and Associated Improvements Buy America Certification
Proposal - xx of xx 2025
Note: Approval of waivers listed under (1) & (2) above, can only be approved by the FAA Office of Airports
in Washington DC and approval is rare. Waivers listed under (3) & (4) may be approved by FAA Regional
or District Offices. A listing of Equipment and Products that have been approved and on the national
waiver list may be located at:
https://www.faa.gov/airports/aip/buy_american/media/nationwide-buy-american-waivers-issued.pdf
* * * * * * *
Executive Order 14005
Executive Order 14005 advances the Administration’s priority to use terms and conditions of Federal
financial assistance awards to maximize the use of goods, products, and materials produced in, and
services offered in, the United States. The Order directs, to the extent appropriate and consistent with
applicable law, agencies shall partner with the Hollings Manufacturing Extension Partnership (MEP) to
conduct supplier scouting in order to identify American companies that are able to produce goods,
products, and materials in the United States that meet Federal procurement needs, prior to consideration
of using non-domestic products.
* * * * * * *
Bipartisan Infrastructure Law (Pub. L. No. 117-58), Build America, Buy America (BABA)
The Bipartisan Infrastructure Law, Build America, Buy America (BABA) Act strengthens Made in America
Laws and bolsters America’s industrial base, protects national security, and supports high-paying jobs.
Under BABA, iron, steel and certain construction materials are required to be 100% produced in the
United States.
Under the Bipartisan Infrastructure Law (Pub. L. No. 117-58) BABA three waivers are available for iron and
steel, manufactured products, and construction materials when a Federal agency finds that –
1) Applying the domestic content procurement preference would be inconsistent with the public
interest (a “public interest waiver”);
2) Types of iron, steel, manufactured products, or construction materials are not produced in the
United States in sufficient and reasonably available quantities or of a satisfactory quality (a
“nonavailability waiver”); or
3) The inclusion of iron, steel, manufactured products, or construction materials produced in the
United States will increase the cost of the overall project by more than 25 percent (an
“unreasonable cost waiver”).
BABA defines construction materials, items that are or consists primarily of non-ferrous metals, plastic
and polymer-based products (including polyvinylchloride, composite building materials, and polymers
used in fiber optic cables), glass (including optic glass), lumber or drywall.
Items that consist of two or more of the aforementioned materials that have been combined together
through a manufacturing process, and items that include at least one of the listed materials combined
with a material that is not listed through a manufacturing process, should be treated as manufactured
products, rather than as construction materials. For example, a plastic framed sliding window should be
treated as a manufactured product while plate glass should be treated as a construction material.
* * * * * * *
The Buy America Preference requirements flow down from the Sponsor to first tier contractors, who are
responsible for ensuring that lower tier contractors and subcontractors are also in compliance.
Note: The Buy American Preference does not apply to temporary equipment a contractor uses as a tool
of its trade and which does not remain as part of the project.
Taxiway A Rehabilitation and Associated Improvements Buy America Certification
Proposal - xx of xx 2025
As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this
certification statement with its proposal. The bidder or offeror must indicate how it intends to comply
with 49 USC § 50101, BABA, and other related Made in America Laws, U.S. statutes, guidance, and FAA
policies, by selecting one on the following certification statements. These statements are mutually
exclusive. Bidder must select one or the other (not both) by inserting a checkmark () or the letter “X”.
Bidder or offeror hereby certifies that it will comply with 49 USC § 50101, BABA, and other related
U.S. statutes, guidance, and policies of the FAA by:
a) Only installing iron, steel and manufactured products produced in the United States;
b) Only installing construction materials defined as: an article, material, or supply – other than
an item of primarily iron or steel; a manufactured product; cement and cementitious
materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or
additives that are or consist primarily of non-ferrous metals; plastic and polymer-based
products (including polyvinylchloride, composite building materials, and polymers used in
fiber optic cables); glass (including optic glass); lumber or drywall that have been
manufactured in the United States.
c) Installing manufactured products for which the FAA has issued a waiver as indicated by
inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or;
d) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition
Regulation Subpart 25.108.
By selecting this certification statement, the bidder or offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the iron,
steel, and/or manufactured product.
2. To faithfully comply with providing U.S. domestic products
3. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
4. Certify that all construction materials used in the project are manufactured in the U.S.
The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American
Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49
USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the
apparent low bid agrees:
1. To submit to the Owner within 15 calendar days of being selected as the responsive
bidder, a formal waiver request and required documentation that supports the type
of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is
cause for a non-responsive determination that may result in rejection of the proposal.
3. To faithfully comply with providing U.S. domestic products at or above the approved
U.S. domestic content percentage as approved by the FAA.
4. To furnish U.S. domestic product for any waiver request that the FAA rejects.
5. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
Taxiway A Rehabilitation and Associated Improvements Buy America Certification
Proposal - xx of xx 2025
Required Waiver Documentation – See Appendix for Waiver Forms
Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or
manufactured goods are not available in sufficient quantity or quality in the United States. The required
documentation for the Nonavailability waiver is:
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire
b) Record of thorough market research, consideration where appropriate of qualifying alternate
items, products, or materials including;
c) A description of the market research activities and methods used to identify domestically
manufactured items capable of satisfying the requirement, including the timing of the
research and conclusions reached on the availability of sources.
Type 3 Waiver - The cost of components and subcomponents produced in the United States is more than
60 percent of the cost of all components and subcomponents of the “facility/project”. The required
documentation for a Type 3 waiver is:
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including;
b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic
content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing
and products excluded by Federal Acquisition Regulation Subpart 25.108; products of
unknown origin must be considered as non-domestic products in their entirety).
c) Cost of non-domestic components and subcomponents, excluding labor costs associated with
final assembly and installation at project location.
d) Percentage of non-domestic component and subcomponent cost as compared to total
“facility” component and subcomponent costs, excluding labor costs associated with final
assembly and installation at project location.
Type 4 Waiver (Unreasonable Costs) - Applying this provision for iron, steel, manufactured goods or
construction materials would increase the cost of the overall project by more than 25 percent. The
required documentation for a Type 4 waiver is:
a) A completed Content Percentage Worksheet and Final Assembly Questionnaire form
b) At minimum two comparable equal bids and/or offers;
c) Receipt or record that demonstrates that supplier scouting called for in Executive Order
14005, indicates that no domestic source exists for the project and/or component;
e) Completed waiver applications for each comparable bid and/or offer.
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the
Federal Aviation Administration and the making of a false, fictitious, or fraudulent certification may render
the maker subject to prosecution under Title 18, United States Code.
Date Signature
Company Name Title
Further guidance on Buy American Preference may be found at:
https://www.faa.gov/airports/aip/buy_american/
Ta
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
a
n
d
A
s
s
o
c
i
a
t
e
d
I
m
p
r
o
v
e
m
e
n
t
s
B
i
d
d
e
r
’
s
L
i
s
t
P
r
o
p
o
s
a
l
-
x
x
o
f
x
x
2
0
2
5
BI
D
D
E
R
S
L
I
S
T
Al
l
f
i
r
m
s
b
i
d
d
i
n
g
o
r
q
u
o
t
i
n
g
o
n
s
u
b
c
o
n
t
r
a
c
t
s
f
o
r
t
h
is
D
O
T
-
a
s
s
i
s
t
e
d
p
r
o
j
e
c
t
a
r
e
l
i
s
t
e
d
b
e
l
o
w
:
(A
d
d
a
d
d
i
t
i
o
n
a
l
p
a
g
e
s
a
s
n
e
e
d
e
d
.
)
*G
R
S
–
A
n
n
u
a
l
G
r
o
s
s
R
e
c
e
i
p
t
s
En
t
e
r
1
f
o
r
l
e
s
s
t
h
a
n
$
1
m
i
l
l
i
o
n
En
t
e
r
2
f
o
r
m
o
r
e
t
h
a
n
$
1
m
i
l
l
i
o
n
,
l
e
s
s
t
h
a
n
$
5
m
i
l
l
io
n
En
t
e
r
3
f
o
r
m
o
r
e
t
h
a
n
$
5
m
i
l
l
i
o
n
,
l
e
s
s
t
h
a
n
$
1
0
m
i
l
li
o
n
En
t
e
r
4
f
o
r
m
o
r
e
t
h
a
n
$
1
0
m
i
l
l
i
o
n
,
l
e
s
s
t
h
a
n
$
1
5
m
i
ll
i
o
n
En
t
e
r
5
f
o
r
m
o
r
e
t
h
a
n
$
1
5
m
i
l
l
i
o
n
Fi
r
m
N
a
m
e
Ad
d
r
e
s
s
(S
t
r
e
e
t
A
d
d
r
e
s
s
,
C
i
t
y
,
S
t
a
t
e
,
Z
i
p
)
DB
E
(Y
o
r
N
)
Sc
o
p
e
o
f
W
o
r
k
NA
I
C
S
C
o
d
e
of
W
o
r
k
B
i
d
Ra
c
e
o
f
Ma
j
o
r
i
t
y
Ow
n
e
r
Ge
n
d
e
r
o
f
Ma
j
o
r
i
t
y
Ow
n
e
r
Ag
e
o
f
Fi
r
m
GR
S
*
THIS PAGE INTENTIONALLY LEFT BLANK
Revised 3/31/2021 clb
Taxiway A Rehabilitation and Associated Improvements
CAG-25-098
SUBCONTRACTOR LIST
In accordance with RCW 39.30-060:
For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the
subcontractors with whom the bidder, if awarded the contract, will subcontract for the following work:
• All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter
18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes
the control system integrator subcontractor as well as other electrical subcontractors) shall be
submitted as part of the bid.
• All structural steel installation and rebar installation sub contractors shall be submitted as part
of the bid.
If the work does not apply to this contract, check the box “Not Applciable”. If the work will be self
performed by the bidder, check the box “Self Performed”. The City has determined that this project
includes Plumbing (per RCW 18.106), Electrical (per RCW 19.28), and Structural Steel and Rebar
Installation.
If the subcontractors names are not submitted with the bid OR if two or more subcontractors are named
to perform the same work, the bid shall be considered nonresponsive and, therefore, void.
If subcontractors vary with bid alternates, please complete a separate form indicating which
subcontractors will be used for which bid alternate.
Complete the following:
If awarded the contract, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing,
electrical (including automatic controls) work, structural steel installation, and rebar installation:
The following list of subcontracts is due with the bid. Any errors in the proof of license for HVAC or
plumbing contractors can be corrected within 48 hours of submission. Attach proof of contractors
license with bid.
Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☒
Subcontractors Name N/A Self Performed ☐
Address N/A
Phone No. N/A Contractor's License No. N/A
Category of Work Plumbing (per RCW 18.106)
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
Page 2
Revised 3/31/2021 clb
Category of Work Electrical (per RCW 19.28)
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
Category of Work Structural Steel and Rebar Installation
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
“I certify (or declare) under penalty of perjury under the laws
of the State of Washington that the information provided by
bidder in the subcontractor listing form is true and correct to
the best of my knowledge and belief”
Signature: __________________________________________
Printed Name: _______________________________________
Date: ______________________________________________
Taxiway A Rehabilitation and Associated Improvements Proposal for Incorporating Recycled Materials
Proposal - xx of xx 2025
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Contractor Certification, Wage Law Compliance – Responsibility Criteria
Proposal - xx of xx 2025
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Proposal – Signature Page
Proposal - xx of xx 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:
Taxiway A Rehabilitation and Associated Improvements Proposal – Signature Page
Proposal - xx of xx 2025
WA State Contractor’s Registration #
UBI #
Industrial Insurance Account #
Employment Security Department #
State Excise Tax Registration #
Unique Entity ID (UEI)
The Surety Company which will furnish the required Contract Bond is
[Surety] [Address Line 1]
[Telephone Number] [Address Line 2]
Taxiway A Rehabilitation and Associated Improvements Proposal Bid Bond to the City of Renton
Proposal - xx of xx 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:
Taxiway A Rehabilitation and Associated Improvements
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______.
Taxiway A Rehabilitation and Associated Improvements Proposal Bid Bond to the City of Renton
Proposal - xx of xx 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
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
IV. AGREEMENT FORMS
THIS PAGE INTENTIONALLY LEFT BLANK
AGREEMENT
CONTRACT NO. CAG-25-098
THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY
OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter
Contractor name], 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: FAA Advisory Circular
150/5370-10H, Standards for Specifying Construction of Airports; FAA Federal Contract Provisions for Obligated
Sponsor and Airport Improvement Program Projects; 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 Contract and Contract Documents, 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 Taxiway A Rehabilitation and Associated Improvements, AIP #3-53-0055-032-2023, including all changes to
the Work and force account work, in accordance with the Contract Documents.
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.
Taxiway A Rehabilitation and Associated Improvements Agreement
2025
Contract Template Updated 12/29/2017
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 Denis Law, 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:
[Address Line 1] City of Renton
[Address Line 2] 1055 South Grady Way
[City, State and Zip] Renton, WA 98057
[Enter Phone Number] [Enter Phone Number]
[Enter Fax Number or Email Address] [Enter Fax Number or Email Address]
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 firm or
trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title.
Taxiway A Rehabilitation and Associated Improvements Page 1 of 2 Contract Bond to the CITY of Renton
03/08/2022 F clb
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-25-098 providing for construction of the Taxiway A
Rehabilitation and Associated Improvements Project; 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
Taxiway A Rehabilitation and Associated Improvements Page 2 of 2 Contract Bond to the CITY of Renton
03/08/2022 F clb
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:
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
V. CONTRACT SPECIFICATIONS
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements V. CONTRACT SPECIFICATIONS - Table of Contents
Page 1 of 2 2025
V. CONTRACT SPECIFICATIONS
Table of Contents
1. FAA GENERAL PROVISIONS
· Section 10 Definition of Terms
· Section 20 Proposal Requirements and Conditions
· Section 30 Award and Execution of Contract
· Section 40 Scope of Work
· Section 50 Control of Work
· Section 60 Control of Materials
· Section 70 Legal Relations and Responsibility to Public
· Section 80 Execution and Progress
· Section 90 Measurement and Payment
2. SUPPLEMENTARY CONDITIONS
3. TECHNICAL SPECIFICATIONS
· Item C-100 Contractor Quality Control Program
· Item C-101 FOD Prevention Controls
· Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
· Item C-103 Airport Safety
· Item C-105 Mobilization
· Item C-106 Temporary Traffic Control
· Item C-110 Method of Estimating Percentage of Material Within Specification Limits (PWL)
· Item C-140 Construction Staking
· Item P-101 Preparation and Removal of Existing Pavements
· Item P-102 Trench Excavation Safety Systems
· Item P-103 Utility Potholing
· Item P-152 Excavation, Subgrade, and Embankment
· Item P-153 Controlled Low-Strength Material (CLSM)
· Item P-209 Crushed Aggregate Base Course
· Item P-311 Biaxial Geogrid
· Item P-401 Asphalt Mix Pavement Surface Course
· Item P-403 Asphalt Mix Pavement Base Course
· Item P-405 Water Main Hot Mix Asphalt (HMA) Pavement
· Item P-502 Cement Concrete Sidewalks
· Item P-503 Curbs and Gutters
· Item P-603 Emulsified Asphalt Tack Coat
· Item P-605 Joint Sealants for Pavements
· Item P-606 Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement
· Item P-610 Concrete for Miscellaneous Structures
· Item P-620 Runway and Taxiway Marking
Taxiway A Rehabilitation and Associated Improvements V. CONTRACT SPECIFICATIONS - Table of Contents
Page 2 of 2 2025
· Item P-625 Right-of-Way Pavement Markings
· Item D-701 Pipe for Storm Drains and Culverts
· Item D-705 Pipe Underdrains for Airports
· Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes
· Item L-100 Electrical General Requirements
· Item L-108 Underground Power Cable for Airports
· Item L-109 Airport Transformer Vault and Vault Equipment
· Item L-110 Airport Underground Electrical Duct Banks and Conduits
· Item L-115 Electrical Manholes and Junction Structures
· Item L-125 Installation of Airport Lighting Systems
· Item T-901 Seeding
· Item T-905 Topsoil
· Item W-100 Water Mains
· Item W-101 Valves for Water Mains
· Item W-102 Hydrants
· Item W-103 Compressed Air
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 1 of 8 APRIL 2025 | #35022.008.02
Section 10 Definition of Terms
When the following terms are used in these specifications, in the contract, or in any documents or other
instruments pertaining to construction where these specifications govern, the intent and meaning shall be
defined as follows:
Paragraph
Number
Term Definition
10-01 AASHTO The American Association of State Highway and Transportation
Officials.
10-02 Access Road The right-of-way, the roadway and all improvements constructed
thereon connecting the airport to a public roadway.
10-03 Advertisement A public announcement, as required by local law, inviting bids
for work to be performed and materials to be furnished.
10-04 Airport Airport means an area of land or water which is used or intended
to be used for the landing and takeoff of aircraft; an appurtenant
area used or intended to be used for airport buildings or other
airport facilities or rights of way; airport buildings and facilities
located in any of these areas, and a heliport.
10-05 Airport Improvement
Program (AIP)
A grant-in-aid program, administered by the Federal Aviation
Administration (FAA).
10-06 Air Operations Area
(AOA)
The term air operations area (AOA) shall mean any area of the
airport used or intended to be used for the landing, takeoff, or
surface maneuvering of aircraft. An air operation area shall
include such paved or unpaved areas that are used or intended to
be used for the unobstructed movement of aircraft in addition to
its associated runway, taxiway, or apron.
10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or
serviced.
10-08 ASTM International
(ASTM)
Formerly known as the American Society for Testing and
Materials (ASTM).
10-09 Award The Owner’s notice to the successful bidder of the acceptance of
the submitted bid.
10-10 Bidder Any individual, partnership, firm, or corporation, acting directly
or through a duly authorized representative, who submits a
proposal for the work contemplated.
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 2 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-11 Building Area
An area on the airport to be used, considered, or intended to be
used for airport buildings or other airport facilities or rights-of-
way together with all airport buildings and facilities located
thereon.
10-12 Calendar Day Every day shown on the calendar.
10-13 Certificate of Analysis
(COA)
The COA is the manufacturer’s Certificate of Compliance (COC)
including all applicable test results required by the specifications.
10-14 Certificate of Compliance
(COC)
The manufacturer’s certification stating that materials or
assemblies furnished fully comply with the requirements of the
contract. The certificate shall be signed by the manufacturer’s
authorized representative.
10-15 Change Order A written order to the Contractor covering changes in the plans,
specifications, or proposal quantities and establishing the basis of
payment and contract time adjustment, if any, for work within the
scope of the contract and necessary to complete the project.
10-16 Contract A written agreement between the Owner and the Contractor that
establishes the obligations of the parties including but not limited
to performance of work, furnishing of labor, equipment and
materials and the basis of payment.
The awarded contract includes but may not be limited to:
Advertisement, Contract form, Proposal, Performance bond,
payment bond, General provisions, certifications and
representations, Technical Specifications, Plans, Supplemental
Provisions, standards incorporated by reference and issued
addenda.
10-17 Contract Item (Pay Item) A specific unit of work for which a price is provided in the
contract.
10-18 Contract Time The number of calendar days or working days, stated in the
proposal, allowed for completion of the contract, including
authorized time extensions. If a calendar date of completion is
stated in the proposal, in lieu of a number of calendar or working
days, the contract shall be completed by that date.
10-19 Contractor The individual, partnership, firm, or corporation primarily liable
for the acceptable performance of the work contracted and for the
payment of all legal debts pertaining to the work who acts
directly or through lawful agents or employees to complete the
contract work.
10-20 Contractors Quality
Control (QC) Facilities
The Contractor’s QC facilities in accordance with the Contractor
Quality Control Program (CQCP).
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 3 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-21 Contractor Quality Control
Program (CQCP)
Details the methods and procedures that will be taken to assure
that all materials and completed construction required by the
contract conform to contract plans, technical specifications and
other requirements, whether manufactured by the Contractor, or
procured from subcontractors or vendors.
10-22 Control Strip A demonstration by the Contractor that the materials, equipment,
and construction processes results in a product meeting the
requirements of the specification.
10-23 Construction Safety and
Phasing Plan (CSPP)
The overall plan for safety and phasing of a construction project
developed by the airport operator, or developed by the airport
operator’s consultant and approved by the airport operator. It is
included in the invitation for bids and becomes part of the project
specifications.
10-24 Drainage System The system of pipes, ditches, and structures by which surface or
subsurface waters are collected and conducted from the airport
area.
10-25 Engineer The individual, partnership, firm, or corporation duly authorized
by the Owner to be responsible for engineering, inspection,
and/or observation of the contract work and acting directly or
through an authorized representative.
10-26 Equipment All machinery, together with the necessary supplies for upkeep
and maintenance; and all tools and apparatus necessary for the
proper construction and acceptable completion of the work.
10-27 Extra Work An item of work not provided for in the awarded contract as
previously modified by change order or supplemental agreement,
but which is found by the Owner’s Engineer or Resident Project
Representative (RPR) to be necessary to complete the work
within the intended scope of the contract as previously modified.
10-28 FAA The Federal Aviation Administration. When used to designate a
person, FAA shall mean the Administrator or their duly
authorized representative.
10-29 Federal Specifications The federal specifications and standards, commercial item
descriptions, and supplements, amendments, and indices
prepared and issued by the General Services Administration.
10-30 Force Account a. Contract Force Account - A method of payment that addresses
extra work performed by the Contractor on a time and material
basis.
b. Owner Force Account - Work performed for the project by the
Owner's employees.
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 4 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-31 Intention of Terms Whenever, in these specifications or on the plans, the words
“directed,” “required,” “permitted,” “ordered,” “designated,”
“prescribed,” or words of like import are used, it shall be
understood that the direction, requirement, permission, order,
designation, or prescription of the Engineer and/or Resident
Project Representative (RPR) is intended; and similarly, the
words “approved,” “acceptable,” “satisfactory,” or words of like
import, shall mean approved by, or acceptable to, or satisfactory
to the Engineer and/or RPR, subject in each case to the final
determination of the Owner.
Any reference to a specific requirement of a numbered paragraph
of the contract specifications or a cited standard shall be
interpreted to include all general requirements of the entire
section, specification item, or cited standard that may be
pertinent to such specific reference.
10-32 Lighting A system of fixtures providing or controlling the light sources
used on or near the airport or within the airport buildings. The
field lighting includes all luminous signals, markers, floodlights,
and illuminating devices used on or near the airport or to aid in
the operation of aircraft landing at, taking off from, or taxiing on
the airport surface.
10-33 Major and Minor Contract
Items
A major contract item shall be any item that is listed in the
proposal, the total cost of which is equal to or greater than 20%
of the total amount of the award contract. All other items shall be
considered minor contract items.
10-34 Materials Any substance specified for use in the construction of the
contract work.
10-35 Modification of Standards
(MOS)
Any deviation from standard specifications applicable to material
and construction methods in accordance with FAA Order 5300.1.
10-36 Notice to Proceed (NTP)
A written notice to the Contractor to begin the actual contract
work on a previously agreed to date. If applicable, the Notice to
Proceed shall state the date on which the contract time begins.
10-37 Object Free Area (OFA) An area centered on the surface of a runway, taxiway, or taxilane
centerline provided to enhance the safety of aircraft operations by
remaining clear of objects, except for objects that need to be
located in the OFA for air navigation or aircraft ground
maneuvering purposes
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 5 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-38 Obstacle Free Zone (OFZ) The OFZ is the three-dimensional airspace along the runway and
extended runway centerline that is clear of obstacles for the
protection of aircraft landing or taking off from the runway and
for missed approaches. The OFZ consists of four distinct
surfaces: Runway OFZ, Precision OFZ, InnerTransitional OFZ,
and the Inner-Approach OFZ.
10-39 Owner The term “Owner” shall mean the party of the first part or the
contracting agency signatory to the contract. Where the term
“Owner” is capitalized in this document, it shall mean airport
Sponsor only. The Owner for this project is the City of Renton.
10-40 Passenger Facility Charge
(PFC)
Per 14 Code of Federal Regulations (CFR) Part 158 and 49
United States Code (USC) § 40117, a PFC is a charge imposed
by a public agency on passengers enplaned at a commercial
service airport it controls.
10-41 Pavement Structure The combined surface course, base course(s), and subbase
course(s), if any, considered as a single unit.
10-42 Payment bond The approved form of security furnished by the Contractor and
their own surety as a guaranty that the Contractor will pay in full
all bills and accounts for materials and labor used in the
construction of the work.
10-43 Performance bond The approved form of security furnished by the Contractor and
their own surety as a guaranty that the Contractor will complete
the work in accordance with the terms of the contract.
10-44 Plans The official drawings or exact reproductions which show the
location, character, dimensions and details of the airport and the
work to be done and which are to be considered as a part of the
contract, supplementary to the specifications. Plans may also be
referred to as 'contract drawings.’
10-45 Project The agreed scope of work for accomplishing specific airport
development with respect to a particular airport.
10-46 Proposal The written offer of the bidder (when submitted on the approved
proposal form) to perform the contemplated work and furnish the
necessary materials in accordance with the provisions of the
plans and specifications.
10-47 Proposal guaranty The security furnished with a proposal to guarantee that the
bidder will enter into a contract if their own proposal is accepted
by the Owner.
10-48 Quality Assurance (QA) Owner’s responsibility to assure that construction work
completed complies with specifications for payment.
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 6 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-49 Quality Control (QC) Contractor’s responsibility to control material(s) and construction
processes to complete construction in accordance with project
specifications.
10-50 Quality Assurance (QA)
Inspector
An authorized representative of the Engineer and/or Resident
Project Representative (RPR) assigned to make all necessary
inspections, observations, tests, and/or observation of tests of the
work performed or being performed, or of the materials furnished
or being furnished by the Contractor.
10-51 Quality Assurance (QA)
Laboratory
The official quality assurance testing laboratories of the Owner
or such other laboratories as may be designated by the Engineer
or RPR. May also be referred to as Engineer’s, Owner’s, or QA
Laboratory.
10-52 Resident Project
Representative (RPR)
The individual, partnership, firm, or corporation duly authorized
by the Owner to be responsible for all necessary inspections,
observations, tests, and/or observations of tests of the contract
work performed or being performed, or of the materials furnished
or being furnished by the Contractor, and acting directly or
through an authorized representative.
10-53 Runway The area on the airport prepared for the landing and takeoff of
aircraft.
10-54 Runway Protection Zone
(RPZ)
An area at ground level prior to the threshold or beyond the
runway end to enhance the safety and protection of people and
property on the ground.
10-55 Runway Safety Area (RSA) A defined surface surrounding the runway prepared or suitable
for reducing the risk of damage to aircraft. See the construction
safety and phasing plan (CSPP) for limits of the RSA.
10-56 Safety Plan Compliance
Document (SPCD)
Details how the Contractor will comply with the CSPP.
10-57 Specifications A part of the contract containing the written directions and
requirements for completing the contract work. Standards for
specifying materials or testing which are cited in the contract
specifications by reference shall have the same force and effect
as if included in the contract physically.
10-58 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public agency
that submits to the FAA for an AIP grant; or a private Owner of a
public-use airport that submits to the FAA an application for an
AIP grant for the airport.
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 7 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-59 Structures Airport facilities such as bridges; culverts; catch basins, inlets,
retaining walls, cribbing; storm and sanitary sewer lines; water
lines; underdrains; electrical ducts, manholes, handholes, lighting
fixtures and bases; transformers; navigational aids; buildings;
vaults; and, other manmade features of the airport that may be
encountered in the work and not otherwise classified herein.
10-60 Subgrade The soil that forms the pavement foundation.
10-61 Superintendent The Contractor’s executive representative who is present on the
work during progress, authorized to receive and fulfill
instructions from the RPR, and who shall supervise and direct the
construction.
10-62 Supplemental Agreement A written agreement between the Contractor and the Owner that
establishes the basis of payment and contract time adjustment, if
any, for the work affected by the supplemental agreement. A
supplemental agreement is required if: (1) in scope work would
increase or decrease the total amount of the awarded contract by
more than 25%: (2) in scope work would increase or decrease the
total of any major contract item by more than 25%; (3) work that
is not within the scope of the originally awarded contract; or (4)
adding or deleting of a major contract item.
10-63 Surety The corporation, partnership, or individual, other than the
Contractor, executing payment or performance bonds that are
furnished to the Owner by the Contractor.
10-64 Taxilane A taxiway designed for low speed movement of aircraft between
aircraft parking areas and terminal areas.
10-65 Taxiway The portion of the air operations area of an airport that has been
designated by competent airport authority for movement of
aircraft to and from the airport’s runways, aircraft parking areas,
and terminal areas.
10-66 Taxiway/Taxilane Safety
Area (TSA)
A defined surface alongside the taxiway prepared or suitable for
reducing the risk of damage to an aircraft. See the construction
safety and phasing plan (CSPP) for limits of the TSA.
10-67 Work The furnishing of all labor, materials, tools, equipment, and
incidentals necessary or convenient to the Contractor’s
performance of all duties and obligations imposed by the
contract, plans, and specifications.
CENTURY WEST ENGINEERING Section 10 Definition of Terms - 8 of 8 APRIL 2025 | #35022.008.02
Paragraph
Number
Term Definition
10-68 Working day A working day shall be any day other than a legal holiday,
Saturday, or Sunday on which the normal working forces of the
Contractor may proceed with regular work for at least six (6)
hours toward completion of the contract. When work is
suspended for causes beyond the Contractor’s control, it will not
be counted as a working day. Saturdays, Sundays and holidays
on which the Contractor’s forces engage in regular work will be
considered as working days.
10-69 Day Unless otherwise stated, the term “day” shall be taken to mean a
calendar day of 24 hours, beginning at 12:00 midnight.
Saturdays, Sundays, and Holidays shall be included.
10-70 Final Completion The completion of all of the work called for under the contract
including but not limited to, if applicable, satisfactory operation
of all equipment, by means of acceptance tests, correction of all
punch list items to the satisfaction of the Owner, settlement of all
claims, if any, payment and release of records of all construction
and like liens, delivery of all guarantees, equipment operation
and maintenance manuals, as-built drawings, building certificate
required prior to occupancy, electrical certificates, mechanical
certificates, plumbing certificates, all other required approvals
and acceptances by City, county and state governments, or other
authority having jurisdiction, and removal of all rubbish, tools,
scaffolding, equipment, and surplus materials and equipment
from the job site.
10-71 Lump Sum A method of payment providing for one all-inclusive cost for
the work or for a particular portion of the work.
10-72 Punch List A list prepared by the Owner of the Contractor’s incomplete or
uncorrected work.
10-73 Substantial Completion Substantial completion shall be that degree of completion of the
project or a defined portion of the project, sufficient to enable the
Owner, at his discretion, to safely and conveniently use the
project or defined portion of the project for the purposes for
which it was intended during all hours of operation. Substantial
completion shall not be construed as acceptance of the work or
any part thereof by the Owner.
10-74 Unit Price A contract item of work providing for payment based on a
specified unit of measurement; e.g. lineal feet or tons.
END OF SECTION 10
CENTURY WEST ENGINEERING Section 20 Proposal Requirements - 1 of 4 APRIL 2025 | #35022.008.02
Section 20 Proposal Requirements and Conditions
20-01 Advertisement (Notice to Bidders). The time, place, and stipulation of all bid proposals has been
advertised in a manner as prescribed by law and is contained in the “Call for Bids.”
20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of
financial responsibility to perform the work to the Owner at the time of bid opening.
Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder’s past
experience on similar work, and a list of equipment and a list of key personnel that would be available for
the work.
Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. Evidence of
financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of
the bidder’s financial resources and liabilities as of the last calendar year or the bidder’s last fiscal year.
Such statements or reports shall be certified by a public accountant. At the time of submitting such
financial statements or reports, the bidder shall further certify whether their financial responsibility is
approximately the same as stated or reported by the public accountant. If the bidder’s financial
responsibility has changed, the bidder shall qualify the public accountant’s statement or report to reflect
the bidder’s true financial condition at the time such qualified statement or report is submitted to the
Owner.
Unless otherwise specified, a bidder may submit evidence that they are prequalified with the State
Highway Division and are on the current “bidder’s list” of the state in which the proposed work is
located. Evidence of State Highway Division prequalification may be submitted as evidence of financial
responsibility in lieu of the certified statements or reports specified above.
20-03 Contents of proposal forms. The Owner's proposal forms state the location and description of the
proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities
of the various items of work to be performed and materials to be furnished for which unit bid prices are
asked. The proposal form states the time in which the work must be completed, and the amount of the
proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals
properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may
cause the Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals.
Mobilization is limited to 10 percent of the total project cost.
A prebid conference will be held to discuss as a minimum, the following items: material requirements;
submittals; Quality Control/Quality Assurance requirements; the construction safety and phasing plan
including airport access and staging areas; and unique airfield paving construction requirements. The
date, time, and location of the prebid conference are included in the “Call for Bids.”
20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a
prospective bidder if the bidder is in default for any of the following reasons:
a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited,
or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in
force with the Owner at the time the Owner issues the proposal to a prospective bidder.
c. Documented record of Contractor default under previous contracts with the Owner.
CENTURY WEST ENGINEERING Section 20 Proposal Requirements - 2 of 4 APRIL 2025 | #35022.008.02
d. Documented record of unsatisfactory work on previous contracts with the Owner.
20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done
and materials to be furnished under these specifications is given in the proposal. It is the result of careful
calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the
award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities
involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception
because of such estimates of quantities, or of the character, location, or other conditions pertaining to the
work. Payment to the Contractor will be made only for the actual quantities of work performed or
materials furnished in accordance with the plans and specifications. It is understood that the quantities
may be increased or decreased as provided in the Section 40, paragraph 40-02, Alteration of Work and
Quantities, without in any way invalidating the unit bid prices.
20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the
site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy
themselves to the character, quality, and quantities of work to be performed, materials to be furnished,
and to the requirements of the proposed contract. The submission of a proposal shall be prima facie
evidence that the bidder has made such examination and is satisfied to the conditions to be encountered in
performing the work and the requirements of the proposed contract, plans, and specifications.
The Contractor is expected to determine the nature and location of the work, the general and local
conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of
materials, availability of labor, water, electric power, roads, and uncertainties of weather, or similar
physical conditions at the site, the conformation and conditions of the ground, the character of equipment
and facilities needed preliminary and during the prosecution of the work and all other matters which can
in any way affect the work or the cost thereof under this contract.
The Owner assumes no responsibility for any representations made by any of its officers or agents during
or prior to the execution of this contract, unless (1) such representations are expressly stated in the
contract; and (2) the contract expressly provides that the responsibility therefore is assumed by the
Owner. Representations for which liability is not expressly assumed by the Owner in the contract shall be
deemed only for the information of the Contractor.
Boring logs and other records of subsurface investigations and tests are available for inspection of
bidders. It is understood and agreed that such subsurface information, whether included in the plans,
specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner’s
design and estimating purposes only. Such information has been made available for the convenience of all
bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions,
deductions, or conclusions which the bidder may make or obtain from their own examination of the
boring logs and other records of subsurface investigations and tests that are furnished by the Owner.
Information derived from inspection of test results, of topographic maps, or from plans showing location
of utilities and structures will not in any way relieve the Contractor from any risk, or from properly
examining the site and making such additional investigations as he or she may elect, or from properly
fulfilling all the terms of the contract documents.
20-07 Preparation of proposal. The bidder shall submit their proposal on the forms furnished by the
Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, must be correctly filled
in where indicated for each and every item for which a quantity is given. The bidder shall state the price
(written in ink or typed) both in words and numerals which they propose for each pay item furnished in
the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall
govern.
CENTURY WEST ENGINEERING Section 20 Proposal Requirements - 3 of 4 APRIL 2025 | #35022.008.02
The bidder shall correctly sign the proposal in ink. If the proposal is made by an individual, their name
and post office address must be shown. If made by a partnership, the name and post office address of each
member of the partnership must be shown. If made by a corporation, the person signing the proposal shall
give the name of the state where the corporation was chartered and the name, titles, and business address
of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of
their authority to do so and that the signature is binding upon the firm or corporation.
20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and
conditions contained in the Owner’s invitation for bid. It is the Owner’s responsibility to decide if the
exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing
to accept.
A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed
procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity,
compliance with public policy, record of past performance, and financial and technical resources.
20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the Owner, or if the Owner’s form is
altered, or if any part of the proposal form is detached.
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind
that make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the
case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
d. If the proposal contains unit prices that are obviously unbalanced.
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
f. If the applicable Disadvantaged Business Enterprise information is incomplete.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such
waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the
letting of construction contracts.
20-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or
other specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or
collateral, shall be made payable to the Owner.
20-11 Delivery of proposal. See “Information for Bidders.”
20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one
proposal and submission of another) a proposal provided that the bidder’s request for withdrawal is
received by the Owner in writing or by email before the time specified for opening bids. Revised
proposals must be received at the place specified in the advertisement before the time specified for
opening all bids.
A low bidder on a public works project who claims error and fails to enter into a contract is prohibited
from bidding on the same project if a second or subsequent call for bids is made for the project.
20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place
specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to
attend. Proposals that have been withdrawn (by written or email request) or received after the time
specified for opening bids shall be returned to the bidder unopened.
20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following
reasons:
CENTURY WEST ENGINEERING Section 20 Proposal Requirements - 4 of 4 APRIL 2025 | #35022.008.02
a. Submitting more than one proposal from the same partnership, firm, or corporation under the same
or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified
as bidders for any future work of the Owner until any such participating bidder has been reinstated by the
Owner as a qualified bidder.
c. If the bidder is considered to be in “default” for any reason specified in paragraph 20-04, Issuance
of Proposal Forms, of this section.
20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the
project bid documents shall immediately notify the Owner’s Engineer of the matter. A bidder that has
doubt as to the true meaning of a project requirement may submit to the Owner’s Engineer a written
request for interpretation no later than 5 days prior to bid opening.
Any interpretation of the project bid documents by the Owner’s Engineer will be by written addendum
issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the
bidding documents in any manner other than written addendum.
END OF SECTION 20
CENTURY WEST ENGINEERING Section 30 Award and Execution of Contract - 1 of 2 APRIL 2025 | #35022.008.02
Section 30 Award and Execution of Contract
30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be
compared on the basis of the summation of the products obtained by multiplying the estimated quantities
shown in the proposal by the unit bid prices. If a bidder’s proposal contains a discrepancy between unit
bid prices written in words and unit bid prices written in numbers, the unit bid price written in words shall
govern.
Until the award of a contract is made, the Owner reserves the right to reject a bidder’s proposal for any of
the following reasons:
a. If the proposal is irregular as specified in Section 20, paragraph 20-09, Irregular Proposals.
b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14,
Disqualification of Bidders.
In addition, until the award of a contract is made, the Owner reserves the right to reject any or all
proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance
with applicable state and local laws or regulations pertaining to the letting of construction contracts;
advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the
Owner’s best interests.
30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 150
calendar days of the date specified for publicly opening proposals, unless otherwise specified herein.
Contract Award may be extended beyond 150 days if mutually agreed upon by the City and the Bidder.
If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible
bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the
lowest in price. See “Information for Bidders” for basis of award.
30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the
bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all
parties and is approved by the Owner in accordance with paragraph 30-07 Approval of Contract.
30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders,
will be returned immediately after the Owner has made a comparison of bids as specified in the paragraph
30-01, Consideration of Proposals. Proposal guaranties of the two lowest bidders will be retained by the
Owner until such time as an award is made, at which time, the unsuccessful bidder’s proposal guaranty
will be returned. The successful bidder’s proposal guaranty will be returned as soon as the Owner
receives the contract bonds as specified in paragraph 30-05, Requirements of Contract Bonds.
30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful
bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the
surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred
by reason of the Contractor’s performance of the work. The surety and the form of the bond or bonds
shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds
shall be in a sum equal to the full amount of the contract.
30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for
entering into the contract and return the signed contract to the Owner, along with the fully executed surety
CENTURY WEST ENGINEERING Section 30 Award and Execution of Contract - 2 of 2 APRIL 2025 | #35022.008.02
bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 10
calendar days after Notice of Award.
30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been
executed by the successful bidder, the Owner shall complete the execution of the contract in accordance
with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the
fully executed contract to the Contractor shall constitute the Owner’s approval to be bound by the
successful bidder’s proposal and the terms of the contract.
30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an
acceptable surety bond or bonds within the period specified in paragraph 30-06, Execution of Contract, of
this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as
a penalty, but as liquidated damages to the Owner.
END OF SECTION 30
CENTURY WEST ENGINEERING Section 40 Scope of Work - 1 of 3 APRIL 2025 | #35022.008.02
Section 40 Scope of Work
40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in
every detail, of the work described. It is further intended that the Contractor shall furnish all labor,
materials, equipment, tools, transportation, and supplies required to complete the work in accordance with
the plans, specifications, and terms of the contract.
40-02 Alteration of work and quantities. The Owner reserves the right to make such changes in
quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original
intended work. Unless otherwise specified in the Contract, the Owner’s Engineer or RPR shall be and is
hereby authorized to make, in writing, such in-scope alterations in the work and variation of quantities as
may be necessary to complete the work, provided such action does not represent a significant change in
the character of the work.
For purpose of this section, a significant change in character of work means: any change that is outside
the current contract scope of work; any change (increase or decrease) in the total contract cost by more
than 25%; or any change in the total cost of a major contract item by more than 25%.
Work alterations and quantity variances that do not meet the definition of significant change in character
of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for
such work alterations and quantity variances in accordance with Section 90, paragraph 90-03,
Compensation for Altered Quantities.
Should the value of altered work or quantity variance meet the criteria for significant change in character
of work, such altered work and quantity variance shall be covered by a supplemental agreement.
Supplemental agreements shall also require consent of the Contractor’s surety and separate performance
and payment bonds. If the Owner and the Contractor are unable to agree on a unit adjustment for any
contract item that requires a supplemental agreement, the Owner reserves the right to terminate the
contract with respect to the item and make other arrangements for its completion.
40-03 Omitted items. The Owner, the Owner’s Engineer or the RPR may provide written notice to the
Contractor to omit from the work any contract item that does not meet the definition of major contract
item. Major contract items may be omitted by a supplemental agreement. Such omission of contract items
shall not invalidate any other contract provision or requirement.
Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid
for all work performed toward completion of such item prior to the date of the order to omit such item.
Payment for work performed shall be in accordance with Section 90, paragraph 90-04, Payment for
Omitted Items.
40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an
item of work not provided for in the awarded contract as previously modified by change order or
supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change
orders for extra work shall contain agreed unit prices for performing the change order work in accordance
with the requirements specified in the order, and shall contain any adjustment to the contract time that, in
the RPR’s opinion, is necessary for completion of the extra work.
When determined by the RPR to be in the Owner’s best interest, the RPR may order the Contractor to
proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work
that is necessary for acceptable completion of the project, but is not within the general scope of the work
CENTURY WEST ENGINEERING Section 40 Scope of Work - 2 of 3 APRIL 2025 | #35022.008.02
covered by the original contract shall be covered by a supplemental agreement as defined in Section 10,
paragraph 10-59, Supplemental Agreement.
If extra work is essential to maintaining the project critical path, RPR may order the Contractor to
commence the extra work under a Time and Material contract method. Once sufficient detail is available
to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or
supplemental agreement to cover the extra work.
Any claim for payment of extra work that is not covered by written agreement (change order or
supplemental agreement) shall be rejected by the Owner.
40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well
as the Contractor’s equipment and personnel, is the most important consideration. The Contractor shall
maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP).
a. It is understood and agreed that the Contractor shall provide for the free and unobstructed
movement of aircraft in the air operations areas (AOAs) of the airport with respect to their own operations
and the operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of
Operations. It is further understood and agreed that the Contractor shall provide for the uninterrupted
operation of visual and electronic signals (including power supplies thereto) used in the guidance of
aircraft while operating to, from, and upon the airport as specified in Section 70, paragraph 70-15,
Contractor’s Responsibility for Utility Service and Facilities of Others.
b. With respect to their own operations and the operations of all subcontractors, the Contractor shall
provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles,
storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-
rescue equipment, or maintenance vehicles at the airport in accordance with the construction safety and
phasing plan (CSPP) and the safety plan compliance document (SPCD).
c. When the contract requires the maintenance of an existing road, street, or highway during the
Contractor’s performance of work that is otherwise provided for in the contract, plans, and specifications,
the Contractor shall keep the road, street, or highway open to all traffic and shall provide maintenance as
may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the
repair to equal or better than preconstruction conditions of any damage caused by the Contractor’s
equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs,
flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform
Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The
Contractor shall also construct and maintain in a safe condition any temporary connections necessary for
ingress to and egress from abutting property or intersecting roads, streets or highways.
40-06 Removal of existing structures. All existing structures encountered within the established lines,
grades, or grading sections shall be removed by the Contractor, unless such existing structures are
otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the
work or to remain in place. The cost of removing such existing structures shall not be measured or paid
for directly, but shall be included in the various contract items.
Should the Contractor encounter an existing structure (above or below ground) in the work for which the
disposition is not indicated on the plans, the Resident Project Representative (RPR) shall be notified prior
to disturbing such structure. The disposition of existing structures so encountered shall be immediately
determined by the RPR in accordance with the provisions of the contract.
Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it
is intended that all existing materials or structures that may be encountered (within the lines, grades, or
grading sections established for completion of the work) shall be used in the work as otherwise provided
for in the contract and shall remain the property of the Owner when so used in the work.
CENTURY WEST ENGINEERING Section 40 Scope of Work - 3 of 3 APRIL 2025 | #35022.008.02
40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material
such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines,
grades, or grading sections, the use of which is intended by the terms of the contract to be embankment,
the Contractor may at their own option either:
a. Use such material in another contract item, providing such use is approved by the RPR and is in
conformance with the contract specifications applicable to such use; or,
b. Remove such material from the site, upon written approval of the RPR; or
c. Use such material for the Contractor’s own temporary construction on site; or,
d. Use such material as intended by the terms of the contract.
Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the RPR’s approval
in advance of such use.
Should the RPR approve the Contractor’s request to exercise option a., b., or c., the Contractor shall be
paid for the excavation or removal of such material at the applicable contract price. The Contractor shall
replace, at their expense, such removed or excavated material with an agreed equal volume of material
that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such
replacement material is needed to complete the contract work. The Contractor shall not be charged for use
of such material used in the work or removed from the site.
Should the RPR approve the Contractor’s exercise of option a., the Contractor shall be paid, at the
applicable contract price, for furnishing and installing such material in accordance with requirements of
the contract item in which the material is used.
It is understood and agreed that the Contractor shall make no claim for delays by reason of their own
exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a
structure which is located outside the lines, grades, or grading sections established for the work, except
where such excavation or removal is provided for in the contract, plans, or specifications.
40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be
made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded
materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all
brush and woods within the limits indicated and shall leave the site in a neat and presentable condition.
The Contractor shall restore the work area to a satisfactory condition with no remaining FOD (foreign
object debris), including non-adhered pavement marking glass beads, as determined by the Engineer. All
areas used by the Contractor in connection with the work shall be properly cleared of all rubbish and
waste materials and properly graded to drain and blend in with the abutting property. Material cleared
from the site and deposited on adjacent property will not be considered as having been disposed of
satisfactorily, unless the Contractor has obtained the written permission of the property Owner.
END OF SECTION 40
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING Section 50 Control of Work - 1 of 5 APRIL 2025 | #35022.008.02
Section 50 Control of Work
50-01 Authority of the Resident Project Representative (RPR). The RPR has final authority regarding
the interpretation of project specification requirements. The RPR shall determine acceptability of the
quality of materials furnished, method of performance of work performed, and the manner and rate of
performance of the work. The RPR does not have the authority to accept work that does not conform to
specification requirements.
50-02 Conformity with plans and specifications. All work and all materials furnished shall be in
reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material
requirements, and testing requirements that are specified (including specified tolerances) in the contract,
plans, or specifications.
If the RPR finds the materials furnished, work performed, or the finished product not within reasonably
close conformity with the plans and specifications, but that the portion of the work affected will, in their
opinion, result in a finished product having a level of safety, economy, durability, and workmanship
acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be
accepted and remain in place. The RPR will document the determination and recommend to the Owner a
basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the
work. Changes in the contract price must be covered by contract change order or supplemental agreement
as applicable.
If the RPR finds the materials furnished, work performed, or the finished product are not in reasonably
close conformity with the plans and specifications and have resulted in an unacceptable finished product,
the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense
of the Contractor in accordance with the RPR’s written orders.
The term “reasonably close conformity” shall not be construed as waiving the Contractor’s responsibility
to complete the work in accordance with the contract, plans, and specifications. The term shall not be
construed as waiving the RPR’s responsibility to insist on strict compliance with the requirements of the
contract, plans, and specifications during the Contractor’s execution of the work, when, in the RPR’s
opinion, such compliance is essential to provide an acceptable finished portion of the work.
The term “reasonably close conformity” is also intended to provide the RPR with the authority, after
consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to
accept work that is not in strict conformity, but will provide a finished product equal to or better than that
required by the requirements of the contract, plans and specifications.
The RPR will not be responsible for the Contractor’s means, methods, techniques, sequences, or
procedures of construction or the safety precautions incident thereto.
50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all
referenced standards cited are essential parts of the contract requirements. If electronic files are provided
and used on the project and there is a conflict between the electronic files and hard copy plans, the hard
copy plans shall govern. A requirement occurring in one is as binding as though occurring in all. They
are intended to be complementary and to describe and provide for a complete work. In case of
discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications
shall govern over contract general provisions, plans, cited standards for materials or testing, and cited
advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials
or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If
CENTURY WEST ENGINEERING Section 50 Control of Work - 2 of 5 APRIL 2025 | #35022.008.02
any paragraphs contained in the Special Provisions conflict with General Provisions or Technical
Specifications, the Special Provisions shall govern.
From time to time, discrepancies within cited testing standards occur due to the timing of the change,
edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within
standard test methods, the Contractor shall immediately ask the RPR for an interpretation and decision,
and such decision shall be final.
The Contractor shall not take advantage of any apparent error or omission on the plans or specifications.
In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately
notify the Owner or the designated representative in writing requesting their written interpretation and
decision.
50-04 List of Special Provisions. See “Supplementary Conditions.”
50-05 Cooperation of Contractor. The Contractor shall be supplied with two hard copies or an
electronic PDF of the plans and specifications. The Contractor shall have available on the construction
site at all times one hardcopy each of the plans and specifications. Additional hard copies of plans and
specifications may be obtained by the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall
cooperate with the RPR and their inspectors and with other Contractors in every way possible. The
Contractor shall have a competent superintendent on the work at all times who is fully authorized as their
agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans
and specifications and shall receive and fulfill instructions from the RPR or their authorized
representative.
50-06 Cooperation between Contractors. The Owner reserves the right to contract for and perform
other or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall conduct the
work not to interfere with or hinder the progress of completion of the work being performed by other
Contractors. Contractors working on the same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with their own
contract and shall protect and hold harmless the Owner from any and all damages or claims that may arise
because of inconvenience, delays, or loss experienced because of the presence and operations of other
Contractors working within the limits of the same project.
The Contractor shall arrange their work and shall place and dispose of the materials being used to not
interfere with the operations of the other Contractors within the limits of the same project. The Contractor
shall join their work with that of the others in an acceptable manner and shall perform it in proper
sequence to that of the others.
50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and
vertical control. The establishment of Survey Control and/or reestablishment of survey control shall be
by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and
vertical controls established by Engineer/RPR. In case of negligence on the part of the Contractor or their
employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be
deducted as a liquidated damage against the Contractor.
Prior to the start of construction, the Contractor will check all control points for horizontal and vertical
accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for
the project. All lines, grades and measurements from control points necessary for the proper execution
and control of the work on this project will be provided to the RPR. The Contractor is responsible to
establish all layout required for the construction of the project.
CENTURY WEST ENGINEERING Section 50 Control of Work - 3 of 5 APRIL 2025 | #35022.008.02
Copies of survey notes will be provided to the RPR for each area of construction and for each placement
of material as specified to allow the RPR to make periodic checks for conformance with plan grades,
alignments and grade tolerances required by the applicable material specifications. Surveys will be
provided to the RPR prior to commencing work items that cover or disturb the survey staking. Survey(s)
and notes shall be provided in the following format(s): Hard copy of notes, comma delimited text file,
XML, and AutoCAD.
Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary.
In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in
established grades, alignment or grade tolerances that do not concur with those specified or shown on the
plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at
no additional cost to the Owner.
See Technical Provision C-140 for additional construction staking requirements. Payment for this labor,
materials, or other expenses will be made under C-140.
50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be authorized
to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of
the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are
not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to
issue instructions contrary to the plans and specifications or to act as foreman for the Contractor.
QA Inspectors are authorized to notify the Contractor or their representatives of any failure of the work or
materials to conform to the requirements of the contract, plans, or specifications and to reject such
nonconforming materials in question until such issues can be referred to the RPR for a decision.
50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to
inspection. The RPR shall be allowed access to all parts of the work and shall be furnished with such
information and assistance by the Contractor as is required to make a complete and detailed inspection.
If the RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover
such portions of the finished work as may be directed. After examination, the Contractor shall restore said
portions of the work to the standard required by the specifications. Should the work thus exposed or
examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making
good of the parts removed will be paid for as extra work; but should the work so exposed or examined
prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the
parts removed will be at the Contractor’s expense.
Provide advance written notice to the RPR of work the Contractor plans to perform each week and each
day. Any work done or materials used without written notice and allowing opportunity for inspection by
the RPR may be ordered removed and replaced at the Contractor’s expense.
Should the contract work include relocation, adjustment, or any other modification to existing facilities,
not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall
have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to
the contract, and shall in no way interfere with the rights of the parties to this contract.
50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the
requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise
determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and
Specifications.
Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through
carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed
immediately and replaced in an acceptable manner in accordance with the provisions of Section 70,
paragraph 70-14, Contractor’s Responsibility for Work.
CENTURY WEST ENGINEERING Section 50 Control of Work - 4 of 5 APRIL 2025 | #35022.008.02
No removal work made under provision of this paragraph shall be done without lines and grades having
been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the
lines shown on the plans or as established by the RPR, except as herein specified, or any extra work done
without authority, will be considered as unauthorized and will not be paid for under the provisions of the
contract. Work so done may be ordered removed or replaced at the Contractor’s expense.
Upon failure on the part of the Contractor to comply with any order of the RPR made under the
provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or
removed and replaced; and unauthorized work to be removed and recover the resulting costs as a
liquidated damage against the Contractor.
50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of
materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor
of liability for damage that may result from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to any other
type of construction will not be permitted. Hauling of materials over the base course or surface course
under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base,
or structure before the expiration of the curing period. The Contractor, at their own expense, shall be
responsible for the repair to equal or better than preconstruction conditions of any damage caused by the
Contractor’s equipment and personnel.
50-12 Maintenance during construction. The Contractor shall maintain the work during construction
and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted
day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at
all times.
In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the
Contractor shall maintain the previous course or subgrade during all construction operations.
All costs of maintenance work during construction and before the project is accepted shall be included in
the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount
for such work.
50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as
provided in paragraph 50-12, Maintenance during Construction, the RPR shall immediately notify the
Contractor of such noncompliance. Such notification shall specify a reasonable time within which the
Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will
give due consideration to the exigency that exists.
Should the Contractor fail to respond to the RPR’s notification, the Owner may suspend any work
necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency
that exists. Any maintenance cost incurred by the Owner, shall be recovered as a liquidated damage
against the Contractor.
50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially
completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the
Contractor may request the RPR to make final inspection of that unit. If the RPR finds upon inspection
that the unit has been satisfactorily completed in compliance with the contract, the RPR may accept it as
being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial
acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract.
50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire
project, the RPR and Owner will make an inspection. If all construction provided for and contemplated by
the contract is found to be complete in accordance with the contract, plans, and specifications, such
CENTURY WEST ENGINEERING Section 50 Control of Work - 5 of 5 APRIL 2025 | #35022.008.02
inspection shall constitute the final inspection. The RPR shall notify the Contractor in writing of final
acceptance as of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the RPR will
notify the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of the
work, another inspection will be made which shall constitute the final inspection, provided the work has
been satisfactorily completed. In such event, the RPR will make the final acceptance and notify the
Contractor in writing of this acceptance as of the date of final inspection.
50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional
compensation is due for work or materials not clearly provided for in the contract, plans, or specifications
or previously authorized as extra work, the Contractor shall notify the RPR in writing of their intention to
claim such additional compensation before the Contractor begins the work on which the Contractor bases
the claim. If such notification is not given or the RPR is not afforded proper opportunity by the Contractor
for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim
for such additional compensation. Such notice by the Contractor and the fact that the RPR has kept
account of the cost of the work shall not in any way be construed as proving or substantiating the validity
of the claim. When the work on which the claim for additional compensation is based has been
completed, the Contractor shall, within 10 calendar days, submit a written claim to the RPR who will
present it to the Owner for consideration in accordance with local laws or ordinances.
Nothing in this subsection shall be construed as a waiver of the Contractor’s right to dispute final
payment based on differences in measurements or computations.
END OF SECTION 50
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING Section 60 Control of Materials - 1 of 3 APRIL 2025 | #35022.008.02
Section 60 Control of Materials
60-01 Source of supply and quality requirements. The materials used in the work shall conform to the
requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are
manufactured or processed shall be new (as compared to used or reprocessed).
In order to expedite the inspection and testing of materials, the Contractor shall furnish documentation to
the RPR as to the origin, composition, and manufacture of all materials to be used in the work.
Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to
delivery of such materials.
At the RPR’s option, materials may be approved at the source of supply before delivery. If it is found
after trial that sources of supply for previously approved materials do not produce specified products, the
Contractor shall furnish materials from other sources.
The Contractor shall furnish airport lighting equipment that meets the requirements of the specifications;
and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that
is in effect on the date of advertisement.
60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested,
and approved by the RPR before incorporation in the work unless otherwise designated. Any work in
which untested materials are used without approval or written permission of the RPR shall be performed
at the Contractor’s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if
directed by the RPR, shall be removed at the Contractor’s expense.
Unless otherwise designated, quality assurance tests will be made by and at the expense of the Owner in
accordance with the cited standard methods of ASTM, American Association of State Highway and
Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other
cited methods, which are current on the date of advertisement for bids.
The testing organizations performing on-site quality assurance field tests shall have copies of all
referenced standards on the construction site for use by all technicians and other personnel. Unless
otherwise designated, samples for quality assurance will be taken by a qualified representative of the
RPR. All materials being used are subject to inspection, test, or rejection at any time prior to or during
incorporation into the work. Copies of all tests will be furnished to the Contractor’s representative at their
request after review and approval of the RPR.
A copy of all Contractor QC test data shall be provided to the RPR daily, along with reports, in PDF
format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall
submit a final report to the RPR showing all test data reports, plus an analysis of all results showing
ranges, averages, and corrective action taken on all failing tests.
The Contractor shall employ a Quality Control (QC) testing organization to perform all Contractor
required QC tests in accordance with Item C-100 Contractor Quality Control Program (CQCP).
60-03 Certification of compliance/analysis (COC/COA). The RPR may permit the use, prior to
sampling and testing, of certain materials or assemblies when accompanied by manufacturer’s COC
stating that such materials or assemblies fully comply with the requirements of the contract. The
certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the
work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA
is the manufacturer’s COC and includes all applicable test results.
CENTURY WEST ENGINEERING Section 60 Control of Materials - 2 of 3 APRIL 2025 | #35022.008.02
Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any
time and if found not to be in conformity with contract requirements will be subject to rejection whether
in place or not.
The form and distribution of certificates of compliance shall be as approved by the RPR.
When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish
the specified “or equal,” the Contractor shall be required to furnish the manufacturer’s certificate of
compliance for each lot of such material or assembly delivered to the work. Such certificate of
compliance shall clearly identify each lot delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality or dimensional requirements; and,
b. Suitability of the material or assembly for the use intended in the contract work.
The RPR shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work.
The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of
certificates of compliance.
60-04 Plant inspection. The RPR or their authorized representative may inspect, at its source, any
specified material or assembly to be used in the work. Manufacturing plants may be inspected from time
to time for the purpose of determining compliance with specified manufacturing methods or materials to
be used in the work and to obtain samples required for acceptance of the material or assembly.
Should the RPR conduct plant inspections, the following conditions shall exist:
a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom
the Contractor has contracted for materials.
b. The RPR shall have full entry at all reasonable times to such parts of the plant that concern the
manufacture or production of the materials being furnished.
c. If required by the RPR, the Contractor shall arrange for adequate office or working space that may
be reasonably needed for conducting plant inspections. Place office or working space in a convenient
location with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest any material that has been tested
and approved at the source of supply after it has been delivered to the site. The RPR shall have the right to
reject only material which, when retested, does not meet the requirements of the contract, plans, or
specifications.
60-05 Engineer/ Resident Project Representative (RPR) field office. An Engineer/RPR field office is
not required.
60-06 Storage of materials. Materials shall be stored to assure the preservation of their quality and
fitness for the work. Stored materials, even though approved before storage, may again be inspected prior
to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The
Contractor shall coordinate the storage of all materials with the RPR. Materials to be stored on airport
property shall not create an obstruction to air navigation nor shall they interfere with the free and
unobstructed movement of aircraft. Unless otherwise shown on the plans and/or CSPP, the storage of
materials and the location of the Contractor’s plant and parked equipment or vehicles shall be as directed
by the RPR. Private property shall not be used for storage purposes without written permission of the
Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for
the storage of materials on private property. Upon request, the Contractor shall furnish the RPR a copy of
the property Owner’s permission.
CENTURY WEST ENGINEERING Section 60 Control of Materials - 3 of 3 APRIL 2025 | #35022.008.02
All storage sites on private or airport property shall be restored to their original condition by the
Contractor at their expense, except as otherwise agreed to (in writing) by the Owner or lessee of the
property.
60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of
the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The
Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise
instructed by the RPR.
Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be
returned to the site of the work until such time as the RPR has approved its use in the work.
60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the
work, except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be
made available to the Contractor at the location specified.
All costs of handling, transportation from the specified location to the site of work, storage, and installing
Owner-furnished materials shall be included in the unit price bid for the contract item in which such
Owner-furnished material is used.
After any Owner-furnished material has been delivered to the location specified, the Contractor shall be
responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor’s
handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due
or to become due the Contractor any cost incurred by the Owner in making good such loss due to the
Contractor’s handling, storage, or use of Owner-furnished materials.
END OF SECTION 60
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING Section 70 Legal Regulations - 1 of 6 APRIL 2025 | #35022.008.02
Section 70 Legal Regulations and Responsibility to Public
70-01 Laws to be observed. The Contractor shall keep fully informed of all federal and state laws, all
local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any
jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in
any way affect the conduct of the work. The Contractor shall at all times observe and comply with all
such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all
their officers, agents, or servants against any claim or liability arising from or based on the violation of
any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor’s
employees.
70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges,
fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work.
Permits to be obtained by the Contractor are expected to include, but are not limited to, the following:
· Washington State Department of Ecology Construction Stormwater General Permit
· L&I Electrical Permit
The following permits are anticipated to be obtained by the Owner and furnished to the Contractor before
the Notice to Proceed is issued:
· City of Renton Land Use Permit
· City of Renton Civil Construction Permit
· City of Renton Building Permit
70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any
design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide
for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall
indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims
for infringement by reason of the use of any such patented design, device, material or process, or any
trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it
may be obliged to pay by reason of an infringement, at any time during the execution or after the
completion of the work.
70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the
construction, reconstruction, or maintenance of any public or private utility service, FAA or National
Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government
agency at any time during the progress of the work. To the extent that such construction, reconstruction,
or maintenance has been coordinated with the Owner, such authorized work (by others) is shown on the
plans and is indicated as follows: None.
Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or
otherwise disturb such utility services or facilities located within the limits of the work without the
written permission of the RPR.
Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of
another government agency be authorized to construct, reconstruct, or maintain such utility service or
facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging
and performing the work in this contract to facilitate such construction, reconstruction or maintenance by
CENTURY WEST ENGINEERING Section 70 Legal Regulations - 2 of 6 APRIL 2025 | #35022.008.02
others whether or not such work by others is listed above. When ordered as extra work by the RPR, the
Contractor shall make all necessary repairs to the work which are due to such authorized work by others,
unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the
Contractor shall not be entitled to make any claim for damages due to such authorized work by others or
for any delay to the work resulting from such authorized work.
70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for
some portion of the contract costs. The contract work is subject to the inspection and approval of duly
authorized representatives of the FAA Administrator. No requirement of this contract shall be construed
as making the United States a party to the contract nor will any such requirement interfere, in any way,
with the rights of either party to the contract.
70-06 Sanitary, health, and safety provisions. The Contractor’s worksite and facilities shall comply
with applicable federal, state, and local requirements for health, safety and sanitary provisions.
The Contractor shall provide and maintain sanitary facilities for employees and subcontractors’
employees that will comply with the regulations of the State and local departments of health and as
directed by the Engineer.
70-07 Public convenience and safety. The Contractor shall control their operations and those of their
subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all
circumstances, safety shall be the most important consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with
respect to their own operations and those of their own subcontractors and all suppliers in accordance with
Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience
and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations.
The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent
intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the
work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and
reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and
recover the resulting costs as a liquidated damage against the Contractor. The Contractor shall submit a
FOD Control Plan addressing debris control during construction. See Specification Section C-101 FOD
Prevention Controls for additional information.
70-08 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the work in
accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance
with AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP is provided in
Appendix A. See Specification Section C-103 and sheet(s) G2.1-G2.12 (Phase 1 and Phase 2) Mof the
project plans for additional information.
70-09 Use of explosives. The use of explosives is not permitted on this project.
70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for
the preservation of all public and private property, and shall protect carefully from disturbance or damage
all land monuments and property markers until the Engineer/RPR has witnessed or otherwise referenced
their location and shall not move them until directed.
The Contractor shall be responsible for all damage or injury to property of any character, during the
execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of
executing the work, or at any time due to defective work or materials, and said responsibility shall not be
released until the project has been completed and accepted.
When or where any direct or indirect damage or injury is done to public or private property by or on
account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of
CENTURY WEST ENGINEERING Section 70 Legal Regulations - 3 of 6 APRIL 2025 | #35022.008.02
the non-execution thereof by the Contractor, the Contractor shall restore, at their expense, such property
to a condition similar or equal to that existing before such damage or injury was done, by repairing, or
otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an
acceptable manner.
Where any existing structures or facilities which are intended to remain are damaged by the Contractor
during demolition or construction, the Contractor shall promptly repair or replace the damaged portion or
facility at no additional cost to the Owner.
70-11 Responsibility for damage claims. The Contractor shall indemnify and hold harmless the
Engineer/RPR and the Owner and their officers, agents, and employees from all suits, actions, or claims,
of any character, brought because of any injuries or damage received or sustained by any person, persons,
or property on account of the operations of the Contractor; or on account of or in consequence of any
neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or
because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or
amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or
amounts arising or recovered under the “Workmen’s Compensation Act,” or any other law, ordinance,
order, or decree. Money due the Contractor under and by virtue of their own contract considered
necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money
is due, their own surety may be held until such suits, actions, or claims for injuries or damages shall have
been settled and suitable evidence to that effect furnished to the Owner, except that money due the
Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is
adequately protected by public liability and property damage insurance.
70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract
that it is not intended by any of the provisions of any part of the contract to create for the public or any
member thereof, a third-party beneficiary or to authorize anyone not a party to the contract to maintain a
suit for personal injuries or property damage pursuant to the terms or provisions of the contract.
70-13 Opening sections of the work to traffic. If it is necessary for the Contractor to complete portions
of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract,
such “phasing” of the work must be specified below and indicated on the approved Construction Safety
and Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such
portions of the work on or before the date specified or as otherwise specified.
See Construction Safety and Phasing Plan in Appendix A.
Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in
accordance with Section 50, paragraph 50-14, Partial Acceptance.
No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it
become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such
openings shall be made when, in the opinion of the RPR, such portion of the work is in an acceptable
condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent
in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of
any provision of the contract. Any damage to the portion of the work so opened that is not attributable to
traffic which is permitted by the Owner shall be repaired by the Contractor at their expense.
The Contractor shall make their own estimate of the inherent difficulties involved in completing the work
under the conditions herein described and shall not claim any added compensation by reason of delay or
increased cost due to opening a portion of the contract work.
The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP.
CENTURY WEST ENGINEERING Section 70 Legal Regulations - 4 of 6 APRIL 2025 | #35022.008.02
Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade
requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety
requirements prior to opening up sections of work to traffic.
70-14 Contractor’s responsibility for work. Until the RPR’s final written acceptance of the entire
completed work, excepting only those portions of the work accepted in accordance with Section 50,
paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall take
every precaution against injury or damage to any part due to the action of the elements or from any other
cause, whether arising from the execution or from the non-execution of the work. The Contractor shall
rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by
any of the above causes before final acceptance and shall bear the expense thereof except damage to the
work due to unforeseeable causes beyond the control of and without the fault or negligence of the
Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane
or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities.
If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and
shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for
normal drainage and shall erect necessary temporary structures, signs, or other facilities at their own
expense. During such period of suspension of work, the Contractor shall properly and continuously
maintain in an acceptable growing condition all living material in newly established planting, seeding,
and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth
and other important vegetative growth against injury.
70-15 Contractor’s responsibility for utility service and facilities of others. As provided in paragraph
70-04, Restoration of Surfaces Disturbed by Others, the Contractor shall cooperate with the owner of any
public or private utility service, FAA or NOAA, or a utility service of another government agency that
may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities
during the progress of the work. In addition, the Contractor shall control their operations to prevent the
unscheduled interruption of such utility services and facilities.
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of
another governmental agency are known to exist within the limits of the contract work, the approximate
locations have been indicated on the plans and/or in the contract documents.
Contact information for facilities owned by the FAA is as shown below:
FAA Air Traffic Organization (ATO) – Technical Operations
Jeffrey Turnberg, Western Washington SSC Coordinator
(206) 423-9633
jeffrey.turnberg@faa.gov
It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the
location information relating to existing utility services, facilities, or structures that may be shown on the
plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the
Contractor of the responsibility to protect such existing features from damage or unscheduled interruption
of service.
It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the
Owners of all utility services or other facilities of their plan of operations. Such notification shall be in
writing addressed to “The Person to Contact” as provided in this paragraph and paragraph 70-04,
Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR.
In addition to the general written notification provided, it shall be the responsibility of the Contractor to
keep such individual Owners advised of changes in their plan of operations that would affect such
Owners.
CENTURY WEST ENGINEERING Section 70 Legal Regulations - 5 of 6 APRIL 2025 | #35022.008.02
Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor
shall again notify each such Owner of their plan of operation. If, in the Contractor’s opinion, the Owner’s
assistance is needed to locate the utility service or facility or the presence of a representative of the Owner
is desirable to observe the work, such advice should be included in the notification. Such notification shall
be given by the most expeditious means to reach the utility owner’s “Person to Contact” no later than two
normal business days prior to the Contractor’s commencement of operations in such general vicinity. The
Contractor shall furnish a written summary of the notification to the RPR.
The Contractor’s failure to give the two days’ notice shall be cause for the Owner to suspend the
Contractor’s operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the ground,
the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits
at such points as may be required to ensure protection from damage due to the Contractor’s operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or
otherwise, the Contractor shall immediately notify the proper authority and the RPR and shall take all
reasonable measures to prevent further damage or interruption of service. The Contractor, in such events,
shall cooperate with the utility service or facility owner and the RPR continuously until such damage has
been repaired and service restored to the satisfaction of the utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or facility
due to their operations whether due to negligence or accident. The Owner reserves the right to deduct
such costs from any monies due or which may become due the Contractor, or their own surety.
70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of
the project include existing facilities and buried cable runs that are owned, operated and maintained by
the FAA. The Contractor, during the execution of the project work, shall comply with the following:
a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site
for purposes of inspecting and maintaining all existing FAA owned facilities.
b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical
Operations/System Support Center (SSC) Point-of-Contact through the airport Owner a minimum of
seven (7) calendar days prior to commencement of construction activities in order to permit sufficient
time to locate and mark existing buried cables and to schedule any required facility outages.
c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA
Point-of-Contact a minimum of 72 hours prior to the time of the required outage.
d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the
Contractor’s equipment or personnel whether by negligence or accident will require the Contractor to
repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The
Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located
by the FAA.
e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point-of-Contact
shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves
the right to have a FAA representative on site to observe the splicing of the cables as a condition of
acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require
approval by the FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is
hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is
required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient
length of new cable that eliminates the need for any splice.
70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon
which the work is to be constructed in advance of the Contractor’s operations.
CENTURY WEST ENGINEERING Section 70 Legal Regulations - 6 of 6 APRIL 2025 | #35022.008.02
70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising
any power or authority granted by this contract, there shall be no liability upon the Engineer, RPR, their
authorized representatives, or any officials of the Owner either personally or as an official of the Owner.
It is understood that in such matters they act solely as agents and representatives of the Owner.
70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final
inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not
preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after
completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor
or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor
to fulfill their obligations under the contract. A waiver on the part of the Owner of any breach of any part
of the contract shall not be held to be a waiver of any other or subsequent breach.
The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent
defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner’s rights under any
warranty or guaranty.
70-19 Environmental protection. The Contractor shall comply with all federal, state, and local laws and
regulations controlling pollution of the environment. The Contractor shall take necessary precautions to
prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other
harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.
70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the
Contractor is advised that the site of the work is not within any property, district, or site, and does not
contain any building, structure, or object listed in the current National Register of Historic Places
published by the United States Department of Interior.
Should the Contractor encounter, during their operations, any building, part of a building, structure, or
object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that
location and notify the RPR. The RPR will immediately investigate the Contractor’s finding and the
Owner will direct the Contractor to either resume operations or to suspend operations as directed.
Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or
historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate
contract change order or supplemental agreement as provided in Section 40, paragraph 40-04, Extra
Work, and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change
order or supplemental agreement shall include an extension of contract time in accordance with Section
80, paragraph 80-07, Determination and Extension of Contract Time.
70-21 Insurance Requirements. See “Supplementary Conditions.”
END OF SECTION 70
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 1 of 7 MAY 2025 | #35022.008.02
Section 80 Execution and Progress
80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times when work is in progress be represented either in person, by a qualified
superintendent, or by other designated, qualified representative who is duly authorized to receive and
execute orders of the Resident Project Representative (RPR).
The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the
total contract cost.
Should the Contractor elect to assign their contract, said assignment shall be concurred in by the surety,
shall be presented for the consideration and approval of the Owner, and shall be consummated only on the
written approval of the Owner.
The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on the
project. As a minimum, the information shall include the following:
• Subcontractor's legal company name.
• Subcontractor's legal company address, including County name.
• Principal contact person's name, telephone and fax number.
• Complete narrative description, and dollar value of the work to be performed by the
subcontractor.
• Copies of required insurance certificates in accordance with the specifications.
• Minority/ non-minority status.
80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time
commences. The Contractor is expected to commence project operations within 10 days of the NTP date.
The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins.
The Contractor shall not commence any actual operations prior to the date on which the notice to proceed
is issued by the Owner.
80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated
construction schedule showing all work activities for the RPR’s review and acceptance at least 5days
prior to the preconstruction conference. The Contractor’s progress schedule, once accepted by the RPR,
will represent the Contractor's baseline plan to accomplish the project in accordance with the terms and
conditions of the Contract. The RPR will compare actual Contractor progress against the baseline
schedule to determine that status of the Contractor's performance. The Contractor shall provide sufficient
materials, equipment, and labor to guarantee the completion of the project in accordance with the plans
and specifications within the time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPR’s
request, submit a revised schedule for completion of the work within the contract time and modify their
operations to provide such additional materials, equipment, and labor necessary to meet the revised
schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the
RPR at least 24 hours in advance of resuming operations.
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 2 of 7 MAY 2025 | #35022.008.02
The Contractor shall not commence any actual construction prior to the date on which the NTP is issued
by the Owner.
The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program
Evaluation and Review Technique (PERT), or other format, or as otherwise specified. It shall include
information on the sequence of work activities, milestone dates, and activity duration. The schedule shall
show all work items identified in the project proposal for each work area and shall include the project
start date and end date.
Distinct items of contract work shall be defined and separated on the schedule. As a minimum, the work
items shall include each contract pay item, mobilization, demobilization, and cleanup. Pay items that are
partially subcontracted shall be split up to distinctly show the subcontracted work. These items of work
shall be plotted on a graph with calendar day duration as a horizontal reference. Anticipated start and
finish dates for each work stage and for each of the work items within a stage shall be shown.
The project name, the Contractor's name, and the date of the schedule submittal shall be clearly shown on
the submittal.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress
schedule on a weekly basis, or as otherwise specified in the contract. Submission of the work schedule
shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all
work to comply with the requirements of the contract.
80-04 Limitation of operations. The Contractor shall control their operations and the operations of their
subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air
operations areas (AOA) of the airport.
When the work requires the Contractor to conduct their operations within an AOA of the airport, the work
shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement
of such work. The Contractor shall not close an AOA until so authorized by the RPR and until the
necessary temporary marking, signage and associated lighting is in place as provided in Section 70,
paragraph 70-08, Construction Safety and Phasing Plan (CSPP).
When the contract work requires the Contractor to work within an AOA of the airport on an intermittent
basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant
communications as specified; immediately obey all instructions to vacate the AOA; and immediately
obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to
obey instructions shall be cause for suspension of the Contractor’s operations in the AOA until
satisfactory conditions are provided. The areas of the AOA identified in the Construction Safety Phasing
Plan (CSPP) and as listed below, cannot be closed to operating aircraft to permit the Contractor’s
operations on a continuous basis and will therefore be closed to aircraft operations intermittently as
follows:
See Construction Safety and Phasing Plan sheets G2.1 – G2.12 (Phase 1 and Phase 2).
The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational
Safety on Airports During Construction and the approved CSPP.
80-04.1 Operational safety on airport during construction. All Contractors’ operations shall be
conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the
Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC
150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract
documents conveys minimum requirements for operational safety on the airport during construction
activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with
the requirements presented within the CSPP.
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 3 of 7 MAY 2025 | #35022.008.02
The Contractor shall implement all necessary safety plan measures prior to commencement of any work
activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project.
The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and
SPCD and that they implement and maintain all necessary measures.
No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing
by the Owner. The necessary coordination actions to review Contractor proposed modifications to an
approved CSPP or approved SPCD can require a significant amount of time.
80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ
sufficient labor and equipment for prosecuting the work to full completion in the manner and time
required by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and in the
operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations
or operational safety requirements and, in the opinion of the RPR, does not perform his work in a proper
and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed
immediately by the Contractor or subcontractor employing such person, and shall not be employed again
in any portion of the work without approval of the RPR.
Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient
personnel for the proper execution of the work, the RPR may suspend the work by written notice until
compliance with such orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical
condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment
used on any portion of the work shall not cause injury to previously completed work, adjacent property,
or existing airport facilities due to its use.
When the methods and equipment to be used by the Contractor in accomplishing the work are not
prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the
work in conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use of certain methods and equipment, such methods and equipment shall
be used unless otherwise authorized by the RPR. If the Contractor desires to use a method or type of
equipment other than specified in the contract, the Contractor may request authority from the RPR to do
so. The request shall be in writing and shall include a full description of the methods and equipment
proposed and of the reasons for desiring to make the change. If approval is given, it will be on the
condition that the Contractor will be fully responsible for producing work in conformity with contract
requirements. If, after trial use of the substituted methods or equipment, the RPR determines that the work
produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute
method or equipment and shall complete the remaining work with the specified methods and equipment.
The Contractor shall remove any deficient work and replace it with work of specified quality, or take such
other corrective action as the RPR may direct. No change will be made in basis of payment for the
contract items involved nor in contract time as a result of authorizing a change in methods or equipment
under this paragraph.
80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work
wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather,
or other conditions considered unfavorable for the execution of the work, or for such time necessary due
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 4 of 7 MAY 2025 | #35022.008.02
to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the
contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen
cause not otherwise provided for in the contract and over which the Contractor has no control, the
Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No
allowance will be made for anticipated profits. The period of shutdown shall be computed from the
effective date of the written order to suspend work to the effective date of the written order to resume the
work. Claims for such compensation shall be filed with the RPR within the time period stated in the
RPR’s order to resume work. The Contractor shall submit with their own claim information substantiating
the amount shown on the claim. The RPR will forward the Contractor’s claim to the Owner for
consideration in accordance with local laws or ordinances. No provision of this article shall be construed
as entitling the Contractor to compensation for delays due to inclement weather or for any other delay
provided for in the contract, plans, or specifications.
If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in
such manner that they will not become an obstruction nor become damaged in any way. The Contractor
shall take every precaution to prevent damage or deterioration of the work performed and provide for
normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide
for traffic on, to, or from the airport.
80-07 Determination and extension of contract time. The number of calendar days shall be stated in the
proposal and contract and shall be known as the Contract Time.
If the contract time requires extension for reasons beyond the Contractor’s control, it shall be adjusted as
follows:
80-07.1 Contract time based on calendar days. Contract Time based on calendar days shall consist of
the number of calendar days stated in the contract counting from the effective date of the Notice to
Proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing
between the effective dates of the Owner’s orders to suspend and resume all work, due to causes not the
fault of the Contractor, shall be excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost of the
actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such
increase in the contract time shall not consider either cost of work or the extension of contract time that
has been covered by a change order or supplemental agreement. Charges against the contract time will
cease as of the date of final acceptance.
80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract,
that any work remains uncompleted after the contract time (including all extensions and adjustments as
provided in paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the
contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due
the Contractor or their own surety. Such deducted sums shall not be deducted as a penalty but shall be
considered as liquidation of a reasonable portion of damages including but not limited to additional
engineering services that will be incurred by the Owner should the Contractor fail to complete the work in
the time provided in their contract. See table below:
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 5 of 7 MAY 2025 | #35022.008.02
Phase Anticipated NTP Allowed Construction Time Liquidated Damages
Ph
a
s
e
1
Electrical Equipment
Procurement
NTP is anticipated to be
issued on or about
September 15, 2025
No contract time will be counted towards
the allowed contract duration if all
electrical equipment can be documented
to have occurred by November 30, 2025.
One calendar day will be counted against
the allowed contract time for every
calendar day after November 30, 2025,
until all electrical equipment has been
ordered by the contractor.
$4,940/day for each
calendar day beyond the
contract total days
allowed for each phase.
Schedule D, Items
132 and 143 - new
Airfield Lighting
Vault building (if
awarded)
NTP is anticipated to be
issued on or about
September 15, 2025,
unless directed
otherwise by the Owner
5 calendar days
No contract time will be counted
towards the allowed contract duration
for Phase 1 if all work associated with
the new Airfield Lighting Vault building
is complete within 5 calendar days.
One calendar day will be counted
against the allowed contract time for
Phase 1 for every calendar day that
the work remains incomplete after the
allowed 5 calendar days.
Phase 1 Construction
not including final
application of
pavement markings
and final seeding
NTP is anticipated to be
issued on or about May
11, 2026
133 calendar days
Phase 1 final
application of
pavement markings
and final seeding
NTP will be no earlier
than 30 days after initial
pavement markings to
allow for curing period.
May be delayed until
Spring 2027 due to
weather conditions.
2 calendar days
Ph
a
s
e
2
Phase 2 Construction
not including final
application of
pavement markings
and final seeding
NTP is anticipated to be
issued on or about June
7, 2027
77 calendar days
Phase 2 final
application of
pavement markings
and final seeding
NTP will be no earlier
than 30 days after initial
pavement markings to
allow for curing period.
May be delayed until
2 calendar days
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 6 of 7 MAY 2025 | #35022.008.02
Spring 2028 due to
weather conditions.
The maximum construction time allowed is as described in the Information for Bidders and the Proposal.
The maximum construction time allowed for individual work areas is as shown on the Plans. Permitting
the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or
after the date to which the time for completion may have been extended, will in no way operate as a
wavier on the part of the Owner of any of its rights under the contract.
80-09 Default and termination of contract. The Contractor shall be considered in default of their
contract and such default will be considered as cause for the Owner to terminate the contract for any of
the following reasons, if the Contractor:
a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or
b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to
assure completion of work in accordance with the terms of the contract, or
c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d. Discontinues the execution of the work, or
e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or
f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Owner consider the Contractor in default of the contract for any reason above, the Owner shall
immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the RPR of the facts of such delay, neglect,
or default and the Contractor’s failure to comply with such notice, have full power and authority without
violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner
may appropriate or use any or all materials and equipment that have been mobilized for use in the work
and are acceptable and may enter into an agreement for the completion of said contract according to the
terms and provisions thereof, or use such other methods as in the opinion of the RPR will be required for
the completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the contract, then the Contractor and the
surety shall be liable and shall pay to the Owner the amount of such excess.
80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof
by written notice when the Contractor is prevented from proceeding with the construction contract as a
direct result of an Executive Order of the President with respect to the execution of war or in the interest
of national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the contract
CENTURY WEST ENGINEERING Section 80 Execution and Progress - 7 of 7 MAY 2025 | #35022.008.02
price or as mutually agreed for items of work partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included
in the contract) and moving equipment and materials to and from the job will be considered, the intent
being that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in
the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown
by receipted bills and actual cost records at such points of delivery as may be designated by the RPR.
Termination of the contract or a portion thereof shall neither relieve the Contractor of their
responsibilities for the completed work nor shall it relieve their surety of its obligation for and concerning
any just claim arising out of the work performed.
80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from
the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air
operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor
shall plan and coordinate work in accordance with the approved CSPP and SPCD.
END OF SECTION 80
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 1 of 7 APRIL 2025 | #35022.008.02
Section 90 Measurement and Payment
90-01 Measurement of quantities. All work completed under the contract will be measured by the RPR,
or their authorized representatives, using United States Customary Units of Measurement.
The method of measurement and computations to be used in determination of quantities of material
furnished and of work performed under the contract will be those methods generally recognized as
conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made horizontally,
and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8
square meters) or less. Unless otherwise specified, transverse measurements for area computations will be
the neat dimensions shown on the plans or ordered in writing by the RPR.
Unless otherwise specified, all contract items which are measured by the linear foot such as electrical
ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or
foundation upon which such items are placed.
The term “lump sum” when used as an item of payment will mean complete payment for the work
described in the contract. When a complete structure or structural unit (in effect, “lump sum” work) is
specified as the unit of measurement, the unit will be construed to include all necessary fittings and
accessories.
When requested by the Contractor and approved by the RPR in writing, material specified to be measured
by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic
meters) for payment purposes. Factors for conversion from weight measurement to volume measurement
will be determined by the RPR and shall be agreed to by the Contractor before such method of
measurement of pay quantities is used.
Measurement and Payment Terms
Term Description
Excavation and
Embankment
Volume
In computing volumes of excavation, the average end area method will be used unless
otherwise specified.
Measurement and
Proportion by
Weight
The term “ton” will mean the short ton consisting of 2,000 pounds (907 km) avoirdupois.
All materials that are measured or proportioned by weights shall be weighed on accurate,
independently certified scales by competent, qualified personnel at locations designated
by the RPR. If material is shipped by rail, the car weight may be accepted provided that
only the actual weight of material is paid for. However, car weights will not be
acceptable for material to be passed through mixing plants. Trucks used to haul material
being paid for by weight shall be weighed empty daily at such times as the RPR directs,
and each truck shall bear a plainly legible identification mark.
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 2 of 7 APRIL 2025 | #35022.008.02
Term Description
Measurement by
Volume
Materials to be measured by volume in the hauling vehicle shall be hauled in approved
vehicles and measured therein at the point of delivery. Vehicles for this purpose may be
of any size or type acceptable for the materials hauled, provided that the body is of such
shape that the actual contents may be readily and accurately determined. All vehicles
shall be loaded to at least their water level capacity, and all loads shall be leveled when
the vehicles arrive at the point of delivery.
Asphalt Material Asphalt materials will be measured by the gallon (liter) or ton (kg). When measured by
volume, such volumes will be measured at 60°F (16°C) or will be corrected to the
volume at 60°F (16°C) using ASTM D1250 for asphalts. Net certified scale weights or
weights based on certified volumes in the case of rail shipments will be used as a basis of
measurement, subject to correction when asphalt material has been lost from the car or
the distributor, wasted, or otherwise not incorporated in the work. When asphalt
materials are shipped by truck or transport, net certified weights by volume, subject to
correction for loss or foaming, will be used for computing quantities.
Cement Cement will be measured by the ton (kg) or hundredweight (km).
Structure Structures will be measured according to neat lines shown on the plans or as altered to fit
field conditions.
Timber Timber will be measured by the thousand feet board measure (MFBM) actually
incorporated in the structure. Measurement will be based on nominal widths and
thicknesses and the extreme length of each piece.
Plates and Sheets The thickness of plates and galvanized sheet used in the manufacture of corrugated metal
pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and
measured in decimal fraction of inch.
Miscellaneous Items When standard manufactured items are specified such as fence, wire, plates, rolled
shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section
dimensions, etc., such identification will be considered to be nominal weights or
dimensions. Unless more stringently controlled by tolerances in cited specifications,
manufacturing tolerances established by the industries involved will be accepted.
Scales Scales must be tested for accuracy and serviced before use. Scales for weighing
materials which are required to be proportioned or measured and paid for by weight shall
be furnished, erected, and maintained by the Contractor, or be certified permanently
installed commercial scales. Platform scales shall be installed and maintained with the
platform level and rigid bulkheads at each end.
Scales shall be accurate within 0.5% of the correct weight throughout the range of use.
The Contractor shall have the scales checked under the observation of the RPR before
beginning work and at such other times as requested. The intervals shall be uniform in
spacing throughout the graduated or marked length of the beam or dial and shall not
exceed 0.1% of the nominal rated capacity of the scale, but not less than one pound (454
grams). The use of spring balances will not be permitted.
In the event inspection reveals the scales have been “overweighing” (indicating more
than correct weight) they will be immediately adjusted. All materials received
subsequent to the last previous correct weighting-accuracy test will be reduced by the
percentage of error in excess of 0.5%.
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 3 of 7 APRIL 2025 | #35022.008.02
Term Description
In the event inspection reveals the scales have been under-weighing (indicating less than
correct weight), they shall be immediately adjusted. No additional payment to the
Contractor will be allowed for materials previously weighed and recorded.
Beams, dials, platforms, and other scale equipment shall be so arranged that the operator
and the RPR can safely and conveniently view them.
Scale installations shall have available ten standard 50-pound (2.3 km) weights for
testing the weighing equipment or suitable weights and devices for other approved
equipment.
All costs in connection with furnishing, installing, certifying, testing, and maintaining
scales; for furnishing check weights and scale house; and for all other items specified in
this subsection, for the weighing of materials for proportioning or payment, shall be
included in the unit contract prices for the various items of the project.
Rental Equipment Rental of equipment will be measured by time in hours of actual working time and
necessary traveling time of the equipment within the limits of the work. Special
equipment ordered in connection with extra work will be measured as agreed in the
change order or supplemental agreement authorizing such work as provided in paragraph
90-05 Payment for Extra Work.
Pay Quantities When the estimated quantities for a specific portion of the work are designated as the pay
quantities in the contract, they shall be the final quantities for which payment for such
specific portion of the work will be made, unless the dimensions of said portions of the
work shown on the plans are revised by the RPR. If revised dimensions result in an
increase or decrease in the quantities of such work, the final quantities for payment will
be revised in the amount represented by the authorized changes in the dimensions.
90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the
contract as full payment for furnishing all materials, for performing all work under the contract in a
complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising
out of the nature of the work or the execution thereof, subject to the provisions of Section 70, paragraph
70-18, No Waiver of Legal Rights.
When the “basis of payment” subsection of a technical specification requires that the contract price (price
bid) include compensation for certain work or material essential to the item, this same work or material
will not also be measured for payment under any other contract item which may appear elsewhere in the
contract, plans, or specifications.
90-03 Compensation for altered quantities. When the accepted quantities of work vary from the
quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are
concerned, payment at the original contract price for the accepted quantities of work actually completed
and accepted. No allowance, except as provided for in Section 40, paragraph 40-02, Alteration of Work
and Quantities, will be made for any increased expense, loss of expected reimbursement, or loss of
anticipated profits suffered or claimed by the Contractor which results directly from such alterations or
indirectly from their own unbalanced allocation of overhead and profit among the contract items, or from
any other cause.
90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR
shall have the right to omit from the work (order nonperformance) any contract item, except major
contract items, in the best interest of the Owner.
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 4 of 7 APRIL 2025 | #35022.008.02
Should the RPR omit or order nonperformance of a contract item or portion of such item from the work,
the Contractor shall accept payment in full at the contract prices for any work actually completed and
acceptable prior to the RPR’s order to omit or non-perform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RPR’s
order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the
Owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual
costs incurred for the purpose of performing the omitted contract item prior to the date of the RPR’s
order. Such additional costs incurred by the Contractor must be directly related to the deleted contract
item and shall be supported by certified statements by the Contractor as to the nature the amount of such
costs.
90-05 Payment for extra work. Extra work, performed in accordance with Section 40, paragraph 40-04,
Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or
supplemental agreement authorizing the extra work.
90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the
work progresses. Said payments will be based upon estimates, prepared by the RPR, of the value of the
work performed and materials complete and in place, in accordance with the contract, plans, and
specifications. Such partial payments may also include the delivered actual cost of those materials
stockpiled and stored in accordance with paragraph 90-07, Payment for Materials on Hand. No partial
payment will be made when the amount due to the Contractor since the last estimate amounts to less than
five hundred dollars.
a. No retainage will be held by the Owner from progress payments due the prime.
b. The Contractor is required to pay all subcontractors for satisfactory performance of their
contracts no later than 30 days after the Contractor has received a partial payment. Contractor
must provide the Owner evidence of prompt and full payment of retainage held by the prime
Contractor to the subcontractor within 30 days after the subcontractor’s work is satisfactorily
completed. A subcontractor’s work is satisfactorily completed when all the tasks called for in the
subcontract have been accomplished and documented as required by the Owner. When the Owner
has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor
covered by that acceptance is deemed to be satisfactorily completed.
c. When at least 95% of the project work has been completed to the satisfaction of the RPR,
the RPR shall, at the Owner’s discretion and with the consent of the surety, prepare estimates of
both the contract value and the cost of the remaining work to be done.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment
based on quantities of work in excess of those provided in the proposal or covered by approved change
orders or supplemental agreements, except when such excess quantities have been determined by the RPR
to be a part of the final quantity for the item of work in question.
No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality
or quantity. All partial payments are subject to correction at the time of final payment as provided in
paragraph 90-09, Acceptance and Final Payment.
The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising
out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such
a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to
indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include
all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or
claim.
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 5 of 7 APRIL 2025 | #35022.008.02
90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost
of materials to be incorporated in the work, provided that such materials meet the requirements of the
contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other
sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled
materials may be included in the next partial payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner acceptable to the RPR at or on an approved
site.
b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such
stored or stockpiled materials.
c. The Contractor has furnished the RPR with satisfactory evidence that the material and
transportation costs have been paid.
d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to
the material stored or stockpiled.
e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured
against loss by damage to or disappearance of such materials at any time prior to use in the work.
It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled
materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such
materials in accordance with the requirements of the contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for such
materials or the contract price for the contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in
accordance with the provisions of this paragraph.
90-08 Payment of withheld funds. At the Contractor’s option, if an Owner withholds retainage in
accordance with the methods described in paragraph 90-06 Partial Payments, the Contractor may request
that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into an
escrow account is subject to the following conditions:
a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and
escrow agreement acceptable to the Owner.
b. The Contractor shall deposit to and maintain in such escrow only those securities or bank
certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that
would otherwise be withheld from partial payment.
c. The Contractor shall enter into an escrow agreement satisfactory to the Owner.
d. The Contractor shall obtain the written consent of the surety to such agreement.
90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the
requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of
the items of work actually performed. The Contractor shall approve the RPR’s final estimate or advise the
RPR of the Contractor’s objections to the final estimate which are based on disputes in measurements or
computations of the final quantities to be paid under the contract as amended by change order or
supplemental agreement. The Contractor and the RPR shall resolve all disputes (if any) in the
measurement and computation of final quantities to be paid within 30 calendar days of the Contractor’s
receipt of the RPR’s final estimate. If, after such 30-day period, a dispute still exists, the Contractor may
approve the RPR’s estimate under protest of the quantities in dispute, and such disputed quantities shall
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 6 of 7 APRIL 2025 | #35022.008.02
be considered by the Owner as a claim in accordance with Section 50, paragraph 50-16, Claims for
Adjustment and Disputes.
After the Contractor has approved, or approved under protest, the RPR’s final estimate, and after the
RPR’s receipt of the project closeout documentation required in paragraph 90-11, Contractor Final
Project Documentation, final payment will be processed based on the entire sum, or the undisputed sum
in case of approval under protest, determined to be due the Contractor less all previous payments and all
amounts to be deducted under the provisions of the contract. All prior partial estimates and payments
shall be subject to correction in the final estimate and payment.
If the Contractor has filed a claim for additional compensation under the provisions of Section 50,
paragraph 50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, such
claims will be considered by the Owner in accordance with local laws or ordinances. Upon final
adjudication of such claims, any additional payment determined to be due the Contractor will be paid
pursuant to a supplemental final estimate.
90-10 Construction warranty.
a. In addition to any other warranties in this contract, the Contractor warrants that work performed
under this contract conforms to the contract requirements and is free of any defect in equipment, material,
workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any
tier.
b. This warranty shall continue for a period of one year from the date of final acceptance of the work,
except as noted. If the Owner takes possession of any part of the work before final acceptance, this
warranty shall continue for a period of one year from the date the Owner takes possession. However, this
will not relieve the Contractor from corrective items required by the final acceptance of the project work.
Light Emitting Diode emitting diode (LED) light fixtures with the exception of obstruction lighting, must
be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all
electronics.
c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. In
addition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal
property, when that damage is the result of the Contractor’s failure to conform to contract requirements;
or any defect of equipment, material, workmanship, or design furnished by the Contractor.
d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.
The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of
repair or replacement.
e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any
failure, defect, or damage.
f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of
notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or
damage at the Contractor’s expense.
g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers
for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all
warranties that would be given in normal commercial practice; (2) Require all warranties to be executed,
in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the
benefit of the Owner.
h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, or
fraud.
CENTURY WEST ENGINEERING Section 90 Measurement and Payment- 7 of 7 APRIL 2025 | #35022.008.02
90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is
contingent upon completion and submittal of the items listed below. The final payment will not be
approved until the RPR approves the Contractor’s final submittal. The Contractor shall:
a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and
installations.
b. Provide weekly payroll records (not previously received) from the general Contractor and all
subcontractors.
c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cleanup.
d. Complete all punch list items identified during the Final Inspection.
e. Provide complete release of all claims for labor and material arising out of the Contract.
f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the
Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project.
g. When applicable per state requirements, return copies of sales tax completion forms.
h. Manufacturer's certifications for all items incorporated in the work.
i. All required record drawings, as-built drawings or as-constructed drawings.
j. Project Operation and Maintenance (O&M) Manual(s).
k. Security for Construction Warranty.
l. Equipment commissioning documentation submitted, if required.
m. Submit to the Owner a signed affidavit, satisfactory to the Owner, stating that so far as the
Contract has knowledge or information, all accounts for materials, labor, and incidentals in connection
with the work have been paid in full.
n. Furnish to the Owner an “Affidavit of Wages Paid.”
o. Results of all contractor quality control tests performed during the project.
p. Copies of any other inspection, observation, or monitoring reports required by any permits for the
project.
q. Furnish to the Owner a statement of amounts paid to qualified DBE subcontractors and suppliers
participating on the project.
r. Other items mentioned elsewhere in these contract documents
END OF SECTION 90
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING Supplementary Conditions - 1 of 10 APRIL 2025 | #35022.008.02
SUPPLEMENTARY CONDITIONS
SECTION 40, SCOPE OF WORK Add the following:
40-02 ALTERATION OF WORK QUANTITIES. Change orders and supplemental agreements must be
approved by the Owner, Engineer, FAA, and Contractor before the work on the change order or
supplementary agreement is started.
40-04 EXTRA WORK. Change orders and supplemental agreements must be approved by the Owner,
Engineer, FAA, and Contractor before the work on the change order or supplementary agreement is
started.
SECTION 50, CONTROL OF WORK Add the following:
50-15 FINAL ACCEPTANCE. Acceptance of the work by the Owner or Engineer is not final until approved
by the FAA.
SECTION 70, LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Add the following:
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The following individuals, firms or
corporations have authority to excavate or otherwise disturb utility services or facilities located within the
limits of the work.
(Utility or other Facility) Contact Person Phone Number
Airport Manuel Cruz 425-430-7471
FAA ATO Tech Ops Jeffrey Turnberg 206-423-9633
Utility One-Call One-Call Dispatcher 811
SECTION 90, MEASUREMENT AND PAYMENT Add the following:
90-01 MEASUREMENT OF QUANTITIES. For bid items measured as force account, the objective is to
reimburse the Contractor for all costs associated with the work to complete the item, including costs of
labor, small tools, supplies, equipment, specialized services, materials, applicable taxes and overhead and
to include a profit commensurate with those costs. The amount to be paid shall be determined as
described in WSDOT Standard Specification 1-09.6.
Items that are included in the Proposal as Force Account or that are added by change order as Force
Account may, by agreement of the parties at any time, be converted to agreed unit prices or lump sums.
CENTURY WEST ENGINEERING Supplementary Conditions - 2 of 10 APRIL 2025 | #35022.008.02
THE FOLLOWING SECTIONS ARE ADDED TO THE GENERAL PROVISIONS:
SAFETY
The Engineer has not been retained or compensated to provide design and construction review services
relating to the Contractor's safety precautions or to means, methods, techniques, sequences or
procedures required for the Contractor to perform his or her work.
The Contractor will be solely and completely responsible for conditions of the work site, including safety
of all persons and property during performance of the work. This requirement will apply continuously and
not be limited to normal working hours. Safety provisions shall conform to all applicable State, County,
and local laws, ordinances and codes.
The Washington State Department of Labor and Industries shall be the sole and paramount administrative
agency responsible for the administration of the provisions of the Washington Industrial Safety and Health
Act of 1973 (WISHA).
The Contractor shall also comply with the “U.S. Department of Labor Occupational Safety and Health Act,”
the “Construction Safety Act” administered by the U.S. Department of Labor, the “Manual of Accident
Prevention in Construction” published by the Associated General Contractors of America, and the
“Manual on Uniform Traffic Control Devices,” except where these are in conflict with state laws, in which
case, the more stringent requirements shall be followed.
In cases of conflict between different safety regulations, the more stringent regulation shall apply.
The Contractor shall perform all work in a fire-safe manner. The Contractor shall comply with applicable
Federal, State, and local fire prevention regulations.
The Contractor shall maintain at his or her office, or other well-known place at the work site, all articles
necessary for giving first-aid to the injured and shall establish the procedure for the immediate removal
to a hospital or a doctor's care of all persons (including employees) who may be injured on the work site.
The duty of the Engineer to conduct construction review of the Contractor's performance is not intended
to include review of the adequacy of the Contractor's safety measures in, on, or near the construction
site.
If death or serious injuries or serious damages are caused, the accident shall be reported immediately by
telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly
report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the
performance of the work whether on, or adjacent to, the site, giving full details and statements of
witnesses.
If any claim is made by anyone against the Contractor or any subcontractor on account of any accident,
the Contractor shall promptly report the facts in writing to the Engineer giving full details of the claim.
CENTURY WEST ENGINEERING Supplementary Conditions - 3 of 10 APRIL 2025 | #35022.008.02
NO WAIVER OF RIGHTS
Neither the inspection by the Owner, through the Engineer or any of his or her employees, nor any order
by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the
work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its
employees, shall operate as a waiver of any provision of these Contract Documents, or any power herein
reserved to the Owner, or any right to damages herein provided, nor shall any waiver of any breach in this
Agreement be held to be a waiver of any other or subsequent breach.
LITIGATION FEES AND EXPENSES
In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, which
shall be construed pursuant to the laws of the State of Washington except as may otherwise be specifically
required, with venue to lie in King County, Washington, and the losing party shall pay to the prevailing
party, in addition to the costs and disbursements allowed by statute, such sum as the court may adjudge
reasonable as attorney’s fees in such suit or action, in both trial and appellate courts.
TEMPORARY WATER AND POWER
No potable water supply is immediately available at the designated Contractor's staging area. The
Contractor shall make arrangements for obtaining water and pay all costs for same. All water will be
considered a necessary and incidental part of the work. No separate payment will be made for water.
No electric power is immediately available at the designated Contractor's staging area. The Contractor
shall make arrangements for electric power for use during the construction period until final acceptance
by the Owner and pay all costs for same.
VEHICLE MARKING
When any vehicle is used in the aircraft movement area or is required to travel over any portion of that
area, it should be escorted by a vehicle properly identified to operate in the area or provided with a flag
so attached to the vehicle that the flag is readily visible. The flag should not be less than three square feet
consisting of a checkered pattern of international orange and white squares of not less than one foot of
each side. A rotating yellow light on the vehicle can be used in place of the flag. The rotating yellow light
must be visible for 360 degrees at ground level. Refer to Section 01300, Airport Safety for additional
requirements.
COMMUNICATIONS WITH CONTROL TOWER/AIRPORT UNICOM
The contractor shall furnish and monitor a two-way communication system with a range capable of
maintaining contact with the Air Traffic Control Tower (ATCT), airport UNICOM, and fixed base operator
at all locations on the airport grounds. The system will be monitored anytime personnel and equipment
are operating in the air operations area. The contractor’s operations will be suspended anytime the
required radios are not available or operational.
CENTURY WEST ENGINEERING Supplementary Conditions - 4 of 10 APRIL 2025 | #35022.008.02
ESTIMATES OF QUANTITIES
The quantities shown on the plans and in the bid specifications are approximate only, being given as a
basis for the comparison of bids. The Owner does not, expressly or by implication, agree that the actual
amount of work will correspond therewith, and reserves the right to increase or decrease the amount of
work as may be deemed necessary or advisable by the Owner.
SEVERABILITY
If a part of this contract document is declared invalid, all parts severable from the invalid part shall remain
in effect. If a part of this contract document is declared invalid in one or more of its applications, that part
shall remain in effect in all valid applications that are severable from the invalid applications.
WAIVER
Failure of the Owner to enforce any provision of this Contract shall not constitute a waiver or
relinquishment by the Owner of the right to such performance in the future nor of the right to enforce
any other provision of this Contract.
ASSIGNMENT/TRANSFER
Contractor shall not assign, sell, or transfer rights, or delegate responsibilities under this Contract, in
whole or in part, without the prior consent of the Owner. No such written approval shall relieve Contractor
of any obligations of this Contract, and any transferee shall be considered the agent of the Contractor and
bound to perform in accordance with the Contract Documents. Contractor shall remain liable as between
the original parties to the Contract as if no assignment had occurred.
SUCCESSORS IN INTEREST
The provisions of this Contract shall be binding upon and shall inure to the benefit of the parties to the
Contract and their respective successors and assigns.
OWNER’S RIGHT TO DO WORK
At any time and without prejudicing this Contract, the Owner may perform work with its own personnel.
The Contractor shall fully cooperate with all Owner forces without additional cost to the Owner.
OTHER CONTRACTS
In all cases and at any time, the Owner has the right to execute other contracts related to or unrelated to
the Work of this Contract. The Contractor of this Contract will fully cooperate with any and all other
contractors without additional cost to the Owner.
INCONSISTENCIES AND OMISSIONS
The plans, specifications and other Contract Documents will govern the work. The Contract Documents
are intended to be complementary and cooperative and to describe and provide for a complete project.
Anything in the specifications and not on the plans, or on the plans and not in the specifications, shall be
as though shown or mentioned in both. Reference specifications and standard plans are a part of the
Contract Documents.
CENTURY WEST ENGINEERING Supplementary Conditions - 5 of 10 APRIL 2025 | #35022.008.02
Any inconsistency or omission found in the Contract Documents shall be reported to the Engineer
immediately. Contractor shall have no cause for a claim where Contractor had reason to believe defects
in the plans or specifications existed and failed to present timely objection thereto. The Engineer will
clarify inconsistencies or omissions, in writing, within a reasonable time.
In resolving inconsistencies among two or more sections of the Contract Documents, the document
highest in precedence shall control. The precedence shall be:
1. Addenda
2. Permits from other agencies as may be required by law
3. FAA Special Provisions
4. Special Provisions
5. Supplementary Conditions
6. Contract Conditions and General Provisions
7. Information for Bidders
8. Public Improvement Contract and Supplemental Terms
9. Technical Specifications
10. Construction Plans
Change orders, supplemental agreements, and approved revisions to the plans and specifications will take
precedence over the documents listed above. Figure dimensions on plans shall take precedence over scale
dimensions, detailed plans shall take precedence over general plans.
WORK PROGRESS REQUIREMENTS
Preconstruction Conference. A preconstruction conference will be held at the airport before Notice to
Proceed is issued. The conference shall be attended at a minimum by the prime contractor’s project
manager and superintendent, and representatives of all subcontracting firms that will provide five percent
(5%) or more of the total value of the project.
Coordination Meetings. Coordination meetings will be held on a weekly basis, or more often if necessary,
to communicate work efforts between the Engineer, the Airport, and the Contractor. The Resident Project
Representative (RPR) will schedule the meetings with attendance required by at least one person from
each organization.
Progress Reports. At the end of each week, the Contractor shall submit a summary report of the progress
of the various scheduled work items stating, for each item, the existing time status, estimated time of
completion, and cause of delays, if any. If the work is behind the previously submitted schedule, the
Contractor shall submit an updated schedule and a written plan acceptable to the Engineer for bringing
the work up to schedule.
Updated schedules will be used by the Engineer in compiling partial payments and no such computations
will be made until the reports have been received and approved by the Engineer.
The Engineer may request reports be made on a more frequent schedule if he or she considers the
substantial completion date to be in jeopardy because of activities behind schedule or for other valid
reasons.
CENTURY WEST ENGINEERING Supplementary Conditions - 6 of 10 APRIL 2025 | #35022.008.02
1-07.18 INSURANCE REQUIREMENTS
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-
07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-:
VII and licensed to do business in the State of Washington. The Contracting Agency reserves the
right to approve or reject the insurance provided, based on the insurer’s financial condition.
B. The Contractor shall keep this insurance in force without interruption from the commencement of
the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical
Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of all
subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state
that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be
maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier
termination of this Contract, and the Contractor shall annually provide the Contracting Agency with
proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or
economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or
execute another form of guarantee acceptable to the Contracting Agency to assure financial
responsibility for liability for services performed.
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability
insurance policies shall be primary and non-contributory insurance as respects the Contracting
Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or
self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s
insurance and shall not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice
of any policy cancellation, within two business days of their receipt of such notice.
F. The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five business days’
notice to the Contractor to correct the breach, immediately terminate the Contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in connection therewith,
with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole
discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting
Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the
Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional Liability and
Builder’s Risk (if required by this Contract) shall name the following listed entities as additional
insured(s) using the forms or endorsements required herein:
the City of Renton and its officers, elected officials, employees, agents, and volunteers
CENTURY WEST ENGINEERING Supplementary Conditions - 7 of 10 APRIL 2025 | #35022.008.02
Century West Engineering and its officers, employees, and agents.
The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those
required by this Contract, and irrespective of whether the Certificate of Insurance provided by the
Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured endorsements shall
be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed
operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies
with all applicable requirements of the Contractor-provided insurance as set forth herein, except the
Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by
subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as
additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-
07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20
37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence
of insurance and copies of the additional insured endorsements of each subcontractor of every tier as
required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for
each policy of insurance meeting the requirements set forth herein when the Contractor delivers the
signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with
these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance
documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such
insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as
additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket
additional insured clause from its policies instead of a separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these
requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full
and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full
and certified copy of that policy is required when the Contractor delivers the signed Contract for the work.
CENTURY WEST ENGINEERING Supplementary Conditions - 8 of 10 APRIL 2025 | #35022.008.02
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance
of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability
of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s
recourse to any remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval by the
Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention
shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to
any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the
responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO
occurrence form CG 00 01, including but not limited to liability arising from premises, operations,
stop gap liability, independent contractors, products-completed operations, personal and
advertising injury, and liability assumed under an insured contract. There shall be no exclusion for
liability arising from explosion, collapse or underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project general
aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s
completed operations for at least three years following Substantial Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offence
$1,000,000 Stop Gap / Employers’ Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written
on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of
pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial
Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $1
million each occurrence and annual aggregate. This excess or umbrella liability coverage shall be
excess over and as least as broad in coverage as the Contractor’s Commercial General and Auto
Liability insurance
CENTURY WEST ENGINEERING Supplementary Conditions - 9 of 10 APRIL 2025 | #35022.008.02
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds
on the Contractor’s Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor’s primary Commercial General
and Automobile Liability coverages, or any combination thereof that achieves the overall required
limits of insurance.
1-07.18(5)H Marine Pollution
The Contractor shall procure and maintain Pollution Liability (OPA, CERCLA) insurance to satisfy U.S.
Coast Guard requirements as respects the Federal Oil Pollution Act of 1990 and the Comprehensive
Environmental Response, Compensation and Liability Act of 1980 as amended.
Such policy must provide the following minimum limits, or statutory limits of liability as applicable,
whichever is higher:
$1,000,000 per Occurrence
1-07.18(5)J Pollution Liability
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims
involving bodily injury, property damage (including loss of use of tangible property that has not been
physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including
costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any
one or more of the following:
1. Contractor’s operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials
containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as
additional insureds on the Contractors Pollution Liability insurance policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.2 WASHINGTON STATE SALES TAX
1-07.2(1) GENERAL
The Washington State Department of Revenue has issued special rules on the State sales tax. Sections
1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the
Washington State Department of Revenue for answers to questions in this area. The Contracting
Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.
In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this
exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract-related taxes have
CENTURY WEST ENGINEERING Supplementary Conditions - 10 of 10 APRIL 2025 | #35022.008.02
been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor
any amount the Contractor may owe the Washington State Department of Revenue, whether the
amount owed relates to this contract or not. Any amount so deducted will be paid into the proper
State fund.
1-07.2(2) STATE SALES TAX – RULE 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. .
For work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount
of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are
collected on materials incorporated into the project and items such as the purchase or rental of; tools,
machinery, equipment, or consumable supplies not integrated into the project.
The Proposal in the Contract Specifications identified those parts of the project that are subject to the
Rule 171 Use Tax.
1-07.2(3) STATE SALES TAX – RULE 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This includes, but is not limited to, the construction
of streets, roads, highways, etc., owned by the state of Washington; water mains and their
appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal
systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical
power distribution lines, or other conduits or lines in or above streets or roads, unless such power
lines become a part of a street or road lighting system; airport runways, taxiways, and aprons; and
installing or attaching of any article of tangible personal property in or to real property, whether or
not such personal property becomes a part of the realty by virtue of installation.
For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting
Agency, Retail Sales Tax on the full contract price. The Contracting Agency will automatically add this
Retail Sales Tax to each payment to the Contractor and for this reason; the Contractor shall not
include the Retail Sales Tax in the unit bid item prices, or in any other contract amount. The
Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools,
machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices.
The Proposal in the Contract Specifications identified those parts of the project that are subject to the
Rule 170 Retail Sales Tax.
END OF SUPPLEMENTARY CONDITIONS
CENTURY WEST ENGINEERING C-100 Quality Control - 1 of 7 APRIL 2025 | #35022.008.02
Item C-100 Contractor Quality Control Program (CQCP)
100-1 General. The Contractor shall establish, provide, and maintain an effective Contractor Quality
Control Program (CQCP) that details the methods and procedures that will be taken to assure that all
materials and completed construction required by this contract conform to contract plans, technical
specifications and other requirements, whether manufactured by the Contractor, or procured from
subcontractors or vendors. Although guidelines are established and certain minimum requirements are
specified here and elsewhere in the contract technical specifications, the Contractor shall assume full
responsibility for accomplishing the stated purpose.
The Contractor shall establish a CQCP that will:
a. Provide qualified personnel to develop and implement the CQCP.
b. Provide for the production of acceptable quality materials.
c. Provide sufficient information to assure that the specification requirements can be met.
d. Document the CQCP process.
The Contractor shall not begin any construction or production of materials to be incorporated into the
completed work until the CQCP has been reviewed and approved by the Resident Project Representative
(RPR). No partial payment will be made for materials subject to specific quality control (QC)
requirements until the CQCP has been reviewed and approved.
The QC requirements contained in this section and elsewhere in the contract technical specifications are
in addition to and separate from the quality assurance (QA) testing requirements. QA testing requirements
are the responsibility of the RPR or Contractor as specified in the specifications.
A Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Resident Project
Representative (RPR), Contractor, subcontractors, testing laboratories, and Owner’s representative must
be held prior to start of construction. The QC/QA workshop will be facilitated by the Contractor. The
Contractor shall coordinate with the Airport and the RPR on time and location of the QC/QA workshop.
Items to be addressed, at a minimum, will include:
a. Review of the CQCP including submittals, QC Testing, Action & Suspension Limits for
Production, Corrective Action Plans, Distribution of QC reports, and Control Charts.
b. Discussion of the QA program.
c. Discussion of the QC and QA Organization and authority including coordination and information
exchange between QC and QA.
d. Establish regular meetings to discuss control of materials, methods and testing.
e. Establishment of the overall QC culture.
100-2 Description of program.
a. General description. The Contractor shall establish a CQCP to perform QC inspection and testing
of all items of work required by the technical specifications, including those performed by subcontractors.
The CQCP shall ensure conformance to applicable specifications and plans with respect to materials, off-
site fabrication, workmanship, construction, finish, and functional performance. The CQCP shall be
effective for control of all construction work performed under this Contract and shall specifically include
CENTURY WEST ENGINEERING C-100 Quality Control - 2 of 7 APRIL 2025 | #35022.008.02
surveillance and tests required by the technical specifications, in addition to other requirements of this
section and any other activities deemed necessary by the Contractor to establish an effective level of QC.
b. Contractor Quality Control Program (CQCP). The Contractor shall describe the CQCP in a
written document that shall be reviewed and approved by the RPR prior to the start of any production,
construction, or off-site fabrication. The written CQCP shall be submitted to the RPR for review and
approval at least 10 calendar days before the CQCP Workshop. The Contractor’s CQCP and QC testing
laboratory must be approved in writing by the RPR prior to the Notice to Proceed (NTP).
The CQCP shall be organized to address, as a minimum, the following:
1. QC organization and resumes of key staff
2. Project progress schedule
3. Submittals schedule
4. Inspection requirements
5. QC testing plan
6. Documentation of QC activities and distribution of QC reports
7. Requirements for corrective action when QC and/or QA acceptance criteria are not met
8. Material quality and construction means and methods. Address all elements applicable to the
project that affect the quality of the pavement structure including subgrade, subbase, base,
and surface course. Some elements that must be addressed include, but is not limited to mix
design, aggregate grading, stockpile management, mixing and transporting, placing and
finishing, quality control testing and inspection, smoothness, laydown plan, equipment, and
temperature management plan.
The Contractor must add any additional elements to the CQCP that are necessary to adequately control all
production and/or construction processes required by this contract.
100-3 CQCP organization. The CQCP shall be implemented by the establishment of a QC organization.
An organizational chart shall be developed to show all QC personnel, their authority, and how these
personnel integrate with other management/production and construction functions and personnel.
The organizational chart shall identify all QC staff by name and function, and shall indicate the total staff
required to implement all elements of the CQCP, including inspection and testing for each item of work.
If necessary, different technicians can be used for specific inspection and testing functions for different
items of work. If an outside organization or independent testing laboratory is used for implementation of
all or part of the CQCP, the personnel assigned shall be subject to the qualification requirements of
paragraphs 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor
employees and which are provided by an outside organization.
The QC organization shall, as a minimum, consist of the following personnel:
a. Program Administrator. The Contractor Quality Control Program Administrator (CQCPA) must
be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The CQCPA must
have a minimum of five (5) years of experience in QC pavement construction with prior QC experience
on a project of comparable size and scope as the contract.
Included in the five (5) years of paving/QC experience, the CQCPA must meet at least one of the
following requirements:
(1) Professional Engineer with one (1) year of airport paving experience.
(2) Engineer-in-training with two (2) years of airport paving experience.
CENTURY WEST ENGINEERING C-100 Quality Control - 3 of 7 APRIL 2025 | #35022.008.02
(3) National Institute for Certification in Engineering Technologies (NICET) Civil Engineering
Technology Level IV with three (3) years of airport paving experience.
(4) An individual with four (4) years of airport paving experience, with a Bachelor of Science
Degree in Civil Engineering, Civil Engineering Technology or Construction.
The CQCPA must have full authority to institute any and all actions necessary for the successful
implementation of the CQCP to ensure compliance with the contract plans and technical specifications.
The CQCPA authority must include the ability to immediately stop production until materials and/or
processes are in compliance with contract specifications. The CQCPA must report directly to a principal
officer of the construction firm. The CQCPA may supervise the Quality Control Program on more than
one project provided that person can be at the job site within two (2) hours after being notified of a
problem. The CQCPA must be on-site full time during paving activities.
b. QC technicians. A sufficient number of QC technicians necessary to adequately implement the
CQCP must be provided. These personnel must be either Engineers, engineering technicians, or
experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II in Civil
Engineering Technology or higher, and shall have a minimum of two (2) years of experience in their area
of expertise.
The QC technicians must report directly to the CQCPA and shall perform the following functions:
(1) Inspection of all materials, construction, plant, and equipment for conformance to the
technical specifications, and as required by paragraph 100-6.
(2) Performance of all QC tests as required by the technical specifications and paragraph 100-8.
(3) Performance of tests for the RPR when required by the technical specifications.
Certification at an equivalent level of qualification and experience by a state or nationally recognized
organization will be acceptable in lieu of NICET certification.
c. Staffing levels. The Contractor shall provide sufficient qualified QC personnel to monitor each
work activity at all times. Where material is being produced in a plant for incorporation into the work,
separate plant and field technicians shall be provided at each plant and field placement location. The
scheduling and coordinating of all inspection and testing must match the type and pace of work activity.
The CQCP shall state where different technicians will be required for different work elements.
100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as
required by Section 80, paragraph 80-03, Execution and Progress.
100-5 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example,
mix designs, material certifications) and shop drawings required by the technical specifications. The
listing can be developed in a spreadsheet format and shall include as a minimum:
a. Specification item number
b. Item description
c. Description of submittal
d. Specification paragraph requiring submittal
e. Scheduled date of submittal
100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all
definable features of work, as detailed below. All inspections shall be documented by the Contractor as
specified by paragraph 100-9.
CENTURY WEST ENGINEERING C-100 Quality Control - 4 of 7 APRIL 2025 | #35022.008.02
Inspections shall be performed as needed to ensure continuing compliance with contract requirements
until completion of the particular feature of work. Inspections shall include the following minimum
requirements:
a. During plant operation for material production, QC test results and periodic inspections shall be
used to ensure the quality of aggregates and other mix components, and to adjust and control mix
proportioning to meet the approved mix design and other requirements of the technical specifications. All
equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition.
The CQCP shall detail how these and other QC functions will be accomplished and used.
b. During field operations, QC test results and periodic inspections shall be used to ensure the quality
of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be
inspected to ensure its proper operating condition and to ensure that all such operations are in
conformance to the technical specifications and are within the plan dimensions, lines, grades, and
tolerances specified. The CQCP shall document how these and other QC functions will be accomplished
and used.
100-7 Contractor QC testing facility.
a. For projects that include Item P-401, Item P-403, or Item P-404, the Contractor shall ensure
facilities, including all necessary equipment, materials, and current reference standards, are provided that
meet requirements in the following paragraphs of ASTM D3666, Standard Specification for Minimum
Requirements for Agencies Testing and Inspecting Road and Paving Materials:
· 8.1.3 Equipment Calibration and Checks;
· 8.1.9 Equipment Calibration, Standardization, and Check Records;
· 8.1.12 Test Methods and Procedures
b. For projects that include P-501, the Contractor shall ensure facilities, including all necessary
equipment, materials, and current reference standards, are provided that meet requirements in the
following paragraphs of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Testing Agency Evaluation:
· 7 Test Methods and Procedures
· 8 Facilities, Equipment, and Supplemental Procedures
100-8 QC testing plan. As a part of the overall CQCP, the Contractor shall implement a QC testing plan,
as required by the technical specifications. The testing plan shall include the minimum tests and test
frequencies required by each technical specification Item, as well as any additional QC tests that the
Contractor deems necessary to adequately control production and/or construction processes.
The QC testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the
following:
a. Specification item number (e.g., P-401)
b. Item description (e.g., Hot Mix Asphalt Pavements)
c. Test type (e.g., gradation, grade, asphalt content)
d. Test standard (e.g., ASTM or American Association of State Highway and Transportation Officials
(AASHTO) test number, as applicable)
e. Test frequency (e.g., as required by technical specifications or minimum frequency when
requirements are not stated)
f. Responsibility (e.g., plant technician)
CENTURY WEST ENGINEERING C-100 Quality Control - 5 of 7 APRIL 2025 | #35022.008.02
g. Control requirements (e.g., target, permissible deviations)
The QC testing plan shall contain a statistically-based procedure of random sampling for acquiring test
samples in accordance with ASTM D3665. The RPR shall be provided the opportunity to witness QC
sampling and testing.
All QC test results shall be documented by the Contractor as required by paragraph 100-9.
100-9 Documentation. The Contractor shall maintain current QC records of all inspections and tests
performed. These records shall include factual evidence that the required QC inspections or tests have
been performed, including type and number of inspections or tests involved; results of inspections or
tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective
actions taken.
These records must cover both conforming and defective or deficient features, and must include a
statement that all supplies and materials incorporated in the work are in full compliance with the terms of
the contract. Legible copies of these records shall be furnished to the RPR daily. The records shall cover
all work placed subsequent to the previously furnished records and shall be verified and signed by the
CQCPA.
Contractor QC records required for the contract shall include, but are not necessarily limited to, the
following records:
a. Daily inspection reports. Each Contractor QC technician shall maintain a daily log of all
inspections performed for both Contractor and subcontractor operations. These technician’s daily reports
shall provide factual evidence that continuous QC inspections have been performed and shall, as a
minimum, include the following:
(1) Technical specification item number and description
(2) Compliance with approved submittals
(3) Proper storage of materials and equipment
(4) Proper operation of all equipment
(5) Adherence to plans and technical specifications
(6) Summary of any necessary corrective actions
(7) Safety inspection.
(8) Photographs and/or video
The daily inspection reports shall identify all QC inspections and QC tests conducted, results of
inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions
taken or proposed.
The daily inspection reports shall be signed by the responsible QC technician and the CQCPA. The RPR
shall be provided at least one copy of each daily inspection report on the work day following the day of
record. When QC inspection and test results are recorded and transmitted electronically, the results must
be archived.
b. Daily test reports. The Contractor shall be responsible for establishing a system that will record
all QC test results. Daily test reports shall document the following information:
(1) Technical specification item number and description
(2) Test designation
(3) Location
(4) Date of test
(5) Control requirements
CENTURY WEST ENGINEERING C-100 Quality Control - 6 of 7 APRIL 2025 | #35022.008.02
(6) Test results
(7) Causes for rejection
(8) Recommended remedial actions
(9) Retests
Test results from each day’s work period shall be submitted to the RPR prior to the start of the next day’s
work period. When required by the technical specifications, the Contractor shall maintain statistical QC
charts. When QC daily test results are recorded and transmitted electronically, the results must be
archived.
100-10 Corrective action requirements. The CQCP shall indicate the appropriate action to be taken
when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will
be taken to bring the process into control. The requirements for corrective action shall include both
general requirements for operation of the CQCP as a whole, and for individual items of work contained in
the technical specifications.
The CQCP shall detail how the results of QC inspections and tests will be used for determining the need
for corrective action and shall contain clear rules to gauge when a process is out of control and the type of
correction to be taken to regain process control.
When applicable or required by the technical specifications, the Contractor shall establish and use
statistical QC charts for individual QC tests. The requirements for corrective action shall be linked to the
control charts.
100-11 Inspection and/or observations by the RPR. All items of material and equipment are subject to
inspection and/or observation by the RPR at the point of production, manufacture or shipment to
determine if the Contractor, producer, manufacturer or shipper maintains an adequate QC system in
conformance with the requirements detailed here and the applicable technical specifications and plans. In
addition, all items of materials, equipment and work in place shall be subject to inspection and/or
observation by the RPR at the site for the same purpose.
Inspection and/or observations by the RPR does not relieve the Contractor of performing QC inspections
of either on-site or off-site Contractor’s or subcontractor’s work.
100-12 Noncompliance.
a. The Resident Project Representative (RPR) will provide written notice to the Contractor of any
noncompliance with their CQCP. After receipt of such notice, the Contractor must take corrective action.
b. When QC activities do not comply with either the CQCP or the contract provisions or when the
Contractor fails to properly operate and maintain an effective CQCP, and no effective corrective actions
have been taken after notification of non-compliance, the RPR will recommend the Owner take the
following actions:
(1) Order the Contractor to replace ineffective or unqualified QC personnel or subcontractors
and/or
(2) Order the Contractor to stop operations until appropriate corrective actions are taken.
METHOD OF MEASUREMENT
100-13 Basis of measurement and payment. Contractor Quality Control Program (CQCP) is for the
personnel, tests, facilities and documentation required to implement the CQCP. The CQCP will be paid as
a lump sum with the following schedule of partial payments:
CENTURY WEST ENGINEERING C-100 Quality Control - 7 of 7 APRIL 2025 | #35022.008.02
a. With first pay request, 25% with approval of CQCP and completion of the Quality Control
(QC)/Quality Assurance (QA) workshop.
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 20%.
d. When 75% or more of the original contract is earned, an additional 20%
e. After final inspection and acceptance of project, the final 10%
BASIS OF PAYMENT
100-14 Payment will be made under:
Item C-100 Contractor Quality Control Program (CQCP)
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.
National Institute for Certification in Engineering Technologies (NICET)
ASTM International (ASTM)
ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Testing Agency
Evaluation
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
END OF ITEM C-100
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING C-101 FOD Prevention Controls - 1 of 2 APRIL 2025 | #35022.008.02
Section C-101 FOD Prevention Controls
1.00 DESCRIPTION
This item shall consist of providing manpower and equipment necessary to avoid the possibility for FOD
(foreign object debris) damage to aircraft. 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. FOD is considered to be objects/debris of any
visible size. 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.
2.00 EQUIPMENT
Equipment shall include power brooms, hand tools, and other equipment as necessary to eliminate FOD.
3.00 CONSTRUCTION METHODS
3.1 FOD CONTROL PLAN
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 project plans and
specifications and submit a FOD Control Plan, for review and acceptance by the RPR, along with the
contractor’s Safety Plan Compliance Document (SPCD).
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.
3.2 FOD PREVENTION REQUIREMENTS
Access/haul routes shall be confined strictly to the areas designated on the Project Site Plan, Safety,
Phasing, or Work Area Plan. These routes shall be confined to the smallest possible area in order to limit
the amount of sweeping and clean-up required. These routes shall be marked clearly by the Contractor with
signs, barricades, and cones so vehicles will not stray from the designated routes. Signs, barricades, and
cones must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind
currents.
The Contractor shall return all aircraft movement areas to a clean, FOD-free state to the satisfaction of the
airport before re-opening those surfaces to aircraft traffic. FOD cleanup equipment and methods used
by the Contractor are subject to approval by the RPR and/or Airport Staff. Equipment judged to be
unsuitable by the RPR shall be replaced by the Contractor at no additional cost to the Owner.
Whenever directed by the RPR, the Contractor shall begin cleanup operations or shut down cleanup
operations already in progress. In the event the Airport or RPR determines any active aircraft movement
area to be unusable or hazardous due to construction generated debris, and the Contractor is not on site or
CENTURY WEST ENGINEERING C-101 FOD Prevention Controls - 2 of 2 APRIL 2025 | #35022.008.02
not able to respond promptly, cleanup equipment will be called to the airport. The resulting cost will be
recovered as a liquidated damage against the Contractor.
3.3 FOD BARRIER
The Contractor shall place and maintain FOD barriers throughout the duration of construction. FOD barriers
shall be installed at the locations and per the details shown on the plans or as directed by the RPR.
3.4 DAILY FOD WALKS
During construction in front of or adjacent to Boeing Aprons or Fuel Farm in Work Area 1, Work Area R1,
Work Area 2, Work Area R3, Work Area 3A, or Work Area 3B, the contractor shall conduct daily FOD
walks with the RPR, Airport Staff, and Boeing Representatives to ensure that FOD has been removed to
the satisfaction of the Airport and Boeing. Immediately clean and correct any FOD that has been identified
by Airport Staff, the RPR, or Boeing Staff. Prior to opening a Taxiway after completion of final striping
with glass beads, the Contractor shall perform a FOD walk with the RPR, Airport Staff, and Boeing
Representative for their concurrence in glass bead/FOD clean up prior to opening the Taxiway. Immediately
correct or remove FOD identified during FOD walks. A representative of the Prime Contractor shall be in
attendance for all FOD walks.
4.00 METHOD OF MEASUREMENT
FOD Prevention Controls will be paid for at the contract lump sum price. This price shall be full
compensation for all labor, equipment, tools, and incidentals necessary to complete the item.
FOD Barrier shall be considered incidental to Construction Safety and Phasing bid item. No separate
measurement or payment shall be made for the procurement, installation, maintenance, or removal of the
FOD Barrier during construction.
5.00 BASIS OF PAYMENT
Payment will be made under:
Item C-101 FOD Prevention Controls – per lump sum
END OF SECTION C-101
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 1 of 11 APRIL 2025 | #35022.008.02
Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
DESCRIPTION
102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by the
Engineer during the life of a contract to control pollution of air and water, soil erosion, and siltation
through the use of Best Management Practices (BMPs) as shown on the Contract Documents, in the
Construction Stormwater Pollution Prevention Plan (CSWPP).
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. Temporary erosion control shall also be installed and maintained in accordance
with City of Renton Municipal Code (RMC) 4-6-030, the King County Stormwater Pollution Prevention
Manual (SPPM), and WAC 173-201A. In the event that there is a conflict between these, the most
stringent shall apply.
The temporary erosion control measures contained herein shall be coordinated with the permanent erosion
control measures specified as part of this contract. The Contractor shall maintain all Best Management
Practices (BMPs) for the duration of construction until final stabilization is approved by the City of
Renton..
Temporary control will include work outside the construction limits such as borrow pit operations,
equipment and material storage sites, waste areas, and temporary plant sites. The Contractor shall divert
stormwater away from work areas and contain all stormwater and process water within the construction
site. These waters shall be collected and disposed of off airport property.
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 Renton Municipal
Airport.
102-2. Submittals. The Contractor shall submit a Construction Stormwater Pollution Plan (CSWPP). The
CSWPP shall include CESCL Certification Cards and Qualifications for all those designated to be the
CESCL for the project. The Contractor shall also submit material submittals to the Engineer per the
project requirements for items not limited to the list below:
1. Grass
2. Fertilizer
3. Silt Fence
4. Erosion Control Blanket
5. Catch Basin Protection
6. Temporary Piping/Connections/Plugs
7. Temporary Pumps/Dewatering Plan
8. Wheel Wash
9. Sediment Trap
Materials submitted shall meet the requirements of the City of Renton, King County, and Washington
State Department of Ecology. All products used for constructing selected BMPs shall be suitable for such
use and submitted to the Engineer for approval.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 2 of 11 APRIL 2025 | #35022.008.02
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. The mix
shall be one that is well adapted to growth in Western Washington. The Seed Mix used shall meet the
requirements of Section T-901.
102-2.2 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.
102-2.3 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.
A. Geotextile shall meet the following:
AOS (per ASTM D4751) 30-100 sieve size for slit film.
50-100 sieve size for other fabrics
Water Permittivity (per ASTM D4491) 0.02 sec-1 minimum
Grab Tensile Strength (per ASTM D4632) 180 lbs min.
Grab Tensile Elongation (per ASTM D4632) 30% max (woven)
UV Resistance (per ASTM D4355) 70% min.
102-2.4 Erosion Control Blanket. Erosion Control Blanket shall meet the requirements of WSDOT
Specification Section 9-14, paragraph 9-14.6(2) “Biodegradable Erosion Control Blanket”. Installation in
ditches and swales shall be per WSDOT Standard Plan I-60.20-01“Biodegradable Erosion Control
Blanket Placement for Ditches”. Installation on slopes shall be per WSDOT Standard Plan I-60.10-01
“Biodegradable Erosion Control Blanket Placement on Slope”.
102-2.5 Temporary Catch Basin Protection. Catch basin protection shall be designed and installed for
the purpose of preventing sediment from entering the storm system. Protection shall:
A. Be constructed of non-woven geotextile fabric with sewn seams.
B. Contain a built-in lifting strap.
C. Have a built-in, high flow bypass.
D. Be sized such that all water draining to the catch basin flows into the insert and does not flow
directly into the storm drain.
E. Catch basin covers shall be 30 mil PVC liner material.
102-2.6 Temporary Piping/Connections. Temporary piping shall meet the requirements of the storm
drainpipe as specified in Section D-701, Pipe for Storm Drains and Culverts. Temporary catch basin shall
meet the requirements of Section D-751 – Manholes, Catch Basins, Inlets and Inspection Holes.
Incidental to other bid items.
102-2.7 Temporary Piping Plugs.
A. Installation in Pipe/Structure to be Demolished/Abandoned. Plug shall be concrete as specified in
Section P-610 – Cast-in-Place Concrete.
B. Installation in Pipe/Structure to Remain. Plug shall be a mechanical secured plug.
Incidental to other bid items.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 3 of 11 APRIL 2025 | #35022.008.02
102-2.8 Wheel Wash. The wheel wash shall be a high-water pressure, low water volume system long
enough to allow for at least two full tire rotations. Spray nozzles shall be directed at inner and outer side
walls for all tires including duals, all treads from two directions, wheel wells and flaps, and truck sides up
to the bottom of the windshield.
102-2.9 Sediment Trap. Sediment traps shall be cut into the grade to the size and dimensions shown on
the plans. Materials for the outlet weir shall include Rip Rap, 2-4” rock, washed gravel and a geotextile
for separation.
A. Rip Rap shall meet WSDOT Std. Spec. 9-13.1(4)
B. Rock (2” to 4”) shall meet WSDOT Std. Spec. 9-13.4
C. Geotextile shall meet the requirements of Table 3 “Separation” per WSDOT Std. Spec. 9-
33.2
102-2.10 Other. All other materials shall meet commercial grade standards and shall be approved by the
Engineer before being incorporated into the project.
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 Engineer shall be responsible for assuring compliance to the extent that construction practices,
construction operations, and construction work are involved. No discharge of water shall be allowed that
increases volume, velocity, or peak flow rate of receiving water background conditions, or that does not
meet state of Washington water quality standards.
The Construction Stormwater Pollution Prevention Plan (CSWPP) required by this section shall be based
upon the Temporary Erosion and Sediment Control (TESC) requirements of the contract but shall
specifically phase, adjust, improve and incorporate the TESC requirements into the Contractor’s specific
schedule and plan for accomplishing the work. The CSWPP shall be modified as changes are made to
improve, upgrade and repair best management practices used by the Contractor and as the work
progresses and TESC needs change.
The Contractor shall be wholly responsible for control of water onto and exiting the construction site
and/or staging areas, including groundwater, stormwater, and process water. Stormwater from offsite
shall be intercepted and conveyed around or through the project and shall not be combined with onsite
construction stormwater.
Design of, and modifications to, project hydraulic conveyances, detention facilities, and TESC plan sheets
shall be stamped by a Professional Engineer (P.E.) licensed by the State of Washington. All other
changes to the CSWPP shall be signed by the CESCL.
The Contractor shall develop and submit a Construction Stormwater Pollution Plan (CSWPP). The
CSWPP shall include site drawings, Contractor personnel, CESCL, schedule and sequence, planned
BMPs, emergency response plan, dewatering plan, FOD control plan, and fugitive dust control plan.
The Contractor shall open an NPDES permit with Washington State DOE or accept owner transfer of the
current General NPDES permit for the project site. The Contractor shall submit a notice of transfer before
Notice to Proceed.
Failure to install, maintain, and/or remove BMPs shown on the drawings, in the approved Contractor
Erosion and Sediment Control Plan and specified herein, or by order of the Engineer will result in the
suspension of the Contractor's operations by the Engineer.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 4 of 11 APRIL 2025 | #35022.008.02
The Contractor shall be solely responsible for any damages, fines, levies, or judgments incurred as a
result of the Contractor, subcontractor, or supplier negligence in complying with the requirements of this
section.
The Contractor shall be solely responsible for any schedule impacts from damages, fines, levies,
judgments, or stop work orders incurred as a result of the Contractor, subcontractor, or supplier
negligence in complying with the requirements of this section. The project schedule will not be changed
to accommodate the time lost.
The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing,
excavation, and fill operations, and to direct the Contractor to provide immediate permanent or temporary
pollution control measures to prevent contamination of adjacent streams or other watercourses, lakes,
ponds, wetlands or other areas of water impoundment.
In the event that temporary erosion and pollution control measures are required due to the Contractor's
negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are
ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense.
The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as
determined by analysis of project conditions.
In the event that areas adjacent to the work area are suffering degradation due to erosion, sediment
deposit, water flows, or other causes, the Engineer may stop construction activities until the situation is
rectified.
In the event that the Washington State Department of Ecology issues an Inspection Report, a Notice of
Non-Compliance, Notice of Violation or Enforcement Action, the Engineer may stop all construction
activities until it has been determined that the project is in compliance. The Engineer may require the
Contractor to send additional staff to successfully complete Contractor Erosion and Sediment Control
Lead (CESCL) training before construction activities may begin. The number of working days will not be
changed to accommodate the work stoppage. All costs associated with work stoppages, mitigation of the
event, and/or training shall be paid by the Contractor.
In the event that the Contractor discharges storm water, ground water, or process water to storm drains,
ditches, gutters or any conveyance that discharges to a receiving water as defined by the Department of
Ecology without prior approval of the Engineer, the Engineer may stop all construction activities and
require additional Contractor staff training and may require that all parties involved in the unapproved
discharge be removed from the project for a time determined by the Engineer. The project schedul e will
not be changed to accommodate the time lost. All costs associated with mitigation of the unauthorized
discharge, work stoppages, training and/or removal of personnel from the project shall be paid by the
Contractor.
The Contractor shall be available, at a minimum, for a weekly coordination meeting with the Engineer,
other City Staff and outside agency representatives to review the ongoing contract work for compliance
with the provision of this specification.
The Contractor shall prepare a CSWPP. The contents of a CSWPP may vary with the amount of new or
replaced hard surface, acres of land disturbing activity and the classification of water. The CSWPP shall
comply with the City of Renton’s Municipal Code (RMC) 4-6-030.
102-3.2 Contractor Personnel. The Contractor shall designate sufficient employees as the responsible
representatives in charge of erosion and sedimentation control. These employees’ responsibility will be
the oversight of all water and air quality issues.
The designated employees responsible for erosion and sedimentation control as discussed above shall be
the Construction Erosion Sediment Control Lead(s) (CESCL) responsible for developing, maintaining
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 5 of 11 APRIL 2025 | #35022.008.02
and modifying the CSWPP for the life of the Contract and ensuring compliance with all requirements of
this section.
An CECL shall be onsite at all times when any work activity is taking place. A CESCL shall be required
for each shift.
The CECL shall be qualified in the preparation of erosion and sediment control plans, in the installation,
inspection, monitoring, maintenance of BMP’s, and documentation required for NPDES permits as well
as sensitive resource identification, water treatment, and restoration and stabilization of unstable slopes,
shorelines, stream banks, and wetlands.
The CECL shall have authority to direct all Contractor and sub-contractor personnel.
The CECL shall have no other duties aside from developing, maintaining, modifying, inspecting,
implementing the CSWPP and ensuring compliance with all requirements of this section, and, all other
environmental regulations, or as directed by the Engineer.
Qualifications of the CESCL shall be as follows:
A. Have successfully completed Contractor Erosion and Sediment Control Lead (CESCL)
training given by a Washington State Department of Ecology-approved provider, and have
five years’ experience in construction site erosion and sediment control regulatory
requirements and BMPs, erosion and sediment control plan development, and
stormwater/water quality monitoring, or
B. Currently certified as a Certified Professional in Erosion and sediment Control (CPESC)
offered by CPESC, Inc. (www.cpesc.org) and have one year experience in state of
Washington construction site erosion and sediment control regulatory requirements and
BMPs, erosion and sediment control plan development and stormwater monitoring.
A. Duties of the CESCL shall include: Maintaining permit file on site at all times which includes
the CSWPP, and any associated permits and plans;
B. Directing BMP installation, inspection, maintenance, modification, and removal;
C. Shall be onsite at all times when work is taking place.
D. Availability 24 hours per day, 7 days per week by telephone throughout the period of
construction;
E. Updating all drawings with changes made to the plan;
F. Keeping daily logs, one report per CECL is to be submitted;
G. Prepare and submit for approval a Contractor Erosion and Sediment Control Plan (ESC) as
part of the CSWPP;
H. Immediately notify the Engineer should any point be identified where storm water runoff
potentially leaves the site, is collected in a surface water conveyance system (i.e., road ditch,
storm sewer), and enters receiving waters of the State;
I. If water sheet flows from the site, identify the point at which it becomes concentrated in a
collection system.
J. Inspect CSWPP requirements including BMPs as required to ensure adequacy; facilitate,
participate in, and take corrective actions resulting from inspections performed by outside
agencies, City employees, and City consultants.
K. Set up and maintain a construction stormwater monitoring plan that includes monitoring
locations and procedures. At a minimum, the plan will include monitoring points everywhere
construction stormwater discharges from the project.
L. The CECL shall have authority to act on behalf of the Contractor.
M. The CSWPP shall include the name, office and mobile telephone numbers, fax number, and
address of the designated CECL and all Contractor personnel responsible for erosion and
sediment control.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 6 of 11 APRIL 2025 | #35022.008.02
N. In addition to the CECL, at a minimum, the Contractor’s superintendent, foremen, and lead
persons shall have successfully completed “Contractor Erosion and Sediment Control Lead”
(CESCL) training given by a Washington State Department of Ecology-approved provider.
On matters concerning erosion control, they shall report to the CECL.
102-3.3 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 Construction Stormwater
Pollution Prevention Plan (CSWPP) 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 Engineer. The schedule shall be updated throughout the project.
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/CSWPP. Except where future construction operations will damage slopes, the Contractor shall
perform the permanent seeding 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 Engineer 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, 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 Engineer.
The Contractor shall provide immediate permanent or temporary pollution control measures to minimize
contamination of adjacent streams or other watercourses, lakes including Lake Washington, ponds, or
other areas of water impoundment as directed by the Engineer. 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 Engineer, the work shall be performed by
the Contractor and the cost shall be incidental to this item.
The Engineer 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 BMPs installed by the Contractor shall be maintained by the Contractor during the life of the project.
BMPs shall be maintained during all suspensions of work and all non-working periods. During non-
working periods, the Contractor shall still maintain BMPs installed in the project area. No schedule
impacts may relieve the Contractor from its responsibility to maintain BMPs and prevent violations to the
NPDES permit.
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. All such pollutants shall be collected and disposed of off airport property
at a disposal site meeting all federal, state, and local requirements.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 7 of 11 APRIL 2025 | #35022.008.02
102-3.4 Inspection of BMPs. The CECL shall inspect all TESC best management practices daily during
workdays and anytime 0.5” of rainfall has occurred within 24 hours on weekends, holidays, and after
hours. Rainfall amounts can be determined by contacting the National Weather Service. Deficiencies
identified during the inspection shall be corrected within 24 hours or as directed by the Engineer. The
CECL shall visually inspect all stormwater runoff that discharges from the project for petroleum or
chemical sheen, or “rainbow”. Occurrences of sheen shall be reported immediately to the Engineer.
The CECL shall collect samples and test all stormwater runoff that discharges from the project for
turbidity using a calibrated turbidimeter, and for pH using test strips that measure from pH 0 -14.
Turbidity that exceeds 25 NTUs or pH that is below 6.5 or above 8.5 shall be reported immediately to the
Engineer.
Reports summarizing the scope of inspections, the personnel conducting the inspection, the date(s) of the
inspection, major observations relating to the implementation of the CSWPP, and actions taken as a result
of these inspections shall be prepared and retained as a part of the CSWPP.
All inspection reports shall be kept on-site during the life of the project and available for review upon
request of the Engineer. Copies of all inspection records and updated CSWPP shall be submitted to the
Engineer weekly.
102-3.5 Emergency response. The CSWPP shall contain information on how the Contractor shall control
and respond to turbid water discharges, sediment movement, and fugitive dust. At a minimum, the
Contractor’s employee responsible for, or first noticing, the discharges shall take appropriate i mmediate
action to protect the work area, private property, and the environment (e.g., diking to prevent pollution of
state waters). Appropriate action includes but is not limited to the following:
A. Hazard Assessment - assess the source, extent, and quantity of the discharge.
B. Securement and Personal Protection - If the discharge cannot be safely and effectively
controlled, then immediately notify the CECL and the Engineer. If the discharge can be
safely and effectively controlled, proceed immediately with action to protect the work area,
private property, and the environment.
C. Containment and Elimination of Source - Contain the discharge with silt fence, pipes,
sandbags, or a soil berm down slope from the affected area. Eliminate the source of the
discharge by pumping turbid water to a controlled area, building berms, piping clean water
away from the area or other means necessary.
D. Cleanup - when containment is complete, remove sediment, stabilize, dispose of
contaminated water and prevent future discharge.
E. Notification - report all discharges immediately to the Engineer.
102-3.6 Construction stormwater management. Storm water and construction dewatering operations
shall not discharge to the Storm Drain System (SDS) unless free from pollutants. Before discharge, water
shall be measured using a properly calibrated, approved turbidity meter. Discharged water shall not
exceed 25 Nephelometric Turbidity Units (NTUs) and pH levels shall be between 6.5 and 8.5.
Storm water and construction dewatering water shall not be discharged to the Sanitary Sewer. Storm
water and Construction dewatering water shall not be discharged into Lake Washington. Before
discharge, water shall be measured using a properly calibrated, approved turbidity meter. Discharged
water shall not exceed 200 Nephelometric Turbidity Units (NTUs) and pH levels shall be between 6.0 and
9.0. There shall be no discharge to any catch basin without specific approval of the Engineer.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 8 of 11 APRIL 2025 | #35022.008.02
The CSWPP shall address how the Contractor plans to manage clean and polluted water during the life of
the project. Specific procedures shall be developed and included in the CSWPP when work includes
excavation within 10 feet of any water, sewer, or storm system. Procedures shall address, at a minimum,
locating, protecting, and connecting to existing pipes, as well as response plans for broken pipes.
The Engineer shall be notified before any disposal, hauling, pumping, or treatment of water occurs.
Notification shall include location of disposal and methods of treatment. Disposal tickets shall be
provided to the Engineer upon request.
Water shall not be pumped into ditches, gutters, drainage conveyance, catch basins, or any area that drains
to one of these unless it meets the specifications outlined in this section and with prior approval of the
Engineer. Chlorinated water used for disinfecting water pipes shall not be discharged to the storm drain
system.
102-3.7 Fugitive Dust Planning. The CSWPP shall detail the Contractor proposed approach to fugitive
dust management. The Contractor shall provide whatever means is necessary to keep fugitive dust on site
and at an absolute minimum during working hours, non-working hours and any shut-down periods. The
Contractor’s methods for fugitive dust control will be continuously monitored and if the methods are not
controlling fugitive dust to the satisfaction of the City, the Contractor shall improve the methods or utilize
new methods at no additional cost. The Contractor shall maintain as many water trucks on a site during
working and non-working hours as required to maintain the site free from fugitive dust. During time
periods of no construction activity, water trucks must be ready with on-site Contractor’s personnel
available to respond immediately to a dust or debris problem as identified by the Engineer. At no time
shall there be more than a 10-minute response time to calls concerning fugitive dust/debris problems
during work hours and a 90-minute response at all other times on a 24-hour basis.
102-3.8 Construction Requirements of BMPs.
A. Saw Cutting - Saw cut slurry and cuttings shall be vacuumed during cutting operations. Saw cut
slurry and cuttings shall not remain on permanent concrete or asphalt pavement overnight. Saw
cut slurry and cuttings shall not drain to SDS, IWS, or any other natural or constructed drainage
conveyance. Collected slurry and cuttings are the responsibility of the Contractor and shall be
disposed of offsite in a manner that does not violate groundwater or surface water quality
standards.
B. Soil and Construction Debris Stockpiles - Soils and construction debris, including broken
concrete and asphalt paving, shall be stockpiled within the work site or off site. Stockpiles shall
be covered with plastic and secured from blowing wind and/or jet blast. Materials to be stockpiled
on pavement shall be placed on plastic and contained within a contained area. Stockpiles shall be
covered so that no soil or debris are visible and shall be covered at the end of each workday,
weekends and holidays. Stockpiles on the AOA shall not be allowed unless approved by the
Engineer.
C. Construction Entrances and Haul Roads - Before leaving project site, all trucks and equipment
shall be inspected for mud and debris. At no time shall mud, debris, or visible sediment be
allowed outside of the project boundaries and on any City-owned and public roads. Mud and
debris shall be removed from pavement by vacuum sweeping and shoveling and transported to a
controlled sediment disposal area identified in the CSWPP and disposed of in accordance with
federal, state, and local requirements. Use of water to wash concrete or asphalt pavement shall be
allowed only after sediment has been removed by vacuum sweeping and shoveling, and a Road
Wash Plan has been submitted and accepted by the Engineer. Washing pavement, shall first be
approved by the Engineer. Wash water shall not drain into the storm system or any other natural
or constructed storm water conveyance and shall be contained and removed from Airport
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 9 of 11 APRIL 2025 | #35022.008.02
property and disposed of off-site in accordance with local, state, and federal regulations.
Contractor shall have sufficient working vacuum sweepers on site at all times work is being
performed. All sweepers shall have on-board water spray systems that shall be operating at all
times. Vacuum sweepers shall be dedicated to this project and shall not be utilized by any other
contract, nor be hired out to another contractor. Sweeper systems shall function per manufacturer
specifications, including, but not limited to, spray water systems, blowers, vacuum nozzles,
hoses, debris hopper, hydraulics and electrical. If, in the Engineer’s opinion, the Contractor does
not adequately manage the tracking of sediment, the City may subcontract out the control of
sediment tracking at the Contractor’s expense.
D. Asphalt Curb or Berm - Asphalt curbs or asphalt berms shall be constructed on project perimeters
when the project is surrounded by impervious surfaces. Asphalt curb and berm shall be a
minimum height of four inches. Diesel shall not be used to clean tools and equipment.
E. Catch Basin Protection - All catch basins within the project limits, and outside the project limits
but within the project drainage basin, including haul roads, shall be protected. Catch basin
protection shall be installed where shown in the project drawings, in all storm drainage structures
within the work area, or as otherwise directed by the Engineer.
F. Concrete Truck and Equipment Washing - Concrete truck chutes, concrete pumps, hand tools,
screeds, floats, trowels, rollers, and all other tools shall be washed out only into Washington State
Department of Ecology (WDOE)-approved covered steel containers. All contained concrete
waste shall be disposed of offsite in a manner that does not violate groundwater or surface water
quality standards. All water used for washing, is defined by the WDOE as “process water” and
shall be collected and disposed of in a manner that complies with all local, state and federal
regulations.
G. Wheel Washes - All haul vehicles exiting the work site to public roads shall pass through a wheel
wash system to control sediment tracking. Any required modification, alteration or improvement
needed on the existing wheel wash systems or supplemental vehicle washing for the successful
control of dirt, debris or sediment tracking beyond the wheel wash, either on airport roads or
public roads, for the duration of the contract shall be the responsibility of the Contractor. No
modifications of the wheel wash system are allowed that alter the design of a contained operation
with recycled wash water with no release of sediment laden wash water. The sediment shall be
contained and disposed of at an appropriate disposal facility off Airport property. Wheel wash
water shall be replaced weekly with fresh, clean water. The wash water is “process water” and
shall not be released on site or to the storm drain system and shall be disposed of in accordance
with all water quality regulations. Wheel wash water shall not exceed 100 NTU. Contractor shall
sample wheel wash water for turbidity 2 hours after start and 2 hours before shutdown of the
system. Sampling results shall be entered into Contractor’s daily inspection report.
H. Temporary Piping/Connections - The Contractor shall install temporary piping, catch basins and
connections to the existing storm drain system in locations shown on the drawings. At the
completion of the work, the piping shall be removed, and the temporary connections plugged.
I. Temporary Pipe Plugging - The locations of piping to be temporarily plugged are indicated on the
drawings. At the completion of the work, the plugs shall be removed.
J. Construction Stormwater Management - The Contractor shall construct stormwater tank pads and
place stormwater tanks in the size, location and as detailed on the drawings. The Contractor is
responsible for conveying construction stormwater within each work area to the stormwater
storage tank area shown on the drawings. Temporary piping, structures and pump facilities
required for the conveyance are the responsibility of the Contractor. The construction stormwater
shall be held in the storage tanks until hauled and disposed of by the Contractor on a Force
Account basis.
K. The storage tank facilities including pads, access roads, ramps, temporary structures, and piping
shall be removed at the completion of the work or as directed by the Engineer.
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 10 of 11 APRIL 2025 | #35022.008.02
L. Process Water Collection, Storage, and Disposal - The Contractor shall provide and install
stormwater storage tanks of sufficient size and volume to enable collection of 100% of the
process water generated by the project. The Contractor is responsible for conveying process water
within each work area to storage tank(s). Temporary piping, structures and pump facilities
required for the conveyance are the responsibility of the Contractor. The storage tank facilities
including pads, temporary structures and piping shall be removed at the completion of the work
or as directed by the Engineer. Contractor shall provide process water disposal locations to the
Engineer for review.
METHOD OF MEASUREMENT
102-4.1 Temporary erosion and pollution control work required will be performed as scheduled or
directed by the Engineer. Completed and accepted work will be measured as follows:
a. Catch basin protection will be measured per each catch basin where inlet protection is installed.
b. Installation of Silt fence will be measured by the linear foot.
c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard of
excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic
meter) of embankment placed as directed by the RPR.
d. Erosion control blanket shall be measured by the square yard of ground covered by the blankets.
No overlapping will be counted twice for each blanket installed if they overlap.
e. Installation of wheel washes and the maintenance of them shall be measured by each wheel wash
station installed. The work for maintenance, disposal of water, and sweeping of the area around them
shall be included in the item for each.
f. Installation and maintenance of silt fence shall be measured by the linear foot of fence installed as
shown on the Plans and shall include all maintenance, repair, replacement, during the project.
g. Sediment traps shall be measured per each installed to the size and quantity shown on the Plans.
All materials, installation, maintenance shall be included in this item per each installed.
102-4.2 Control work performed for protection of construction areas outside the construction limits, such
as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites,
will not be measured and paid for directly but shall be considered as a subsidiary obligation of the
Contractor.
BASIS OF PAYMENT
102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered
by the Engineer and measured as provided in paragraph 102-4.1 will be paid for under:
Item C-102-5.1 Catch Basin Protection - per each
Item C-102-5.2 Interceptor Berm - per linear foot
Item C-102-5.3 Erosion Control Blanket - per square yard
Item C-102-5.4 Wheel Wash - per each
Item C-102-5.5 Silt Fence per linear foot
Item C-102-5.6 Sediment Trap per each
CENTURY WEST ENGINEERING C-102 Temporary Pollution, Erosion, & Siltation Control - 11 of 11 APRIL 2025 | #35022.008.02
Where other directed work falls within the specifications for a work item that has a contract price, the
units of work shall be measured and paid for at the contract unit price bid for the various items.
Temporary control features not covered by contract items that are ordered by the Engineer will be paid for
in accordance with FAA Specification Section 90, paragraph 90-05 Payment for Extra Work.
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
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING C-103 Airport Safety - 1 of 8 APRIL 2025 | #35022.008.02
Item C-103 Airport Safety
1.00 GENERAL
1.1 SUMMARY
This specification outlines safety procedures and regulations to be followed by the Contractor during the
course of this work. Temporary flagging, marking, signing, and traffic control for work within the airport
security fence shall meet the requirements of this specification and shall be in conformance with the most
recent version of FAA Advisory Circular 150/5370-2G “Operational Safety on Airports During
Construction” and the Federal Highway Administration Manual on Uniform Traffic Control Devices
(MUTCD).
For temporary flagging, marking, signing, and traffic control within the City of Renton’s right-of-way, refer
to Item C-106 Temporary Traffic Control.
1.2 CONSTRUCTION SAFETY AND PHASING PLAN
The Construction Safety and Phasing Plan (CSPP) has been developed by the Owner to mitigate the adverse
impacts of construction on aeronautical operations on the airport. Strict adherence to the provisions of the
CSPP by all personnel assigned to or visiting the construction site is mandatory for all construction projects.
In the event contractor activities are not in conformance with the provisions of the CSPP, the Contractor
shall immediately cease those operations involved in the violation of the provisions of the CSPP and
conduct a safety meeting. The Owner may direct the Contractor, in writing, to immediately cease those
operations involved in the violation of the provisions of the CSPP. The Contractor shall not resume
construction operations until an appropriate action is taken as determined by the Owner. Costs associated
with work stoppages or additional meetings required due to the violations of the safety plans shall be paid
by the Contractor. Contract time and liquidated damages will apply to periods of work stoppage related to
safety plan violations.
1.3 SECURITY AND BADGING
The Contractor’s Superintendent shall be responsible for the Contractor’s authorized personnel on the job.
Prior to the Preconstruction Conference, the Contractor shall submit to the Airport a list of all employees
(including subcontractors and suppliers) who will be working on the project and their associated job
classification or duties. A list of all Contractor’s and subcontractor’s vehicles and the license identification
to be used on the Airport shall be submitted simultaneously to the Airport. A list of the Contractors and
subcontractors that have a need for escort rights shall also be submitted.
For this project, the following requirements apply:
a) The Contractor, the Contractor’s employees and subcontractors shall obtain Airport-issued AOA
ID badges.
CENTURY WEST ENGINEERING C-103 Airport Safety - 2 of 8 APRIL 2025 | #35022.008.02
b) The Contractor shall anticipate partaking in a safety training course from the Airport prior to
construction.
c) The Contractor shall designate one or two individuals as Authorized Signatories who must attend
additional training beyond that required for AOA ID badge issuance, and specifically for signatory
responsibilities.
d) A complete and legible AOA ID application form will be required for each person needing an
Airport-issued ID badge.
e) Applications need to be processed as soon as possible; this process can take up to 14 days. The
Authorized Signatory will inform the applicants of the schedule available for dropping off their
application, having their ID documents reviewed and their picture taken. Badges may be obtained
from the Airport Office. The Authorized Signatory will be provided a schedule(s) and must
coordinate with the applicants and Airport for badging.
f) The Contractor shall immediately report lost or stolen Airport-issued IDs.
g) The Contractor shall return to the Airport Office (no later than the next business day) the Airport
ID of any individual who: no longer requires the Airport ID to perform work on the project, is
terminated from employment by the Contractor, Contractor’s employees, or subcontractors, has
been suspended from employment, or takes a leave of absence.
h) ID badge holders with authorized escort rights shall be coordinated with the Airport by the
Authorized Signatory. These individuals will receive training specific to escort rights.
i) Gate guards and Traffic Control Flaggers, in addition to training and approval required for AOA
ID badge issuance, shall be required to attend training with the Airport security office specific to
security gate guard and Traffic Control Flagger duties. This training may be conducted as a group
and shall be coordinated by the Contractor’s Authorized Signatory.
j) For working within Boeing Lease Area Boundaries, as shown on the plans, will require a separate
Boeing ID Badge from the AOA Badge. The Contractor shall identify all staff that will be working
within the Boeing Lease Area Boundary and submit to the appropriate Boeing Contact, provided
by the Airport, for badging coordination. All contractors and subcontractors must possess a Boeing
ID Badge prior to beginning work within the Boeing Lease Area Boundary.
The Contractor shall be advised that all vehicles, equipment, and employees entering the airside (inside the
security fence), may be inspected by, but not limited to, an Airport-approved and trained gate guard who
shall be provided by the Contractor. This inspection may occur every time a vehicle, equipment, or
employee enters Airport property. Airport Management shall review and have final approval of the gate
guards and the security operations that they will perform throughout the project.
During the course of the construction operations the Contractor will utilize the existing gates, at locations
as shown on plans. The gates may be opened only for authorized personnel/vehicle traffic flow. At times
these gates are not in use, they shall be closed and securely locked with Contractor-provided lock and keys.
Each gate in active use shall be staffed by Contractor’s Airport-approved and trained gate guard personnel
CENTURY WEST ENGINEERING C-103 Airport Safety - 3 of 8 APRIL 2025 | #35022.008.02
or as shown in the plans. The gate guard shall be capable of immediately contacting the Airport should any
unauthorized access occur. Passengers in any authorized vehicles shall be the responsibility of the
Contractor. The Contractor and the Contractor’s Authorized Signatory shall be held duly responsible for
the above security stipulations at all times during the progress of the construction project. No deviations
from these security measures shall be allowed at any time. Under no circumstances shall gates be left opened
or unlocked without an Airport-approved and trained gate guard present.
Within the Air Operations Area, all equipment, vehicle, and personnel travel shall be restricted to
designated work sites.
Only vehicles used for construction purposes shall enter the Air Operations Area. Contractor personnel
shall park their personal vehicles within a designated staging area. The Contractor shall be prepared to have
all employees and subcontractors who will be working on the project attend a class covering airport security,
safety, and driving on the Airport. The Contractor shall make arrangements for this class prior to beginning
work on the project site.
FAA-approved orange and white checkered flags shall be provided by the Contractor on all vehicles and
equipment within the Airfield.
During night operations, each vehicle entering the Air Operations Area shall be equipped with a yellow
flashing light mounted on the roof of the cab. Headlights, taillights, and flashers shall be used for all
activities during these hours.
In the event of an emergency, personnel and equipment shall move immediately to the staging area.
2.00 MATERIALS
Air Operations Area (AOA) Access Control. The Contractor shall provide AOA gate guards for control
of construction traffic through airport access gates. AOA gate guards are to be trained on airport procedures
prior to assuming their control duties. The term “gate” used herein shall mean any controlled, securable
opening in the security fence.
Flagging. Flaggers are to be trained on airport procedures prior to assuming their control duties. Movement
of equipment, vehicles, and personnel is permitted across active air operation areas only when flaggers are
in position. Flaggers shall have radios for monitoring the airport UNICOM frequency and communicating
with Airport Operations Staff and the Air Traffic Control Tower (ATCT).
Low Level Barricades. Low level barricades shall have nominal dimensions of 10”H x 96”L x 10”W, shall
be specifically designed for airport use, and shall be equipped with pins or connectors so that a “string” of
barricades can be formed. They shall be weighted with water or sand as ballast. The low level barricades
shall be in conformance with FAA AC 150/5370-2G (latest version). Low level barricades shall have
diagonal striped, alternating, orange/white high reflective sheeting on both sides of the barricade, and two
battery or solar powered flashing red lights. If solar powered lights are used, the contractor shall ensure
that they are “on” during periods of low visibility, during daylight hours.
Low level barricades shall be used to delineate “on pavement” work area limits, safety areas, or other
boundaries as shown on the plans or as directed by the Engineer. When in place, low level barricades shall
CENTURY WEST ENGINEERING C-103 Airport Safety - 4 of 8 APRIL 2025 | #35022.008.02
form a continuous “string” across the designated boundary. The Contractor shall furnish, arrange and
otherwise maintain a sufficient number of low level barricades to complete the work.
Tubular Markers. Tubular Markers as detailed on the plans shall be provided, placed, and maintained by
the Contractor during the contract time. Tubular Markers shall have a weighted bottom to prevent
overturning due to wind or prop wash. They shall be florescent orange with at least two white reflective
bands providing full 360-degree visibility and shall have a flashing red light attached to the top.
Tubular markers shall be used to delineate “off pavement” construction work area boundaries, safety areas
or other limits as directed by the engineer. Use tubular markers “on pavement” only when directed by the
Engineer. Maximum tubular marker spacing shall be 10 feet. The Contractor shall furnish, arrange and
otherwise maintain a sufficient number of tubular markers to complete the work.
Lighted Runway Closure Markers. Two (2) portable lighted runway closure markers (crosses or X’s) as
described and as detailed on the plans shall be provided, placed, and maintained by the Contractor during
the contract time. Closure crosses shall be placed as detailed on the plans or as otherwise directed by the
Engineer. The crosses shall remain on the project site and available for use at project start up.
The closure markers shall be L-893 portable runway closure markers in conformance with FAA AC
150/5345-55 (latest version) and manufactured by an approved manufacturer as listed in FAA AC
150/5345-53 (latest version), Appendix 3 Addendum. The Contractor shall be responsible for operation,
maintenance, and servicing of the closure crosses throughout the project. This includes fueling as necessary
and changing engine oil, including oil filter, as well as replacing light bulbs as necessary. Perform additional
maintenance as described in the closing cross O & M Manual.
Marking and Lighting for Vehicles. All contractor vehicles shall be marked with company identification
on both sides of the vehicle. All contractor vehicles and equipment shall be equipped with an FAA-approved
orange and white checkered flag or an omnidirectional amber flashing light mounted on the roof of the cab.
If working at night, all vehicles and equipment shall be equipped with an amber flashing light.
Airport Radios. Airport radios shall be VHF Air Band Transceivers, such as those manufactured by ICOM,
Model IC-A24, or equal. Radios shall be supplied with a compatible wall charge unit, and a vehicle
“cigarette lighter” style plug in charger. The Contractor shall provide a minimum of two (2) radios, or more
as necessary to meet the requirements of the project, for use on the project. Radios will remain the property
of the Contractor at the completion of the project.
The Contractor shall designate one lead person to monitor the Airport UNICOM frequency at all times and
to communicate with the Air Traffic Control Tower (ATCT) during construction operations in each Work
Area. The person shall be familiar with construction vehicular movements, operations, and airport layout.
The Contractor shall allow time for proper training of airport radio communications with the Owner prior
to the start of construction.
At no time will the Contractor, the Contractor’s employees, or subcontractors be given authorization to
enter an active taxiway or apron unless they are being escorted by Airport Operations. Hauling across active
runways, taxiways, or aprons shall not be permitted.
Temporary Marking and Signing. The Contractor shall install temporary closing crosses, lights, lenses,
traffic control devices, temporary markings, temporary fencing, barricades, signs, and shall cover existing
lights, signs, and markings as detailed on the plans or as required during the course of this contract.
Disconnect guidance signs that are to be covered. Cover lights fixtures or guidance signs as identified on
CENTURY WEST ENGINEERING C-103 Airport Safety - 5 of 8 APRIL 2025 | #35022.008.02
the plans to prevent light leakage. Contractor to submit proposed method of light and sign covering to
Engineer for approval. Contractor shall take added care to ensure existing lights and signs or lights and
signs to remain are not damaged. Repair any damaged light or sign to satisfaction of Engineer at no
additional cost to the Owner, including full replacement, if warranted. All temporary markings, lights, and
signs, as well as temporary coverings for existing lights and signs, must be secured in place to prevent
movement by prop wash, jet blast, wing vortices, or other wind currents. Temporary lights, signs, markings,
and traffic control devices shall conform to applicable Federal Aviation Administration standards and the
Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD), as applicable,
and shall be constructed of materials approved by the Engineer.
3.00 CONSTRUCTION METHODS
3.1 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD).
The Contractor shall carefully review the requirements detailed in the CSPP, the project plans, and these
specifications, and shall submit a Safety Plan Compliance Document (SPCD) as described in the CSPP
for review and acceptance by the Engineer prior to beginning construction. When an airport safety item is
covered by more than one section in the contract documents, the Contractor shall adhere to the more stringent
requirements for each safety item.
3.2 CONSTRUCTION SEQUENCE
Construction activity shall not commence prior to issuance of a Notice to Air Missions (NOTAM). The
Contractor shall advise the Engineer three (3) days in advance of the planned commencement of
construction activity in any work area so a NOTAM can be issued and shall not commence such activity
until advised by the Engineer. Upon completion of work to the satisfaction of the Engineer, a NOTAM
indicating completion will be issued. No further work in affected areas will be permitted.
3.3 GENERAL SAFETY REQUIREMENTS
A. During the course of the contract, the Contractor shall be responsible for maintaining security
against unauthorized access to the airport. The Contractor will be held responsible for any fines,
damages, or civil penalties filed against the City of Renton (City) for the Contractor's failure to
maintain the regulations set forth herein.
B. For the purpose and intent of these regulations, “air operations area” (AOA) is construed to mean
any area used or intended to be used for takeoff, landing, or surface maneuvering of aircraft, and
all other areas restricted to public access on the field. Work boundaries within the air operations
area shall be established as shown on the drawings. Only Contractor's employees are permitted in
the work sites.
C. The Contractor must enter and exit the air operations area only through the gates designated by the
Engineer. Deliveries to work sites will be controlled by the contractor or, if applicable, a gate guard
who will record name and license of driver, vehicle license, and times in and out. The Contractor
shall ensure that the gates are locked and secured at all times when not in use.
D. The Contractor shall be fully responsible for compliance of all employees with the airport security
program and following regulations and orders of the airport management. These regulations may
affect identification requirements of employees and subcontractors, movement around the airport,
CENTURY WEST ENGINEERING C-103 Airport Safety - 6 of 8 APRIL 2025 | #35022.008.02
parking, entry, and other circumstances affecting the safety or protection of persons or property.
The security requirements are subject to change at any time during the project without prior notice.
E. The Contractor's operations shall be limited to the staging area, the work boundaries shown on the
plans, and approved haul routes. The Contractor shall keep personnel and equipment off of active
runways, taxiways, taxilanes, and aprons. The Contractor shall continue to follow all safety
requirements during runway closures.
F. The Contractor shall provide and maintain FOD Barrier as detailed on the plans and in Specification
Section C-101.
G. Only vehicles used for construction purposes shall enter the air operations area. Contractor
personnel shall park their personal vehicles within a designated staging area.
H. Construction equipment that extends 12 feet or more above ground level shall be cleared through
the Engineer. It shall be lighted at night in an approved manner and/or lowered to the height of
adjacent structural surroundings at the discretion of the Engineer.
I. Welding equipment shall not be used within 100 feet of fuel trucks or aircraft.
J. All accidents shall be reported to the Engineer. In the event of an emergency, Contractor employees
and equipment shall be moved immediately to the Contractor staging area, nearest safe area, or at
the direction of the Owner or Engineer.
K. Contractor employees and construction equipment shall at all times give way to aircraft and/or
emergency vehicles.
3.4 MAINTENANCE OF TEMPORARY MARKING AND SIGNING
A. All barricades with flashing lights shall be inspected and tested each day, prior to project shut down
to verify operation during nighttime usage. All barricade types shall be checked daily by the
Contractor to ensure they are functioning as intended, including periods of time when work is not
occurring or temporarily suspended.
B. The Contractor shall place and maintain barricades, runway closure markings, and other temporary
marking and signing as described in this specification throughout the duration of construction as
shown on the phasing plans or as directed by the Engineer.
C. The Contractor shall designate a person or persons who will be available 24 hours per day should
any of the barricades, closure markers, or other safety measures noted in the plans, specifications,
or CSPP fail. This person/persons shall be capable of immediately dispatching to the site to make
repairs or adjustments as needed.
3.5 HAUL ROUTES
A. Prior to commencement of work in any Work Area, the Contractor and the Engineer will select
haul routes to be used by personnel and vehicles during the course of work in the designated Work
Area. The Contractor shall furnish, install, and maintain appropriate traffic signs that clearly
identify a haul route throughout its length within the aircraft operation area.
B. Unsurfaced haul roads shall be sprinkled with water as necessary to prevent dust diffusion during
the course of the work.
CENTURY WEST ENGINEERING C-103 Airport Safety - 7 of 8 APRIL 2025 | #35022.008.02
C. The Contractor shall abide by prevailing legal load limit regulations when hauling over airfield
pavements and public roads. The Contractor shall perform all necessary maintenance of haul routes
during construction and shall perform all work as necessary to restore the routes used by all
contractor equipment to their original condition at the conclusion of construction. New construction
haul roads shall be obliterated, and original vegetation re-established. Existing roadways, aprons,
and taxiways shall be patched or overlaid, at the Contractor’s expense, as necessary to restore them.
All maintenance and restoration work shall be completed to the Engineer's satisfaction before final
payment is awarded. No direct payment will be made for this work.
3.6 STAGING AREAS
A. An area will be set aside on the airport property for the Contractor's use as a staging area for
personnel, equipment, and materials. The Contractor shall delineate the actual location in the field
as shown in the contract drawings. The Contractor may install a security fence. The area shall be
restored to its original condition at the conclusion of the work. The cost for restoration of the
Contractor’s staging area shall be considered incidental to the bid.
B. At the end of each working day, all equipment and other obstructions shall be moved away from
the runway and taxiways to the contractor staging area. The Contractor shall be responsible for all
Contractor and subcontractor equipment being within the staging area at the end of each workday.
3.7 NIGHT WORK
A. Some phases of work require night work or swing shift work as detailed on the plans. If the
Contractor proposes to work at night or an emergency situation requires work at night during the
remaining phases, the Contractor shall notify the Engineer as far in advance as possible and obtain
clearance before proceeding to work
B. During night or swing shift operations, each vehicle shall be equipped with an omnidirectional
amber flashing light mounted on the roof of the cab. Headlights, taillights, and flashers shall be
used for all activities during these hours.
C. Adequate portable lights at the areas of work shall be provided by the Contractor during all swing
shift work or night work. Sufficient lights shall be provided to complete the work to the specified
tolerances. Portable light plants shall have at least four (4) working metal halide 1,000 watt bulbs
or 245,000 lumen output, each mounted on a mast at least 25’ high, or as approved by the Engineer.
3.8 CLEANUP
A. The Contractor shall be responsible for, at all times, ensuring that active runways and taxiways are
kept free of construction debris, equipment, and/or materials that might endanger or be ingested by
an aircraft.
B. All trenching within active runway or taxiway safety areas shall be backfilled to grade at the end
of each workday.
C. Areas to be opened up to aircraft operations shall be swept thoroughly clean. See Section C-101
FOD Prevention Controls for additional information.
CENTURY WEST ENGINEERING C-103 Airport Safety - 8 of 8 APRIL 2025 | #35022.008.02
4.00 METHOD OF MEASUREMENT
All costs associated with this section will be paid for at the contract lump sum price. This price shall be full
compensation for preparing a Safety Plan Compliance Document (SPCD); for furnishing traffic control
flaggers, AOA gate guards, Airport Badges, Boeing Badges, barricades, tubular markers, FOD barriers,
temporary construction fences, lighted runway closure markers, lights, signs, radios, and all other temporary
traffic control devices; for maintenance of those items during the work; any necessary relocation; removal
of items upon completion of the work; and for all labor, equipment, tools, and incidentals necessary to
complete the item, including covering or disconnecting fixtures and signs and uncovering or reconnecting
fixtures and signs as shown on the phasing plans or as directed by the Airport.
5.00 BASIS OF PAYMENT
Payment will be made under:
Item C-103 Construction Safety and Phasing – per lump sum
END OF SECTION C-103
CENTURY WEST ENGINEERING C-105 Mobilization - 1 of 2 APRIL 2025 | #35022.008.02
Item C-105 Mobilization
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. The contractor shall
provide electrical hook-up and water for the Engineer’s Quality Assurance Mobile Laboratory.
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 as
required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%.
BASIS OF PAYMENT
105-6 Payment will be made under:
Item C-105 Mobilization
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
CENTURY WEST ENGINEERING C-105 Mobilization - 2 of 2 APRIL 2025 | #35022.008.02
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
CENTURY WEST ENGINEERING C-106 Temporary Traffic Control - 1 of 5 APRIL 2025 | #35022.008.02
Item C-106 Temporary Traffic Control
DESCRIPTION
106-1.1 Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists,
and pedestrians (including pedestrians with disabilities) within the City of Renton’s right-of-way. The
Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being
furnished by the Owner. The Contractor shall erect and maintain all construction signs, warning signs,
detour signs, and other traffic control devices necessary to warn and protect the public at all times from
injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and
traffic control devices are in place.
When the bid proposal includes an item for "Temporary Traffic Control," the Work required for this item
shall be all items described in Section 1-10 of the Washington State Department of Transportation
(WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT Standard
Specifications), including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization
devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions
specify furnishing, maintaining, and payment in a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other
traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs
and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this
Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of
the construction signs and the traffic control devices destroyed or damaged during the life of the
project.
6. Removing existing signs as specified or as directed by the RPR and delivering to the City Shops,
or storing and reinstalling as directed by the RPR.
7. Preparing a traffic control plan for the project and designating the person responsible for traffic
control at the Work site. The traffic control plan shall include descriptions of the traffic control
methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at
or before the preconstruction conference, and shall be subject to review and approval of the RPR.
CENTURY WEST ENGINEERING C-106 Temporary Traffic Control - 2 of 5 APRIL 2025 | #35022.008.02
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that
will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30
a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed
by the RPR.
10. Promptly removing or covering all non-applicable signs during periods when they are not needed.
If no bid item "Temporary Traffic Control" appears in the proposal, then all Work required by these sections
will be considered incidental and their cost shall be included in the other items of Work.
If the RPR requires the Contractor to furnish additional channelizing devices, pieces of equipment, or
services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection
of traffic, then a new item or items may be established to pay for such items. Further limitations for
consideration of payment for these items are that they are not covered by other pay items in the bid proposal,
they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each
individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the
duration of their need. In the event of disputes, the RPR will determine what is usually anticipated by a
prudent Contractor. The cost for these items will be by agreed price, price established by the RPR, or by
force account. Additional items required as a result of the Contractor's modification to the traffic control
plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Temporary Traffic Control" to address the increase
or decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of the
Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform
Traffic Control Devices (MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been provided to the
satisfaction of the RPR. Any days lost due to improper traffic control will be charged against the
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the
Work.
MATERIALS
106-2.1 Materials shall meet the requirements of the following WSDOT Standard Specification Sections:
Traffic Control Materials WSDOT Standard Specification 9-35
CENTURY WEST ENGINEERING C-106 Temporary Traffic Control - 3 of 5 APRIL 2025 | #35022.008.02
TRAFFIC CONTROL MANAGEMENT
106-3.1 Traffic control management shall be per WSDOT Standard Specification Section 1-10.2 except
as modified herein:
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
(******)
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor
is required or as authorized by the RPR.
The TCS shall assure that all the duties of the TCS are performed during the duration of
the Contract. During non-Work periods, the TCS shall be able to be on the job site within
a 45-minute time period after notification by the RPR.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
(******)
The Contractor shall be responsible for assuring that traffic control is installed and
maintained in conformance to established standards. The Contractor shall continuously
evaluate the operation of the traffic control plan and take prompt action to correct any
problems that become evident during operation.
Special Conditions
· The Contractor shall maintain at least one continuous ADA accessible pedestrian
walkway through the project area at all times.
· The Contractor shall coordinate with local garbage and recycling collection and
school bus routes that may be affected.
TRAFFIC CONTROL LABOR, PROCEDURES, AND DEVICES
106-4.1 Traffic control labor, procedures, and devices shall be per WSDOT Standard Specification
Section 1-10.3 except as modified herein:
1-10.3 Traffic Control Labor, Procedures, and Devices
Section 1-10.3 is supplemented as follows:
(******)
At the end of each working day, provisions shall be made for the safe passage of traffic
and pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-
diamond grade or equivalent approved by the RPR. Barricades shall also be equipped with
flashers during hours of darkness.
CENTURY WEST ENGINEERING C-106 Temporary Traffic Control - 4 of 5 APRIL 2025 | #35022.008.02
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided
for the drivers of private vehicles.
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience
vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods when actual
work is being done. The Contractor shall so conduct their operations so as to have under
construction no greater length or amount of work than Contractor can prosecute vigorously
and Contractor shall not open up sections of the work and leave them in an unfinished
condition.
The Contractor shall provide traffic cones, barricades, and drums, with warning lights in
sufficient number and in good condition as required to protect the work and the public
throughout the length of the job. Traffic Safety Drums with flashers in addition to
temporary striping will be used to channelize traffic through construction zones. Opposing
lanes of traffic will be separated by pylons when clearance for drums is not adequate. All
signing and channelization shall be per current MUTCD standards.
Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers
shall be required for each shift of traffic control. The Contractor shall provide temporary
striping, reflective marking tape, and/or retroreflective tubular markers as required at the
direction of the RPR. Paint, reflective marking tape, and/or retroreflective tubular markers
used for temporary striping shall meet the requirement of WSDOT Standard Specification
Section 8-23.
1-10.3(3)A Construction Signs
Section 1-10.3(3)A is supplemented as follows:
(******)
No separate pay item will be provided in the bid proposal for Class A or Class B
construction signs. All costs for the Work to provide Class A or Class B construction signs
shall be included in the unit contract price for the various other items of the Work in the
bid proposal.
METHOD OF MEASUREMENT
106-5.1 When the bid proposal contains the item “Temporary Traffic Control”, there will be no
measurement of unit items for work defined by WSDOT Standard Specification Section 1-10 except as
described in WSDOT Standard Specification Section 1-10.4(3).
BASIS OF PAYMENT
106-6.1 The lump sum contract payment for temporary traffic control shall be full compensation for all
costs incurred by the contractor in performing the contract work defined in WSDOT Standard
CENTURY WEST ENGINEERING C-106 Temporary Traffic Control - 5 of 5 APRIL 2025 | #35022.008.02
Specification Section 1-10 except for costs compensated by Bid Proposal items inserted through Contract
Provisions as described in WSDOT Standard Specification Section 1-10.4(3).
Payment will be made under:
Item C-106-6.1 Temporary Traffic Control – per 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
END ITEM C-106
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING C-110 Estimating PWL - 1 of 6 APRIL 2025 | #35022.008.02
Item C-110 Method of Estimating Percentage of Material Within Specification Limits (PWL)
110-1 General. When the specifications provide for acceptance of material based on the method of
estimating percentage of material within specification limits (PWL), the PWL will be determined in
accordance with this section. All test results for a lot will be analyzed statistically to determine the total
estimated percent of the lot that is within specification limits. The PWL is computed using the sample
average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the
specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From
these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper Quality
Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All
specification limits specified in the technical sections shall be absolute values. Test results used in the
calculations shall be to the significant figure given in the test procedure.
There is some degree of uncertainty (risk) in the measurement for acceptance because only a small
fraction of production material (the population) is sampled and tested. This uncertainty exists because all
portions of the production material have the same probability to be randomly sampled. The Contractor’s
risk is the probability that material produced at the acceptable quality level is rejected or subjected to a
pay adjustment. The Owner’s risk is the probability that material produced at the rejectable quality level
is accepted.
It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor’s
risk for material evaluated, production quality (using population average and population standard
deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the
responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria
when sampled and tested at the frequencies specified.
110-2 Method for computing PWL. The computational sequence for computing PWL is as follows:
a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification.
b. Locate the random sampling position within the sublot in accordance with the requirements of the
specification.
c. Make a measurement at each location, or take a test portion and make the measurement on the test
portion in accordance with the testing requirements of the specification.
d. Find the sample average (X) for all sublot test values within the lot by using the following formula:
X = (x1 + x2 + x3 + . . .xn) / n
Where: X = Sample average of all sublot test values within a lot
x1, x2, . . .xn = Individual sublot test values
n = Number of sublot test values
e. Find the sample standard deviation (Sn) by use of the following formula:
Sn = [(d12 + d22 + d32 + . . .dn2)/(n-1)]1/2
Where: Sn = Sample standard deviation of the number of sublot test values in the set
d1, d2, . . .dn = Deviations of the individual sublot test values x1, x2, … from the average
value X
CENTURY WEST ENGINEERING C-110 Estimating PWL - 2 of 6 APRIL 2025 | #35022.008.02
that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X)
n = Number of sublot test values
f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of
the following formula:
QL = (X - L) / Sn
Where: L = specification lower tolerance limit
Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the
column appropriate to the total number (n) of measurements. If the value of QL falls between values
shown on the table, use the next higher value of PWL.
g. For double-sided specification limits (i.e., L and U), compute the Quality Indexes QL and QU by
use of the following formulas:
QL = (X - L) / Sn
and
QU = (U - X) / Sn
Where: L and U = specification lower and upper tolerance limits
Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by
entering Table 1 separately with QL and QU, using the column appropriate to the total number (n) of
measurements, and determining the percent of material above PL and percent of material below PU for
each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value
of PL or PU. Determine the PWL by use of the following formula:
PWL = (PU + PL) - 100
Where: PL = percent within lower specification limit
PU = percent within upper specification limit
EXAMPLE OF PWL CALCULATION
Project: Example Project
Test Item: Item P-401, Lot A.
A. PWL Determination for Mat Density.
1. Density of four random cores taken from Lot A.
A-1 = 96.60
A-2 = 97.55
A-3 = 99.30
A-4 = 98.35
n = 4
2. Calculate average density for the lot.
X = (x1 + x2 + x3 + . . .xn) / n
X = (96.60 + 97.55 + 99.30 + 98.35) / 4
X = 97.95% density
CENTURY WEST ENGINEERING C-110 Estimating PWL - 3 of 6 APRIL 2025 | #35022.008.02
3. Calculate the standard deviation for the lot.
Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2
Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2
Sn = 1.15
4. Calculate the Lower Quality Index QL for the lot. (L=96.3)
QL = (X -L) / Sn
QL = (97.95 - 96.30) / 1.15
QL = 1.4348
5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4.
PWL = 98
B. PWL Determination for Air Voids.
1. Air Voids of four random samples taken from Lot A.
A-1 = 5.00
A-2 = 3.74
A-3 = 2.30
A-4 = 3.25
2. Calculate the average air voids for the lot.
X = (x1 + x2 + x3 . . .n) / n
X = (5.00 + 3.74 + 2.30 + 3.25) / 4
X = 3.57%
3. Calculate the standard deviation Sn for the lot.
Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2
Sn = [(2.04 + 0.03 + 1.62 + 0.10) / 3]1/2
Sn = 1.12
4. Calculate the Lower Quality Index QL for the lot. (L= 2.0)
QL = (X - L) / Sn
QL = (3.57 - 2.00) / 1.12
QL = 1.3992
5. Determine PL by entering Table 1 with QL = 1.41 and n = 4.
PL = 97
6. Calculate the Upper Quality Index QU for the lot. (U= 5.0)
QU = (U - X) / Sn
QU = (5.00 - 3.57) / 1.12
QU = 1.2702
7. Determine PU by entering Table 1 with QU = 1.29 and n = 4.
PU = 93
CENTURY WEST ENGINEERING C-110 Estimating PWL - 4 of 6 APRIL 2025 | #35022.008.02
8. Calculate Air Voids PWL
PWL = (PL + PU) - 100
PWL = (97 + 93) - 100 = 90
EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178)
Project: Example Project
Test Item: Item P-401, Lot A.
A. Outlier Determination for Mat Density.
1. Density of four random cores taken from Lot A arranged in descending order.
A-3 = 99.30
A-4 = 98.35
A-2 = 97.55
A-1 = 96.60
2. From ASTM E178, Table 1, for n=4 an upper 5% significance level, the critical value for test
criterion = 1.463.
3. Use average density, standard deviation, and test criterion value to evaluate density measurements.
a. For measurements greater than the average:
If (measurement - average)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier.
For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463.
Since 1.174 is less than 1.463, the value is not an outlier.
b. For measurements less than the average:
If (average - measurement)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier.
For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463.
Since 1.435 is less than 1.463, the value is not an outlier.
Note: In this example, a measurement would be considered an outlier if the density were:
Greater than (97.95 + 1.463 × 1.15) = 99.63%
OR
less than (97.95 - 1.463 × 1.15) = 96.27%.
Table 1. Table for Estimating Percent of Lot Within Limits (PWL)
Percent Within
Limits
(PL and PU)
Positive Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362
98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630
97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420
96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454
95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635
94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914
93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265
92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670
CENTURY WEST ENGINEERING C-110 Estimating PWL - 5 of 6 APRIL 2025 | #35022.008.02
Percent Within
Limits
(PL and PU)
Positive Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118
90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602
89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115
88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653
87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212
86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789
85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382
84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990
83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610
82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241
81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882
80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533
79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192
78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858
77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531
76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211
75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896
74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587
73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282
72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982
71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686
70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394
69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105
68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820
67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537
66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257
65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980
64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705
63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432
62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161
61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892
60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624
59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358
58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093
57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829
56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566
55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304
54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042
53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781
52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521
51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260
50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000
Percent Within
Limits
(PL and PU)
Negative Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260
48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521
47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781
46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042
45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304
44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566
43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829
42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093
41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358
40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624
39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892
38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161
37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432
CENTURY WEST ENGINEERING C-110 Estimating PWL - 6 of 6 APRIL 2025 | #35022.008.02
Percent Within
Limits
(PL and PU)
Negative Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705
35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980
34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257
33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537
32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820
31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105
30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394
29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686
28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982
27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282
26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587
25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896
24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211
23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531
22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858
21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192
20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533
19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882
18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241
17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610
16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990
15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382
14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789
13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212
12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653
11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115
10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602
9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118
8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670
7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265
6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914
5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635
4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454
3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420
2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630
1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362
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 E178 Standard Practice for Dealing with Outlying Observations
END OF ITEM C-110
CENTURY WEST ENGINEERING C-140 Construction Staking - 1 of 3 APRIL 2025 | #35022.008.02
Section C-140 Construction Staking
1.00 GENERAL
This work shall consist of all surveying, measuring, and laying out control for the phases of work required
to construct the project. The Contractor will be provided with reference monuments for both vertical and
horizontal control in the proximity of the work. The Contractor shall be responsible for all measurements
made in connection with the work. See Section 50-07 CONSTRUCTION LAYOUT AND STAKES for
additional requirements.
The Engineer will perform the following, which will not be a part of this work.
1. Provide vertical and horizontal reference control points.
2. Perform such checks as he or she deems necessary to verify the accuracy of the Contractor's survey
work and ensure the completed work complies with the plans and specifications.
3. In the case of unforeseen difficulties, not due to the Contractor's operations, which necessitate
minor redesign of the work, the Engineer will provide the necessary surveying to gather additional
information for the redesign.
2.00 MATERIALS
The Contractor shall furnish all stakes, hubs, equipment, tools and incidentals required to lay out and control
every part of the work from the reference control points provided.
3.00 WORKMANSHIP
Personnel. Survey work performed under this contract shall be performed under the direct supervision of
a Washington registered Professional Land Surveyor. Recognized and established construction survey
practices and orders of accuracy shall be followed in all cases.
Equipment. All surveying equipment and tools shall be provided by the Contractor. Equipment shall be in
good operating order and shall be kept in adjustment throughout the duration of the project.
Layout of the Work. The Contractor shall supervise and control the layout of the work. Prior to the
construction of any item, the Engineer shall review the layout of the work, and give notice to proceed if the
layout meets his or her satisfaction. The Engineer's notice to proceed does not constitute an approval or
acceptance of the survey work but is rather an inspection to see that sufficient line and grade has been
established to construct the work to the required accuracy. The Contractor shall submit a Staking Plan, for
acceptance, indicating the surveying tasks they intend to do to layout the work. The following minimum
staking requirements shall be met:
CENTURY WEST ENGINEERING C-140 Construction Staking - 2 of 3 APRIL 2025 | #35022.008.02
A. Subgrade, Subbase and Base Rock Hubs. If used, subgrade hubs (red tops) and subbase
and base rock hubs (blue tops) shall be placed after the grades are constructed to within
±0.2 feet of grade. Subgrade, subbase, and base rock hubs shall be placed at 25-foot stations
(maximum) and at all break points with maximum 25-foot offsets. Shoulder and safety area
blue tops shall be placed at 50-foot stations (maximum) and at all break points with
maximum 50-foot offsets.
If GPS guided equipment is used to construct the subgrade, subbase, and base course, the
Contractor shall set additional control points on the point network. The Contractor shall
perform a horizontal and vertical accuracy check on the control points at least once daily
and submit a weekly record of the checks to the Engineer.
Finish grade surveying and acceptance surveying will be conducted at intervals described
in other sections within these technical specifications.
B. Electrical Equipment. The location of duct banks, lights, signs, and other electrical
equipment shall be located by means of offset hubs. Conduit, wire, and duct runs shall be
staked at 50-foot intervals.
C. Pavement Edge. The pavement edge shall be delineated by either a stringline or painted
line on the base course.
D. Pavement Lifts. Grade control shall be provided between each paving lift at 25-foot
stations and the following offsets: For taxiways - each paving lane width.
E. Striping Layout. Centerline striping layout shall be delineated by a minimum of 1 PK nail
per centerline stripe. Hold positions will require a minimum of 2 PK nails. Hubs shall be
set for all radius points. PK nails shall be removed after striping is completed.
F. Drainage and Utility Structures and Pipelines. Provide offset cut stakes at 50-foot
intervals. Provide offset stakes for manholes, inlets, catch basins, valves, hydrants, and the
like.
Finish Grade Surveying & Acceptance. The Contractor shall perform finish grade and acceptance
surveying for the various layers of the pavement section, shoulders and safety areas as specified elsewhere
in the contract documents. Specific requirements for this work are outlined in Sections P-152, P-209, P-401,
P-403, and P-610. The Contractor shall pay all costs associated with this work. Documentation, sealed by
a Washington registered Professional Land Surveyor, shall be submitted to the Engineer for acceptance.
Runway End Monuments & End of Pavement Data. Not Used.
Preservation of Reference Control Points. It shall be the responsibility of the Contractor to maintain and
preserve all stakes and other points established by the Engineer until authorized to move them. If such
points are disturbed or destroyed through negligence of the Contractor, the Owner may order their
replacement at their discretion.
The expense of such replacement will be deducted from any amounts due, or to become due the Contractor.
Protection of Existing Monuments. The Contractor shall record and protect existing monuments as shown
on the Drawings. GPS Monuments in the runup aprons shall be replaced in their existing locations as shown
on the plans following rehabilitation of the pavement.
Preliminary As-built Survey Area. Contractor shall provide a preliminary as-built topographic survey of
the adjacent reconstructed apron area identified on the plans. Topographic survey shall be on a maximum
CENTURY WEST ENGINEERING C-140 Construction Staking - 3 of 3 APRIL 2025 | #35022.008.02
25-foot grid and shall document any additional features including grade breaks, ditches, interface between
types of pavement (i.e. PCC and AC), pavement edges, pavement joints or patches, utility trenches/patches,
drainage or other utility structures, pavement striping/markings, and other structures or surface features
within the survey limits.
Preliminary As-built Survey shall use the datums and coordinate system identified on the plans and tie into
the survey control network shown on Sheet G1.1 Site & Survey Control Plan. Elevations shall be accurate
to within 0.01 feet.
Using the data collected from the topographic survey, Contractor’s surveyor shall develop a base map along
with a digital terrain model (DTM) of the as-built survey area. Basemap and DTM shall be provided to the
Engineer in Civil3D, XML, and PDF format and shall be stamped by a Washington registered Professional
Land Surveyor.
The preliminary as-built survey shall be completed and accepted prior to the first pay application for Phase
1 work. The Contractor shall anticipate minor grading, paving, and striping revisions within this area for
the Phase 2 work. Revisions will be issued by the Engineer as a design directive. No change orders will be
granted to the Contractor for accommodating these minor revisions in the Phase 2 work.
4.00 METHOD OF MEASUREMENT
Payment shall be made at the contract lump sum price. This price shall be full compensation for furnishing
all labor, equipment, materials, tools, and incidentals necessary to complete the work.
5.00 BASIS OF PAYMENT
Payment will be made under:
Item C-140 Construction Staking – per lump sum
END OF SECTION C-140
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-101 Preparation/Removal of Existing Pavements - 1 of 5 MAY 2025 | #35022.008.02
Addendum 1
Item P-101 Preparation/Removal of Existing Pavements
DESCRIPTION
101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments,
removal of existing pavement, 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 the pavement to
remain in place.
CONSTRUCTION
101-3.1 Removal 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. Concrete pavement
shall be disposed of off airport property. Concrete slabs that are damaged by under breaking shall be
repaired or removed and replaced as directed by the RPR.
The edge of existing concrete pavement against which new pavement abuts shall be protected from
damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying
material that is to remain in place, shall be recompacted and/or replaced as shown on the plans. Adjacent
areas damaged during repair shall be repaired or replaced at the Contractor’s expense.
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. Asphalt pavement shall be disposed of
off airport property.
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.
101-3.2 Preparation of joints and cracks prior to overlay/surface treatment. Remove all vegetation
and debris from cracks to a minimum depth of 1 inch (25 mm). If extensive vegetation exists, treat the
specific area with a concentrated solution of a water-based herbicide approved by the RPR. Fill all cracks
CENTURY WEST ENGINEERING P-101 Preparation/Removal of Existing Pavements - 2 of 5 MAY 2025 | #35022.008.02
Addendum 1
greater than 1/4 inch (6 mm) wide with a crack sealant per ASTM D6690. The crack sealant, preparation,
and application shall be compatible with the surface treatment/overlay to be used. To minimize
contamination of the asphalt with the crack sealant, underfill the crack sealant a minimum of 1/8 inch (3
mm), not to exceed 1/4 inch (6 mm). Any excess joint or crack sealer shall be removed from the
pavement surface.
101-3.3 Removal of Foreign Substances/contaminates prior to overlay or remarking. Removal of
foreign substances/contaminates from existing pavement that will affect the bond of the new treatment
shall consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign
substances from the surface of the pavement. Areas that require removal are designated on the plans and
as directed by the RPR in the field during construction.
Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or rotary grinding
may be used. If chemicals are used, they shall comply with the state’s environmental protection
regulations. Removal methods used shall not cause major damage to the pavement, or to any structure or
utility within or adjacent to the work area. Major damage is defined as changing the properties of the
pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch (3 mm)
deep. If it is deemed by the RPR that damage to the existing pavement is caused by operational error,
such as permitting the application method to dwell in one location for too long, the Contractor shall repair
the damaged area without compensation and as directed by the RPR.
Removal of foreign substances shall not proceed until approved by the RPR. Water used for high-pressure
water equipment shall be provided by the Contractor at the Contractor's expense. No material shall be
deposited on the pavement shoulders. All wastes shall be disposed of off Airport property.
101-3.4 Concrete spall or failed asphaltic concrete pavement repair.
a. Repair of concrete spalls in areas to be overlaid with asphalt. The Contractor shall repair all
spalled concrete as shown on the plans or as directed by the RPR. The perimeter of the repair shall be saw
cut a minimum of 2 inches (50 mm) outside the affected area and 2 inches (50 mm) deep. The
deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily
removed with a geologist pick. The removed area shall be filled with asphalt mixture with aggregate sized
appropriately for the depth of the patch. The material shall be compacted with equipment approved by the
RPR until the material is dense and no movement or marks are visible. The material shall not be placed in
lifts over 4 inches (100 mm) in depth. This method of repair applies only to pavement to be overlaid.
b. Asphalt pavement repair. The Contractor shall repair all failed asphalt pavement as shown on the
plans or as directed by the RPR. The failed areas shall be removed as specified in paragraph 101-3.1b. All
failed material including surface, base course, subbase course, and subgrade shall be removed. Materials
and methods of construction shall comply with the applicable sections of these specifications.
101-3.5 Cold milling. Milling shall be performed with a power-operated milling machine or grinder,
capable of producing a uniform finished surface. The milling machine or grinder shall operate without
tearing or gouging the underlaying surface. The milling machine or grinder shall be equipped with grade
and slope controls, and a positive means of dust control. All millings shall be removed and disposed off
Airport property. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor
shall replace the material removed with new material at the Contractor’s Expense.
a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or
spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth
of cut. The RPR shall layout the area to be milled with a straightedge in increments of 1-foot (30 cm)
widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because
the Contractor doesn’t have the appropriate milling machine, or areas that are damaged because of his
negligence, shall be repaired by the Contractor at the Contractor’s Expense.
CENTURY WEST ENGINEERING P-101 Preparation/Removal of Existing Pavements - 3 of 5 MAY 2025 | #35022.008.02
Addendum 1
b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum
width of 7 feet and it shall be equipped with electronic grade control devices that will cut the surface to
the grade specified. The tolerances shall be maintained within +0 inch and -1/4 inch (+0 mm and -6mm)
of the specified grade. The machine must cut vertical edges and have a positive method of dust control.
The machine must have the ability to remove the millings or cuttings from the pavement and load them
into a truck. All millings shall be removed and disposed of off the airport.
c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling
until all residual materials are removed from the pavement surface. Prior to paving, the Contractor shall
wet down the milled pavement and thoroughly sweep and/or blow the surface to remove loose residual
material. Waste materials shall be collected and removed from the pavement surface and adjacent areas
by sweeping or vacuuming. Waste materials shall be removed and disposed off Airport property.
d. Overlay Base Preparation. Areas where milling either punches through existing asphalt or leaves
behind a thin section of asphalt that breaks apart shall be saw cut to form a clean edge, prepared, and
recompacted in accordance with Item P-152 prior to paving. This work shall be paid for as Overlay Base
Preparation. Any saw cutting and removal of damaged pavement shall be considered incidental to this
item.
101-3.6. Preparation of asphalt pavement surfaces prior to surface treatment. Existing asphalt
pavements to be treated with a surface treatment shall be prepared as follows:
a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed
due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new
asphalt pavement similar to that of the existing pavement in accordance with paragraph 101-3.4b.
b. Repair joints and cracks in accordance with paragraph 101-3.2.
c. Remove oil or grease that has not penetrated the asphalt pavement by scrubbing with a detergent
and washing thoroughly with clean water. After cleaning, treat these areas with an oil spot primer.
d. Clean pavement surface immediately prior to placing the surface treatment so that it is free of dust,
dirt, grease, vegetation, oil or any type of objectionable surface film.
101-3.7 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 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.
101-3.8 Preparation of Joints in Rigid Pavement prior to resealing. Prior to application of sealant
material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other
foreign matter. The Contractor shall demonstrate, in the presence of the RPR, that the method used cleans
the joint and does not damage the joint.
101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing
or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or
other tools as necessary. Resaw joints removing no more than 1/16 inch (2 mm) from each joint face.
Immediately after sawing, flush out joint with water and other tools as necessary to completely remove
the slurry.
101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing
any remaining laitance and other foreign material. Allow sufficient time to dry out joints prior to
sealing. Joint surfaces will be surface-dry prior to installation of sealant.
101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605.
CENTURY WEST ENGINEERING P-101 Preparation/Removal of Existing Pavements - 4 of 5 MAY 2025 | #35022.008.02
Addendum 1
101-3.9 Preparation of Cracks in Flexible Pavement prior to sealing. Prior to application of sealant
material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other
foreign matter. The Contractor shall demonstrate, in the presence of the RPR, that the method used cleans
the cracks and does not damage the pavement.
101-3.9.1 Preparation of Crack. Widen crack with router or random crack saw by removing a
minimum of 1/16 inch (2 mm) from each side of crack. Immediately before sealing, cracks will be
blown out with a hot air lance combined with oil and water-free compressed air.
101-3.9.2 Removal of Existing Crack Sealant. Existing sealants will be removed by routing
or random crack saw. Following routing or sawing any remaining debris will be removed by use of a
hot lance combined with oil and water-free compressed air.
101-3.9.3 Crack Sealant. Crack sealant material and installation will be in accordance with Item P-
605.
101-3.10 Removal of Pipe and other Buried Structures.
a. Removal of Existing Pipe Material. Not used.
b. Removal of Inlets/Manholes. Not used.
101-3.11 Trench Pavement Removal and Restoration. For pipe trenching in paved areas outside of the
Type 1 and Type 2 rehabilitation limits, pavement removal and restoration shall be completed per the
details shown on the plans. If PCC underlies the HMA within these trenching areas, underlayment
removal zone and underlayment restoration zone work shall be completed per the details shown on the
plans and will be incidental to the Trench Underlayment Removal and Restoration pay item in this
specification.
METHOD OF MEASUREMENT
101-4.1 Asphalt Pavement Removal. The unit of measurement for asphalt pavement removal shall be
the number of square yards removed by the Contractor. Any pavement removed outside the limits of
removal because the pavement was damaged by negligence on the part of the Contractor shall not be
included in the measurement for payment. No direct measurement or payment shall be made for saw
cutting. Saw cutting shall be incidental to pavement removal.
101-4.2 Cold Milling. The unit of measure for cold milling shall be per square yard. The location and
depth of the cold milling shall be as shown on the plans. If the initial cut does not correct the condition,
the Contractor shall re-mill the area and will be paid for the total depth of milling.
101-4.3 Overlay Base Preparation. The unit of measurement for Overlay Base Preparation shall be the
number of square yards completed by the Contractor.
101-4.4 Trench Underlayment Removal and Restoration. The unit of measurement for trench
underlayment removal and restoration shall be the number of square yards removed and restored per the
details shown on the plans.
101-4.5 Crack Sealing. The unit of measurement for crack sealing shall be per force account. The bid
item for crack sealing is set and listed at a predetermined cost. If necessary, the predetermined cost will be
adjusted up or down to accommodate actual costs necessary during construction. Any adjustments shall
be determined by the Owner.
Payment for this item will be for actual documented costs of crack sealing only. The locations and linear
footage shall be determined and agreed upon by the RPR and the Contractor. Payment for this item shall
include all materials, equipment, labor, tools, and incidentals necessary to complete this item.
101-4.6 Saw Cutting. All saw cutting on the project shall be considered incidental to other applicable bid
items and no separate measurement shall be made.
CENTURY WEST ENGINEERING P-101 Preparation/Removal of Existing Pavements - 5 of 5 MAY 2025 | #35022.008.02
Addendum 1
101-4.7 Preparation at Work Area Boundaries. All cold milling, saw cutting, pavement removal, or
any other surface preparation needed to provide required offsets between transverse joints at the
boundaries between work areas as specified in Items P-401 and P-403 shall be considered incidental to
the applicable paving bid items in P-401 and P-403. No separate measurement shall be made for this
work.
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 the
item.
Item P 101-5.1 Asphalt Pavement Removal - 1 to 8 Inch Thickness – per square yard
Item P 101-5.2 Asphalt Pavement Removal - 8 to 14 Inch Thickness – per square yard
Item P-101-5.3 Cold Milling - Variable Depth (2 Inch Nominal) – per square yard
Item P-101-5.4 Cold Milling - Variable Depth (4 Inch Nominal) – per square yard
Item P-101-5.5 Overlay Base Preparation – per square yard
Item P 101-5.6 Trench Underlayment Removal and Restoration – per square yard
Item P 101-5.7 Crack Sealing – per force account
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 P-101
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-102 Trench Excavation Safety Systems - 1 of 2 APRIL 2025 | #35022.008.02
Item P-102 Trench Excavation Safety Systems
DESCRIPTION
102-1.1 All trenches and excavations that will exceed a depth of four feet shall be shored as required per
RCW 39.04.180 and shall be in compliance with applicable federal and state regulations.
MATERIALS
102-2.1 Provide all materials for sheeting, shoring, cribbing and all aspects therein for trench excavation
safety systems to ensure worker and public safety.
CONSTRUCTION METHODS
102-3.1 Trench excavation and safety system shall comply with Section 7-08.3(1)B of WSDOT Standard
Specifications, Chapter 49.17 RCW of the Washington Safety and Health Act, and Part N – Excavation,
Trenching, and Shoring of Chapter 296-155 WAC.
METHOD OF MEASUREMENT
102-4.1 Trench excavation safety systems will not be measured for payment.
BASIS OF PAYMENT
102-5.1 Payment will be made for all labor, materials, incidentals, tools and equipment necessary to
satisfactorily complete the work and ensure worker safety as defined in these specifications and as shown
on the plans. Work under this Section shall be paid under the item listed below.
Item P-102-5.1 – Trench Excavation Safety Systems per 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.
Revised Code of Washington (RCW)
RCW 39.04.180 Trench Excavations—Safety Systems Required
RCW 49.17 Washington Industrial Safety and Health Act
Washington Administrative Code (WAC)
WAC 296-155 Safety Standards for Construction Work
CENTURY WEST ENGINEERING P-102 Trench Excavation Safety Systems - 2 of 2 APRIL 2025 | #35022.008.02
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
END ITEM P-102
CENTURY WEST ENGINEERING P-103 Utility Potholing - 1 of 2 APRIL 2025 | #35022.008.02
Item P-103 Utility Potholing
DESCRIPTION
103-1.1 Potholing of existing utilities indicated on the plans is the responsibility of the Contractor and
consists of excavating and exposing the utility to positively identify the pipe size, material, elevation, and
location. This work also includes surface restoration of the pothole.
MATERIALS
103-2.1 Pothole Backfill. Backfill of potholes to be based on the pothole location.
· Airfield side: Potholes to be backfilled with CLSM (P-153).
· City of Renton Right-of-Way: Potholes to be backfill with 5/8” crushed rock.
103-2.2 Restoration. Restoration of potholes to be based on the pothole location.
· Airfield side: Potholes to be restored with CLSM (P-153).
· City of Renton Right-of-Way: Potholes to be restored with EZ-street patch.
CONSTRUCTION METHODS
103-3.1 General, Existing Utilities. Contract plans indicate existing utilities may be located within the
project area. The drawings have been prepared from information furnished by the Renton Airport, City of
Renton, and Boeing and is presented for informational purposes only. The Contractor must confirm by
field observations or whatever means they may deem advisable of the exact location of existing utilities
and the effect they will have on their construction operation.
103-3.1 Potholing Existing Utilities. Potholing of existing utilities shown on the plans is the
responsibility of the Contractor and may be required to locate utilities which are not shown on the plans
but are marked in the field, to accommodate design modifications, or as otherwise designated by the RPR.
The Contractor shall pothole utilities, as designated by the RPR, to determine the horizontal and vertical
location, size and material of existing utilities and identify conflicting structures in advance of the
Contractor’s operations. All potholing shall be completed a minimum of six (6) working days in advance
of excavation.
METHOD OF MEASUREMENT
103-4.1 The measurement for utility potholing will be per each pothole, regardless of width and depth of
each excavation. Where two or more utilities are located within one trench as defined by separation of 2
feet or less, the Contractor shall be paid for one pothole.
CENTURY WEST ENGINEERING P-103 Utility Potholing - 2 of 2 APRIL 2025 | #35022.008.02
BASIS OF PAYMENT
103-5.1 Payment will be made at the unit contract price per each for utility potholing, and shall be full
compensation for all labor, materials, tools, and equipment required to complete each pothole including
traffic control, excavation, location, documentation, backfill, and restoration.
Payment will be made under:
Item P-103-5.1 Utility Potholing – per each
REFERENCES
Not applicable
END ITEM P-103
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 1 of 9 APRIL 2025 | #35022.008.02
Item P-152 Excavation, Subgrade, and Embankment
DESCRIPTION
152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the
limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as
well as other areas for drainage, building construction, parking, or other purposes in accordance with
these specifications and in conformity to the dimensions and typical sections shown on the plans.
152-1.2 Classification. All material excavated shall be classified as defined below:
a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all
material, regardless of its nature which is not otherwise classified and paid for under one of the items
below. Where buried PCC or other buried pavement is encountered, the excavation shall be paid for as
Unclassified Excavation – With PCC Underlayment. If PCC or other buried pavement is not encountered,
the excavation shall be paid for as Unclassified Excavation – Without PCC Underlayment.
b. Unsuitable excavation. Unsuitable material shall be disposed of offsite. Materials containing
vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use
in embankment construction.
c. Strippings. Excavation areas shall be stripped as shown on the plans. Strippings shall be disposed
of offsite. Material suitable for topsoil may be used on the embankment slope when approved by the RPR.
Areas to be stripped may contain areas of concrete, buried asphalt, or aggregate with bituminous surface
treatment of varying thickness. Removal of this material shall be considered incidental to stripping.
d. Contaminated Soil. If contaminated soils are encountered during excavation, such as materials
that exhibit an unusual color or odor, or if staining or corrosion is observed, stop work at the specific
location but continue work on the rest of the project site and report to Owner immediately. Contractor
shall remove and dispose of contaminated soils in accordance with all applicable laws and regulations.
Contaminated soils shall be disposed of offsite at an appropriate disposal facility.
CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area
shall be stripped of organic and root materials and topsoil as shown on the plans.
The suitability of material to be placed in embankments shall be subject to approval by the RPR. All
unsuitable material shall be disposed of offsite.
When the Contractor’s excavating operations encounter artifacts of historical or archaeological
significance, the operations shall be temporarily discontinued and the RPR notified per Section 70,
paragraph 70-20. 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 (100 mm), to
loosen and pulverize the soil. Stones or rock fragments larger than 4 inches (100 mm) in their greatest
dimension will not be permitted in the top 6 inches (150 mm) of the subgrade.
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 2 of 9 APRIL 2025 | #35022.008.02
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.
Digital terrain model (DTM) files of the existing surfaces, finished surfaces and other various surfaces
were used to develop the design plans.
Volumetric quantities were calculated by comparing DTM files of the applicable design surfaces and
generating Triangle Volume Reports. Electronic copies of DTM or PNT files of the original topographic
survey will be issued to the successful bidder. Existing grades on the design cross sections or DTM’s,
where they do not match the locations of actual spot elevations shown on the topographic map, were
developed by computer interpolation from those spot elevations. Prior to disturbing original grade,
Contractor shall verify the accuracy of the existing ground surface by verifying spot elevations at the
same locations where original field survey data was obtained as indicated on the topographic map.
Contractor shall recognize that, due to the interpolation process, the actual ground surface at any
particular location may differ somewhat from the interpolated surface shown on the design cross sections
or obtained from the DTM’s. Contractor's verification of original ground surface, however, shall be
limited to verification of spot elevations as indicated herein, and no adjustments will be made to the
original ground surface unless the Contractor demonstrates that spot elevations shown are incorrect. For
this purpose, spot elevations which are within 0.1 foot of the stated elevations for ground surfaces, or
within 0.04 foot for hard surfaces (pavements, buildings, foundations, structures, etc.) shall be considered
“no change”. Only deviations in excess of these will be considered for adjustment of the original ground
surface. If Contractor's verification identifies discrepancies in the topographic map, Contractor shall
notify the RPR in writing at least two weeks before disturbance of existing grade to allow sufficient time
to verify the submitted information and make adjustments to the design cross sections or DTM’s.
Disturbance of existing grade in any area shall constitute acceptance by the Contractor of the accuracy of
the original elevations shown on the topographic map for that area.
All areas to be excavated shall be stripped of vegetation, organic and root materials, 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. All unsuitable material shall be disposed of offsite.
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 disposed of offsite. When the volume of excavation is not
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
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 3 of 9 APRIL 2025 | #35022.008.02
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 (300 mm) below the subgrade or to the depth specified by the RPR. 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. Unsuitable Excavation. 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. Unsuitable excavated material shall be paid for at the contract unit price per cubic yard for
unsuitable excavation. The overexcavated subgrade area shall be stabilized as shown on the plans.
Subgrade stabilization shall be measured and paid per other bid items applicable to the details on the
plans. No direct measurement or payment will be made for subgrade stabilization.
Quarry spalls for subgrade stabilization shall meet the requirements of WSDOT Standard Specification 9-
13.1(5). Choke stone and separation geotextile for subgrade stabilization shall be as specified in Item P-
209, and Biaxial Geogrid for subgrade stabilization shall be as specified in Item P-311.
d. 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. Payment will not be made for the
removal and disposal of over-break.
e. Removal of utilities. The removal of existing structures and utilities required to permit the orderly
progress of work will be accomplished by the Contractor as indicated on the plans. All existing
foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the
plans, and the material disposed of as directed by the RPR. All foundations thus excavated shall be
backfilled with suitable material and compacted as specified for embankment or as shown on the plans.
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, base course, or surface 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 D1557. 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. All
subgrade testing shall be performed by the Contractor.
152-2.6 Preparation of embankment area. All topsoil, sod, and vegetative and organic matter shall be
removed from the surface upon which the embankment is to be placed. The cleared surface shall be
broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall then be
compacted per paragraph 152-2.10.
Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or
broken up so that the fill material will bond with the existing material. When the subgrade is part fill and
part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of
12 inches (300 mm) and compacted as specified for the adjacent fill.
No direct payment shall be made for the work performed under this section. The necessary stripping and
the quantity of excavation removed will be paid for under the respective items of work.
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
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 4 of 9 APRIL 2025 | #35022.008.02
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 (300 mm) 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 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. The material shall be constructed in lifts as established in the
control strip, but not less than 6 inches (150 mm) nor more than 12 inches (300 mm) 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.
The lifts shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by
the RPR. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be
incorporated or buried in the embankment.
Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained due to
rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed
in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on
surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the
embankment to provide surface drainage at all times.
The material in each lift shall be within ±2% of optimum moisture content before rolling to obtain the
prescribed compaction. The material shall be moistened or aerated as necessary to achieve a uniform
moisture content throughout the lift. Natural drying may be accelerated by blending in dry material or
manipulation alone to increase the rate of evaporation.
The Contractor shall make the necessary corrections and adjustments in methods, materials or moisture
content to achieve the specified embankment density.
The Contractor will take samples of excavated materials which will be used in embankment for testing
and develop a Moisture-Density Relations of Soils Report (Proctor) in accordance with ASTM D1557. A
new Proctor shall be developed for each soil type based on visual classification.
Density tests will be taken by the Contractor for every 1,200 square yards of compacted embankment for
each lift which is required to be compacted, or other appropriate frequencies as determined by the RPR.
If the material has greater than 30% retained on the 3/4-inch (19.0 mm) sieve, follow the methods in
ASTM D1557.
Rolling operations shall be continued until the embankment is 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 D1557. Under all areas to be paved, the embankments shall be compacted to a depth of 12
inches and to a density of not less than 100 percent of the maximum density as determined by ASTM
D1557. 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. All testing shall be performed by the Contractor.
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 5 of 9 APRIL 2025 | #35022.008.02
On all areas outside of the pavement areas, no compaction will be required on the top 4 inches which shall
be prepared for a seedbed in accordance with Item T-901.
The in-place field density shall be determined in accordance with ASTM D6938 using Procedure A, the
direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the
material. The machine shall be calibrated in accordance with ASTM D6938. The 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. If the specified density is not attained, the area represented by the test or as
designated by the RPR shall be reworked and/or re-compacted and additional random tests made. This
procedure shall be followed until the specified density is reached.
Compaction areas shall be kept separate, and no lift shall be covered by another lift until the proper
density is obtained.
During construction of the embankment, the Contractor shall route all construction equipment evenly over
the entire width of the embankment as each lift is placed. Lift placement shall begin in the deepest portion
of the embankment fill. As placement progresses, the lifts shall be constructed approximately parallel to
the finished pavement grade line.
When rock, concrete pavement, asphalt pavement, and other embankment material are excavated at
approximately the same time as the subgrade, the material shall be incorporated into the outer portion of
the embankment and the subgrade material shall be incorporated under the future paved areas. Stones,
fragmentary rock, and recycled pavement larger than 4 inches (100 mm) in their greatest dimensions will
not be allowed in the top 12 inches (300 mm) of the subgrade. Rockfill shall be brought up in lifts as
specified or as directed by the RPR and the finer material shall be used to fill the voids forming a dense,
compact mass. Rock, cement concrete pavement, asphalt pavement, and other embankment material shall
not be disposed of except at places and in the manner designated on the plans or by the RPR.
When the excavated material consists predominantly of rock fragments of such size that the material
cannot be placed in lifts of the prescribed thickness without crushing, pulverizing or further breaking
down the pieces, such material may be placed in the embankment as directed in lifts not exceeding 2 feet
(60 cm) in thickness. Each lift shall be leveled and smoothed with suitable equipment by distribution of
spalls and finer fragments of rock. The lift shall not be constructed above an elevation 4 feet (1.2 m)
below the finished subgrade.
Payment for compacted embankment will be made under embankment in-place.
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 100 psi in the presence of the RPR. Apply a minimum of one 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 (25 mm) or show permanent deformation
greater than 1 inch (25 mm) 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.
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 D1557. 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 D1557.
The material to be compacted shall be within ±2% of optimum moisture content before being rolled to
obtain the prescribed compaction (except for expansive soils). When the material has greater than 30
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 6 of 9 APRIL 2025 | #35022.008.02
percent retained on the ¾ inch (19.0 mm) sieve, follow the methods in ASTM D1557. Tests for moisture
content and compaction will be taken at a minimum of 1,200 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 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 within 12 months prior to its
use on this contract. The gauge shall be field standardized daily.
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.
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 (75
mm), 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 (12 mm) when tested with
a 12-foot (3.7-m) 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 (3.7-m)
straightedge for the full length of each line on a 50-foot (15-m) grid. Contractor shall supply 12-
foot straightedge.
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 7 of 9 APRIL 2025 | #35022.008.02
b. Grade. In areas on which a subbase or base course is to be placed, the grade and crown shall be
measured by an as-built survey on a maximum 50-foot (15-m) grid and shall be within +/-0.05
feet (15 mm) of the specified grade. As-built survey shall include points along all grade breaks,
crowns, and edges of pavement.
On safety areas, turfed areas and other designated areas within the grading limits where no subbase or
base is to placed, grade as measured by as-built survey on a maximum 50-foot grid shall not vary more
than 0.10 feet (30 mm) from specified grade. Any deviation in excess of this amount shall be corrected by
loosening, adding or removing materials, and reshaping. As-built survey shall include points along all
grade breaks.
Contractor shall conduct the as-built surveys for verification of grades by RPR. Survey documentation
shall be stamped and signed by a licensed surveyor and shall be submitted to the RPR in XML and PDF
format.
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 or imported from offsite. 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.
152-2.15 Dewatering. Where water is encountered in the excavation, it shall be removed, and the
excavation so maintained until the subgrade is completed and the subbase/base course has been placed
and compacted. When uncontaminated groundwater is encountered, it may be infiltrated within vegetated
areas as approved by the RPR or incorporated into an existing stormwater conveyance system at a rate
that will not cause erosion or flooding in any receiving surface water. Alternatively, the Contractor may
pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system
provided it is in compliance with the applicable WACs and permits.
Dewatering for electrical or utility trenching is incidental to the applicable items of work. If dewatering is
required for excavations other than electrical or utility trenches, it shall be paid by lump sum under the
Dewatering bid item. If no dewatering is required, the lump sum item will not be paid.
METHOD OF MEASUREMENT
152-3.1 Unless otherwise specified, measurement for payment specified by the cubic yard shall be
computed by the comparison of digital terrain model (DTM) surfaces for computation of neat line design
quantities. The end area is that bound by the original ground line established by field cross-sections and
the final theoretical pay line established by cross-sections shown on the plans, subject to verification by
the RPR. Contractor shall conduct as-built surveys for verification of cubic yard quantities by RPR.
Survey documentation shall be stamped and signed by a licensed surveyor and shall be submitted to the
RPR in XML and PDF format.
152-3.1 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. The cubic yards of unclassified excavation shall be determined by as-built survey.
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 8 of 9 APRIL 2025 | #35022.008.02
152-3.2 The quantity of embankment in place shall be the number of cubic yards measured in its final
position. The cubic yards of embankment in place shall be determined by as-built survey.
152-3.3 The quantity of unsuitable excavation to be paid for shall be the number of cubic yards measured
in its original position. The cubic yards of unsuitable excavation shall be determined by as-built survey.
152-3.4 The quantity of contaminated soil removal and disposal to be paid for shall be the number of
cubic yards measured in its original position. The cubic yards of contaminated soil removal and disposal
shall be determined by as-built survey.
152-3.5 The quantity of stripping to be paid for shall be the number of cubic yards measured in its
original position. The cubic yards of stripping shall be determined by as-built survey.
152-3.6 The quantity of quarry spalls to be paid for shall be measured based on neat line cubic yards
constructed per the details on the plans and accepted by the RPR.
152-3.7 Dewatering shall be measured per lump sum price. This price shall be full compensation for
furnishing all labor, equipment, materials, tools, and incidentals necessary to complete the work.
BASIS OF PAYMENT
152-4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard. This
price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals
necessary to complete the item.
152-4.2 For embankment in place, payment shall be made at the contract unit price per cubic yard . This
price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals
necessary to complete the item.
152-4.3 Unsuitable excavation payment shall be made at the contract unit price per cubic yard. This price
shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary
to complete the item.
152-4.4 Contaminated soil removal and disposal payment shall be made at the contract unit price per
cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the item, including disposal of contaminated soil at an appropriate
offsite facility.
152-4.5 Stripping payment shall be made at the contract unit price per cubic yard. This price shall be full
compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete
the item.
152-4.6 Payment for quarry spalls shall be made at the contract unit price per cubic yard. This price shall
be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to
complete the item.
152-4.7 Dewatering shall be measured per lump sum price. This price shall be full compensation for
furnishing all labor, equipment, materials, tools, and incidentals necessary to complete the work.
Payment will be made under:
Item P-152-4.1 Unclassified Excavation - With PCC Underlayment – per cubic yard
Item P-152-4.2 Unclassified Excavation - Without PCC Underlayment – per cubic yard
Item P-152-4.3 Embankment In Place – per cubic yard
Item P-152-4.4 Unsuitable Excavation – per cubic yard
CENTURY WEST ENGINEERING P-152 Excavation, Subgrade, and Embankment - 9 of 9 APRIL 2025 | #35022.008.02
Item P-152-4.5 Contaminated Soil Removal and Disposal – per cubic yard
Item P-152-4.6 Stripping – per cubic yard
Item P-152-4.7 Quarry Spalls – per cubic yard
Item P-152-4.8 Dewatering – per 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.
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/ft3 (600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by
the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
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
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
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-153 Controlled Low-Strength Material (CLSM) - 1 of 3 APRIL 2025| #35022.008.02
Item P-153 Controlled Low-Strength Material (CLSM)
DESCRIPTION
153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low-strength material
(CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the
Resident Project Representative (RPR).
MATERIALS
153-2.1 Materials.
a. Cement. Cement shall conform to the requirements of ASTM C595 Type IL.
b. Fly ash. Fly ash shall conform to ASTM C618, Class C or F.
c. Fine aggregate (sand). Fine aggregate shall conform to the requirements of ASTM C33 except for
aggregate gradation. Any aggregate gradation which produces the specified performance characteristics of
the CLSM and meets the following requirements, will be accepted.
Sieve Size Percent Passing by weight
3/4 inch (19.0 mm) 100
No. 200 (75 µm) 0 - 12
d. 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.
MIX DESIGN
153-3.1 Proportions. The Contractor shall submit, to the RPR, a mix design including the proportions
and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be
produced for payment until the RPR has given written approval of the proportions. The proportions shall
be prepared by a laboratory and shall remain in effect for the duration of the project. The proportions shall
establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures
proposed. Laboratory costs are incidental to this item.
a. Compressive strength. CLSM shall be designed to achieve a 28-day compressive strength of 100
to 200 psi (690 to 1379 kPa) when tested in accordance with ASTM D4832, with no significant strength
gain after 28 days.
b. Consistency. Design CLSM to achieve a consistency that will produce an approximate 8-inch (200
mm) diameter circular-type spread without segregation. CLSM consistency shall be determined per
ASTM D6103.
CENTURY WEST ENGINEERING P-153 Controlled Low-Strength Material (CLSM) - 2 of 3 APRIL 2025| #35022.008.02
CONSTRUCTION METHODS
153-4.1 Placement.
a. Placement. CLSM may be placed by any reasonable means from the mixing unit into the space to
be filled. Agitation is required during transportation and waiting time. Placement shall be performed so
structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas
is avoided. The material shall be brought up uniformly to the fill line shown on the plans or as directed by
the RPR. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in
more than one lift, the base lift shall be free of surface water and loose foreign material prior to placement
of the next lift.
b. Contractor Quality Control. The Contractor shall collect all batch tickets to verify the CLSM
delivered to the project conforms to the mix design. The Contractor shall verify daily that the CLSM is
consistent with 153-3.1a and 153-3.1b. Adjustments shall be made as necessary to the proportions and
materials as needed. The Contractor shall provide all batch tickets to the RPR.
c. Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may
begin when the air or ground temperature is at least 35°F (2°C) and rising. Mixing and placement shall
stop when the air temperature is 40°F (4°C) and falling or when the anticipated air or ground temperature
will be 35°F (2°C) or less in the 24-hour period following proposed placement. At the time of placement,
CLSM shall have a temperature of at least 40°F (4°C).
153-4.2 Curing and protection
a. Curing. The air in contact with the CLSM shall be maintained at temperatures above freezing for a
minimum of 72 hours. If the CLSM is subjected to temperatures below 32°F (0°C), the material may be
rejected by the RPR if damage to the material is observed.
b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction
activities for a period of 48 hours or until a compressive strength of 15 psi (105 kPa) is obtained. The
Contractor shall be responsible for providing evidence to the RPR that the material has reached the
desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with
paragraph 153-3.1a.
153-4.3 Quality Assurance (QA) Acceptance. CLSM QA acceptance shall be based upon batch tickets
provided by the Contractor to the RPR to confirm that the delivered material conforms to the mix design.
METHOD OF MEASUREMENT
153-5.1 Measurement.
No separate measurement for payment shall be made for controlled low strength material (CLSM). CLSM
shall be considered necessary and incidental to the work of this Contract.
BASIS OF PAYMENT
153-6.1 Payment.
No payment will be made separately or directly for controlled low strength material (CLSM). CLSM shall
be considered necessary and incidental to the work of this Contract.
CENTURY WEST ENGINEERING P-153 Controlled Low-Strength Material (CLSM) - 3 of 3 APRIL 2025| #35022.008.02
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 C33 Standard Specification for Concrete Aggregates
ASTM C150 Standard Specification for Portland Cement
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C595 Standard Specification for Blended Hydraulic Cements
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low-
Strength Material (CLSM) Test Cylinders
ASTM D6103 Flow Consistency of Controlled Low Strength Material (CLSM)
END OF ITEM P-153
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 1 of 7 APRIL 2025 | #35022.008.02
Item P-209 Crushed Aggregate Base Course
DESCRIPTION
209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a
prepared course in accordance with these specifications and in conformity to the dimensions and typical
cross-sections shown on the plans.
MATERIALS
209-2.1 Crushed aggregate base. Crushed aggregate shall consist of clean, sound, durable particles of
crushed stone, crushed gravel, 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 (4.75 mm) 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
Clay lumps and friable
particles
Less than or equal to 3 percent ASTM C142
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).
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 2 of 7 APRIL 2025 | #35022.008.02
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.
Gradation of Aggregate Base
Sieve Size Design Range
Percentage by Weight
passing
Contractor’s Final
Gradation
Job Control Grading Band
Tolerances1
(Percent)
2 inch
(50 mm)
100 0
1-1/2 inch
(37.5 mm)
95-100 ±5
1 inch
(25.0 mm)
70-95 ±8
3/4 inch
(19.0 mm)
55-85 ±8
No. 4
(4.75 mm)
30-60 ±8
No. 402
(425 µm)
10-30 ±5
No. 2002
(75 µm)
0-5 ±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 (75 µm) sieve shall not exceed two-thirds the fraction passing the
No 40 (425 µm) 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. Separation geotextile shall be Class 2, 0.02 sec-1 permittivity per ASTM
D4491, Apparent opening size per ASTM D4751 with 0.60 mm maximum average roll value.
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 3 of 7 APRIL 2025 | #35022.008.02
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 (300 mm) 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.
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 (100 mm) nor more
than 12 inches (300 mm) 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 D1557. The moisture content of the
material during placing operations shall be within ±2 percentage points of the optimum moisture content
as determined by ASTM D1557. Maximum density refers to maximum dry density at optimum moisture
content unless otherwise specified.
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 4 of 7 APRIL 2025 | #35022.008.02
209-3.6 Weather limitations. Material shall not be placed unless the ambient air temperature is at least
40°F (4°C) 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.
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 (75 mm), 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 (9 mm) when tested with a
12-foot (3.7-m) 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 (3.7-m) straightedge for the full
length of each line on a 50-foot (15-m) grid. Contractor shall supply 12-foot straightedge.
b. Grade. The grade and crown shall be measured by an as-built survey on a maximum 50-foot (15-
m) grid and shall be within +0 and -1/2 inch (12 mm) of the specified grade. As-built survey shall include
points along all grade breaks, crowns, and edges of pavement. Contractor shall conduct the as-built survey
for verification of grades by RPR. Survey documentation shall be stamped and signed by a licensed
surveyor and shall be submitted to the RPR in XML and PDF format.
209-3.9 Acceptance sampling and testing. Crushed aggregate base course shall be accepted for density
on an area basis. Two tests shall be made for density 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 D1557. The in-place field density shall
be determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938
shall be used to determine the moisture content of the material. The machine shall be calibrated in
accordance with ASTM D6938.. If the specified density is not attained, the 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. The thickness of the completed base course shall be determined by an as-built survey
on a 50-foot maximum grid. The Contractor shall survey subgrade/subbase prior to placing base course
and shall survey the final base course after all placement, grading, and compaction is completed. Survey
documentation shall be stamped and signed by a licensed surveyor and shall be submitted in XML and
PDF format for verification of the base course depth by the RPR.
The thickness of the base course shall be within +0 and -1/2 inch (12 mm) of the specified
thickness. Where the thickness is deficient by more than 1/2-inch (12 mm), the Contractor shall
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 5 of 7 APRIL 2025 | #35022.008.02
correct such areas at no additional cost by scarifying to a depth of at least 3 inches (75 mm), adding
new material of proper gradation, and the material shall be blended and recompacted to grade.
209-3.10 Choke Stone. Crushed Aggregate Base Course shall be used to choke and compact the surface
of quarry spalls for subgrade stabilization and trench stabilization as detailed on the plans.
209-3.11 Separation Geotextile. Separation geotextile shall be installed at the locations shown on the
plans or as directed by the RPR. Installation shall be per manufacturer’s recommendations, and the
geotextile shall either be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the
geotextile joints shall be sewn together.
Should the geotextile be torn, punctured, or the overlaps or sewn joints disturbed, the backfill around the
damaged or displaced area shall be removed and the damaged area repaired or replaced by the Contractor
at no expense to the Owner. The repair shall consist of a patch of the same type of geotextile placed over
the damaged area. The patch shall overlap the existing geotextile from the edge of any part of the
damaged area by the minimum required overlap for the application.
METHOD OF MEASUREMENT
209-4.1 Crushed Aggregate Base Course. The quantity of crushed aggregate base course will be
determined by measurement of the number of cubic yards of material actually constructed and accepted
by the RPR as complying with the plans and specifications. Base materials shall not be included in any
other excavation quantities.
209-4.2 Choke Stone. The quantity of crushed aggregate base course used to choke the surface of quarry
spalls shall be measured based on neat line cubic yards constructed per the details on the plans. Any
additional choke stone material required to fill voids in the spalls shall be considered incidental to the neat
line quantity.
209-4.3 Separation Geotextile. Separation geotextile shall be measured by the number of square yards of
materials placed and accepted by the RPR as complying with the plans and specifications excluding seam
overlaps and edge anchoring.
BASIS OF PAYMENT
209-5.1 Payment shall be made at the contract unit price per cubic yard for crushed aggregate base
course. This price shall be full compensation for furnishing all materials, for preparing and placing these
materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.
209-5.2 Payment shall be made at the contract unit price per cubic yard for choke stone. This price shall
be full compensation for furnishing all materials, for preparing and placing these materials, and for all
labor, equipment, tools, and incidentals necessary to complete the item.
209-5.3 Payment shall be made at the contract unit price per square yard for separation geotextile. The
price shall be full compensation for furnishing all labor, equipment, material, anchors, and incidentals
necessary.
Payment will be made under:
Item P-209-5.1 Crushed Aggregate Base Course – per cubic yard
Item P-209-5.2 Choke Stone – per cubic yard
Item P-209-5.3 Separation Geotextile – per square yard
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 6 of 7 APRIL 2025 | #35022.008.02
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 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
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
CENTURY WEST ENGINEERING P-209 Crushed Aggregate Base Course - 7 of 7 APRIL 2025 | #35022.008.02
American Association of State Highway and Transportation Officials (AASHTO)
M288 Standard Specification for Geosynthetic Specification for Highway
Applications
END OF ITEM P-209
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-311 Biaxial Geogrid - 1 of 4 APRIL 2025 | #35022.008.02
Section P-311 Biaxial Geogrid
1.00 DESCRIPTION
This item shall consist of providing and installing biaxial geogrid reinforcement in accordance with these
specifications and in conformity to the dimensions and details shown on the plans or as directed by the
RPR.
2.00 MATERIALS
2.1 Biaxial Geogrid. Geogrid reinforcement shall conform to the properties specified below:
STRUCTURAL GEOGRID PROPERTIES
(Integrally Formed)
Property Test Method Units Value
Aperture I.D. Calipered Inches 3/4 to 1-1/2
Open Area Corps of Engineers
CW-02215 % 70 min
Rib Thickness ASTM D 1777 Inch 0.05 nom
Junction Thickness ASTM D 1777 Inch 0.16 nom
Secant Aperture Stability Draft Test cm-kg/deg 6.50 min
Modulus @ 20 cm-kg
Flexural ASTM D 1388 mg-cm 750,000 min
Rigidity Machine Direction
Tensile Modulus
GRI GG1-87 lb/ft
18,500 min Machine Direction
30,000 min Cross Machine Direction
Junction Strength GRI GG2-87 lb/ft 1080 min
Junction Efficiency GRI GG2-87 % 90 min
CENTURY WEST ENGINEERING P-311 Biaxial Geogrid - 2 of 4 APRIL 2025 | #35022.008.02
STRUCTURAL GEOGRID PROPERTIES
(Welded/Woven )
Property Test Method Units Value
Aperture I.D. Calipered Inches 3/4 to 1-1/2
Ultimate Strength ASTM D 6637 Lbs/ft 2,388 min.
Initial Modulus ASTM D 6637 Lbs/ft 178,000 min.
2% Strain ASTM D 6637 Lbs/ft 526 min.
5% Strain ASTM D 6637 Lbs/ft 1,042 min.
Rib Thickness ASTM D 1777 Inch 0.05 nom.
Junction Thickness ASTM D 1777 Inch 0.10 nom.
2.2 Submittals. Submit geogrid product data sheet and certification from the manufacturer that the
geogrid product supplied meets the requirements of this specification. Submit manufacturer’s installation
instructions and general recommendations.
2.3 Material Acceptance. RPR will reject geogrid at installation if it has defects, rips, holes, flaws,
deterioration, or damage incurred during manufacture, transport, handling, or storage.
3.00 CONSTRUCTION METHODS
3.1 Delivery, Storage, and Handling. Prevent excessive mud, wet concrete, epoxy, or other deleterious
materials from coming in contact with and affixing to the geogrid materials. Store at temperatures
above -20 degrees F (-29 degrees C).
Rolled materials may be laid flat or stood on end. Geogrid materials should not be left directly exposed to
sunlight for a period longer than recommended by the manufacturer.
3.2 Surface Preparation. The subgrade for placement of geogrid shall be inspected prior to installation
of the fabric to ensure it is free of any depressions or bumps which could damage or tear the fabric.
Subgrade shall be smooth, free of all foreign and organic material, sharp objects, or debris of any kind.
Subgrade shall have no sharp changes or abrupt breaks in the grade and shall not have standing water or
excessive moisture.
3.3 Installation. Geogrid shall be placed at the locations and per the details shown on the plans or as
directed by the RPR. Geogrid shall be installed in accordance with the manufacturer’s instructions for the
subgrade conditions encountered. Contractor shall submit the manufacturer's installation guide along with
the product data for RPR review and acceptance.
Overlap at edges and ends of rolls shall be as recommended by the manufacturer or 18-inches, whichever
is greater.
3.4 Protection. Contractor shall protect subgrade/subbase from damage while unrolling geogrid.
Contractor shall protect geogrid from damage from equipment, tools, backfill operations and personnel
working on geogrid.
CENTURY WEST ENGINEERING P-311 Biaxial Geogrid - 3 of 4 APRIL 2025 | #35022.008.02
4.00 METHOD OF MEASUREMENT
4.1 Geogrid shall be measured by the number of square yards of area covered, measured in its final position
to the neat lines staked by the Contractor in accordance with the plans or as directed by the RPR.
Measurement will not include the overlapping of transverse or longitudinal joints.
5.00 BASIS OF PAYMENT
5.1 Payment shall be made at the contract unit price per square yard. The price shall be full compensation
for furnishing all materials, for all preparation and placing of the materials, and for all labor, equipment,
tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-311 Biaxial Geogrid – per square yard
6.00 REFERENCES
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO R50-09 AASHTO Standard Practice for Geosynthetic Reinforcement of the
Aggregate Base Course of Flexible Pavement Structures,.
Standard Specification for Highway Bridges (1997 Interim)
AASHTO Guide for Design of Pavement Structures (1993)
American Society for Testing and Materials (ASTM)
ASTM D5732-95 Standard Test Method for Stiffness of Fabrics
ASTM D6637-01 Standard Test Method for Determining Tensile Properties of Geogrids by
the Single or Multi-rib Tensile Method
ASTM D4354-96 Practice for Sampling of Geosynthetics for Testing
ASTM D4759-92 Practice for Determining the Specification Conformance of
Geosynthetics
ASTM D5818-95 Practice for Obtaining Samples of Geosynthetics from a Test Section for
Assessment of Installation Damage
Geosynthetic Research Institute (GRI)
GRI-GG2-87 Standard Test Method for Geogrid Junction Strength
U.S. Department of Transportation – Federal Aviation Administration (FAA)
EB No. 49 Specification for Geogrid Reinforced Base Courses,
U.S. Environmental Protection Agency (U.S. EPA)
EPA 9090 Compatibility Test for Wastes and Membrane Liners
CENTURY WEST ENGINEERING P-311 Biaxial Geogrid - 4 of 4 APRIL 2025 | #35022.008.02
U.S. Army Corps of Engineers (U.S. COE)
Draft specification for Grid Aperture Stability by In-Plane Rotation
CW-02215 Determination of Percent Open Area.
END OF SECTION P-311
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 1 of 20 APRIL 2025 | #35022.008.02
Item P-401 Asphalt Mix Pavement
DESCRIPTION
401-1.1 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 base or stabilized course in accordance with
these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown
on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the
plans and shall be rolled, finished, and approved before the placement of the next course.
MATERIALS
401-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, 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 (4.75 mm) sieve. Fine aggregate is the material passing the No. 4 (4.75 mm) 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.
Coarse Aggregate Material Requirements
Material Test Requirement Standard
Resistance to Degradation Loss: 40% 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
Clay lumps and friable
particles
1.0% maximum ASTM C142
Percentage of Fractured
Particles
Minimum 75% by weight of particles with at least two
fractured faces and 85% 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 at 5:1 2
ASTM D4791
Bulk density of slag 3 Weigh not less than 70 pounds per cubic foot (1.12
Mg/cubic meter)
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.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 2 of 20 APRIL 2025 | #35022.008.02
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 fine
aggregate blend or to improve the workability of the mix. Fine aggregate material requirements are listed
in the table below.
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* 15% maximum by weight of total aggregate ASTM D1073
* If natural sand is used, use the minimum amount necessary to achieve a workable mixture.
c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate.
401-2.2 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
401-2.3 Asphalt binder. Asphalt binder shall conform to AASHTO M332 Performance Grade (PG)
58V-22.
Asphalt Binder PG Plus Test Requirements
Material Test Requirement Standard
RTFO Residue:
Average percent recovery
@ 3.2 kPa
30% minimum AASHTO T3501
1 Specimen conditioned in accordance with AASHTO T240 – RTFO.
401-2.4 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.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 3 of 20 APRIL 2025 | #35022.008.02
COMPOSITION
401-3.1 Composition of mixture(s). The asphalt mix shall be composed of a mixture of aggregates, filler
and anti-strip agent if required, and asphalt binder. The aggregate fractions shall be sized, handled in
separate size groups, and combined in such proportions that the resulting mixture meets the grading
requirements of the job mix formula (JMF).
401-3.2 Job mix formula (JMF) 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 be listed on the accrediting authority’s website. A copy of
the laboratory’s current accreditation and accredited test methods shall be submitted to the Resident
Project Representative (RPR) prior to start of construction.
401-3.3 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 401-3.2.
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 20days prior to the start of paving
operations. The JMF shall be developed within the same construction season using aggregates proposed
for project use.
The 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:
1. Manufacturer’s Certificate of Analysis (COA) for the asphalt binder used in the JMF in accordance
with paragraph 401-2.3. Certificate of asphalt performance grade is with modifier already added, if
used and must indicate compliance with AASHTO M332. For plant modified asphalt binder, certified
test report indicating grade certification of modified asphalt binder.
2. Manufacturer’s Certificate of Analysis (COA) for the anti-stripping agent if used in the JMF in
accordance with paragraph 401-2.4.
3. Certified material test reports for the course and fine aggregate and mineral filler in accordance with
paragraphs 401-2.1.
4. 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.
5. Specific Gravity and absorption of each coarse and fine aggregate.
6. Percent natural sand.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 4 of 20 APRIL 2025 | #35022.008.02
7. Percent fractured faces.
8. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria).
9. Percent of asphalt.
10. Number of gyrations
11. Laboratory mixing and compaction temperatures.
12. Supplier-recommended field mixing and compaction temperatures.
13. Plot of the combined gradation on a 0.45 power gradation curve.
14. 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.
15. Tensile Strength Ratio (TSR).
16. Type and amount of Anti-strip agent when used.
17. Asphalt Pavement Analyzer (APA) results.
18. 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 gyrations 75
Air voids (%) 3.5 ASTM D3203
Percent voids in mineral
aggregate (VMA), minimum See Table 2 ASTM D6995
Tensile Strength Ratio (TSR)1 not less than 80 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) 10mm @ 20,000 passes at 50°C.
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.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 5 of 20 APRIL 2025 | #35022.008.02
Table 2. Aggregate - Asphalt Pavements
Sieve Size
SURFACE COURSE LEVELING COURSE
Percentage by Weight
Passing Sieve
Percentage by Weight
Passing Sieve
1 inch (25.0 mm) -- --
3/4 inch (19.0 mm) 100 --
1/2 inch (12.5 mm) 90-100 100
3/8 inch (9.5 mm) 72-88 90-100
No. 4 (4.75 mm) 53-73 58-78
No. 8 (2.36 mm) 38-60 40-60
No. 16 (1.18 mm) 26-48 28-48
No. 30 (600 µm) 18-38 18-38
No. 50 (300 µm) 11-27 11-27
No. 100 (150 µm) 6-18 6-18
No. 200 (75 µm) 3-6 3-6
Minimum Voids in Mineral Aggregate (VMA)1 15.0 16.0
Asphalt Percent:
Stone or gravel 5.0-7.5 5.5-8.0
Slag 6.5-9.5 7.0-10.5
Minimum Construction Lift Thickness 2 inch --
1 To 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.
401-3.4 Reclaimed asphalt pavement (RAP). RAP shall not be used.
401-3.5 Control Strip. Full production shall not begin until an acceptable control strip has been
constructed and accepted in writing by the RPR. The Contractor shall prepare and place a quantity of
asphalt according to the JMF. The underlying grade or pavement structure upon which the control strip is
to be constructed shall be the same as the remainder of the course represented by the control strip.
The Contractor will not be allowed to place the control strip until the Contractor quality control program
(CQCP), showing conformance with the requirements of paragraph 401-5.1, has been accepted, in
writing, by the RPR.
The control strip will consist of at least 250 tons (227 metric tons) or 1/2 sublot, whichever is greater.
The control strip shall be placed in two lanes of the same width and depth to be used in production with a
longitudinal cold joint. The cold joint must be cut back in accordance with paragraph 401-4.14 using the
same procedure that will be used during production. The cold joint for the control strip will be an exposed
construction joint at least four (4) hours old or when the mat has cooled to less than 160°F (71°C). The
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 6 of 20 APRIL 2025 | #35022.008.02
equipment used in construction of the control strip shall be the same type, configuration and weight to be
used on the project.
The control strip will be considered acceptable by the RPR if the gradation, asphalt content, and VMA are
within the action limits specified in paragraph 401-5.5a; and average mat density greater than or equal to
94.5%, average air voids 3.5% +/- 1%, and average joint density greater than or equal to 92.5% when
sampled and tested in accordance with paragraph 401-6.1. In addition, an acceptable control strip shall
meet the requirements for bond and thickness as defined in paragraphs 401-6.1.d (2) and 401-6.1.d (3).
If the control strip is unacceptable, necessary adjustments to the JMF, plant operation, placing procedures,
and/or rolling procedures shall be made and another control strip shall be placed. Unacceptable control
strips shall be removed at the Contractor’s expense.
The control strip will be considered one lot for payment based upon the average of a minimum of 3
samples (no sublots required for control strip). Payment will only be made for an acceptable control strip,
as defined in this section, using a lot pay factor equal to 100. Control strips that do not meet the grade
requirements of paragraph 401-6.2.d shall be reduced to a lot pay factor of 95%. No additional pay factor
adjustments will be made.
CONSTRUCTION METHODS
401-4.1 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)
°F °C
3 inches (7.5 cm) or greater 40 4
Greater than 2 inches (50 mm)
but less than 3 inches (7.5 cm) 45 7
401-4.2 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.
401-4.3 Aggregate stockpile management. Aggregate stockpiles shall be constructed in a manner that
prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be
stockpiled, weighed and batched separately at the asphalt batch plant. Aggregates that have become
segregated or mixed with earth or foreign material shall not be used.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 7 of 20 APRIL 2025 | #35022.008.02
A continuous supply of materials shall be provided to the work to ensure continuous placement.
401-4.4 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.
401-4.4.1 Material transfer vehicle (MTV). Material transfer vehicles shall be used to transfer the
material from the hauling equipment to the paver, and shall use a self-propelled, material transfer vehicle
with a swing conveyor that can deliver material to the paver without making contact with the paver. The
MTV shall be able to move back and forth between the hauling equipment and the paver providing
material transfer to the paver, while allowing the paver to operate at a constant speed. The Material
Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation.
401-4.5 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 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 401-4.12.
401-4.6 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, clean, and 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.
401-4.7 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 supply a
qualified technician during all paving operations to calibrate the 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.
401-4.8 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid
local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform
temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to
provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F
(160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than
350°F (175°C) when added to the aggregate.
401-4.9 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 (175°C) when the asphalt binder is
added. Particular care shall be taken that aggregates high in calcium or magnesium content are not
damaged by overheating. The temperature shall not be lower than is required to obtain complete coating
and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 8 of 20 APRIL 2025 | #35022.008.02
401-4.10 Preparation of Asphalt mixture. The aggregates and the asphalt binder shall be weighed or
metered and mixed 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%.
401-4.11 Application of Tack Coat. Immediately before placing the asphalt mixture, the underlying
course shall be cleaned of all dust and debris.
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.
401-4.12 Laydown plan, transporting, placing, and finishing. One week prior to the placement of the
asphalt, the Contractor shall prepare and submit 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 401-6.2d 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 feet except where edge lanes
or overlay areas 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 one foot (30 cm); however, the joint in the surface top course shall be at the centerline of crowned
pavements. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints
in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On
areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing
equipment impractical, the 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
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 9 of 20 APRIL 2025 | #35022.008.02
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 401-3.3, 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 (3 m)
long.
401-4.13 Compaction of asphalt mixture. After placing, the asphalt mixture shall be thoroughly and
uniformly compacted by self-propelled rollers. The surface shall be compacted 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.
401-4.14 Joints. The formation of all joints shall be made 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 have been left exposed for more than four (4) hours; the surface temperature
has cooled to less than 175°F (80°C); or are irregular, damaged, uncompacted or otherwise defective shall
be cut back with a cutting wheel or pavement saw a maximum of 3 inches (75 mm) 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. Asphalt tack coat in accordance with P-
603 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.
401-4.15 Saw-cut grooving. Saw-cut grooving is not required.
401-4.16 Diamond grinding. Diamond grinding shall be completed prior to pavement grooving.
Diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond
abrasive.
Diamond grinding shall be performed with a machine designed specifically for diamond grinding capable
of cutting a path at least 3 feet (0.9 m) wide. The saw blades shall be 1/8-inch (3-mm) wide with a
sufficient number of blades to create grooves between 0.090 and 0.130 inches (2 and 3.5 mm) wide; and
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 10 of 20 APRIL 2025 | #35022.008.02
peaks and ridges approximately 1/32 inch (1 mm) higher than the bottom of the grinding cut. The actual
number of blades will be determined by the Contractor and depend on the hardness of the aggregate.
Equipment or grinding procedures that cause ravels, aggregate fractures, spalls or disturbance to the
pavement will not be permitted. Contractor shall demonstrate to the RPR that the grinding equipment
will produce satisfactory results prior to making corrections to surfaces. Grinding will be tapered in all
directions to provide smooth transitions to areas not requiring grinding. The slurry resulting from the
grinding operation shall be continuously removed and the pavement left in a clean condition. The
Contractor shall apply a surface treatment per FAA Standard Item P-608 Emulsified Asphalt Seal Coat
(refer to AC 150/5370-10H) to all areas that have been subject to grinding.
401-4.17 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.
CONTRACTOR QUALITY CONTROL (CQC)
401-5.1 General. The Contractor shall develop a Contractor Quality Control Program (CQCP) in
accordance with Item C-100. No partial payment will be made for materials without an approved CQCP.
401-5.2 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.
401-5.3 Contractor 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 day from
mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM
C117.
c. Moisture content of aggregate. The moisture content of aggregate used for production shall be
determined a minimum of once per day in accordance with ASTM C566.
d. Moisture content of asphalt. The moisture content shall be determined once per day in
accordance with AASHTO T329 or ASTM D1461.
e. Temperatures. Temperatures shall be checked, at least four times per day, 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.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 11 of 20 APRIL 2025 | #35022.008.02
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 ¼ 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 Contractor-provided 12-foot (3.7 m) straightedge, a rolling inclinometer
meeting the requirements of ASTM E2133, or rolling external reference device that can simulate a 12-
foot (3.7 m) 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 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
either the FAA profile program, ProFAA, or FHWA ProVal, 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 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 shall be taken perpendicular to the pavement centerline
each 50 feet (15 m) 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 shall be parallel to the centerline of paving; at the center of paving
lanes when widths of paving lanes are less than 20 feet (6 m); and at the third points of paving lanes when
widths of paving lanes are 20 ft (6 m) 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.
Deviations on the final surface course in either the transverse or longitudinal direction that will
trap water greater than 1/4 inch (6 mm) shall be corrected with diamond grinding per paragraph 401-4.16
or by removing and replacing the surface course to full depth. Grinding shall be tapered in all directions
to provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has
been performed shall be subject to the final pavement thickness tolerances specified in paragraph 401-
6.1d(3). Areas that have been ground shall be sealed with a surface treatment in accordance with FAA
Standard Item P-608. To avoid the surface treatment creating any conflict with runway or taxiway
markings, it may be necessary to seal a larger area.
Control charts shall be kept to show 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.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 12 of 20 APRIL 2025 | #35022.008.02
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 and after the
placement of the first lift 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
(12 mm) vertically and 0.1 feet (30 mm) 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 (12 mm)
less than the thickness specified on the plans. Grinding shall be in accordance with paragraph 401-4.16.
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 ½ inch and replacing with new material. Skin
patching is not allowed.
401-5.4 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.
401-5.5 Control charts. The Contractor shall maintain linear control charts for both individual
measurements and range (i.e. difference between highest and lowest measurements) for aggregate
gradation, asphalt content, and VMA. The VMA for each day will 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 job mix formula target values as indicators of central tendency for the following test
parameters with associated Action and Suspension Limits:
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 13 of 20 APRIL 2025 | #35022.008.02
Control Chart Limits for Individual Measurements
Sieve Action Limit Suspension Limit
3/4 inch (19.0 mm) ±6% ±9%
1/2 inch (12.5 mm) ±6% ±9%
3/8 inch (9.5 mm) ±6% ±9%
No. 4 (4.75 mm) ±6% ±9%
No. 16 (1.18 mm) ±5% ±7.5%
No. 50 (300 µm) ±3% ±4.5%
No. 200 (75 µm) ±2% ±3%
Asphalt Content ±0.45% ±0.70%
Minimum VMA -0.5% -1.0%
b. Range. Control charts shall be established to control gradation process variability. The range shall
be plotted as the difference between the two test results for each control parameter. The Suspension
Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more
than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by
1.18 for n = 3 and by 1.27 for n = 4.
Control Chart Limits Based on Range
Sieve Suspension Limit
1/2 inch (12.5 mm) 11%
3/8 inch (9.5 mm) 11%
No. 4 (4.75 mm) 11%
No. 16 (1.18 mm) 9%
No. 50 (300 µm) 6%
No. 200 (75 µm) 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 rules to gauge when a process is out of
control and detail what action will be taken to bring the process into control. As a minimum, a process
shall be deemed out of control and production stopped and corrective action taken, if:
(1) One point falls outside the Suspension Limit line for individual measurements or range; or
(2) Two points in a row fall outside the Action Limit line for individual measurements.
401-5.6 Quality control (QC) reports. The Contractor shall maintain records and shall submit reports of
QC activities daily, in accordance with Item C-100 .
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 14 of 20 APRIL 2025 | #35022.008.02
MATERIAL ACCEPTANCE
401-6.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and
testing necessary to determine conformance with the requirements specified in this section will be
performed by the 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 approximately 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 calendar 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.
(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 inch (125 mm) 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 (6 mm) 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
(30 cm) from a transverse or longitudinal joint. The bulk specific gravity of each cored sample will be
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 15 of 20 APRIL 2025 | #35022.008.02
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 that
has 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.
401-6.2 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, and grade.
b. Air Voids and Mat density. Acceptance of each lot of plant produced material for mat density
and air voids will be based on the percentage of material within specification limits (PWL). If the PWL of
the lot equals or exceeds 90%, the lot will be acceptable. Acceptance and payment will be determined in
accordance with paragraph 401-8.1.
c. Joint density. Acceptance of each lot of plant produced asphalt for joint density will be based on
the PWL. If the PWL of the lot is equal to or exceeds 90%, the lot will be considered acceptable. If the
PWL is less than 90%, the Contractor shall evaluate the reason and act accordingly. If the PWL is less
than 80%, the Contractor shall cease operations and until the reason for poor compaction has been
determined. If the PWL is less than 71%, the pay factor for the lot used to complete the joint will be
reduced by five (5) percentage points. This lot pay factor reduction will be incorporated and evaluated in
accordance with paragraph 401-8.1.
d. Grade. The final finished surface of the pavement shall be surveyed by the Contractor to verify
that the grade elevations and cross-sections shown on the plans do not deviate more than 1/2 inch (12
mm) vertically or 0.1 feet (30 mm) laterally.
Cross-sections of the pavement shall be taken at a minimum 50-foot longitudinal spacing, at all
longitudinal grade breaks, and at start and end of each lane placed. Minimum cross-section grade points
shall include grade at centerline ± 10 feet of centerline, ± 25 feet of centerline, and all grade breaks and
edges of pavement.
The survey and documentation shall be stamped and signed by a licensed surveyor, and shall be
submitted to the RPR in XML and PDF format. Payment for sublots that do not meet grade for over 25%
of the sublot shall not be more than 95%.
e. Profilograph roughness for QA Acceptance. Not used.
401-6.3 Percentage of material within specification limits (PWL). The PWL will be determined in
accordance with procedures specified in Item C-110. The specification tolerance limits (L) for lower and
(U) for upper are contained in Table 5.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 16 of 20 APRIL 2025 | #35022.008.02
Table 5. Acceptance Limits for Air Voids and Density
Test Property Pavements Specification
Tolerance Limits
L U
Air Voids Total Mix (%) 2.0 5.0
Surface Course Mat Density (%) 92.8 -
Joint density (%) 90.5 --
a. Outliers. All individual tests for mat density and air voids will be checked for outliers (test
criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers will be discarded, and
the PWL will be determined using the remaining test values. The criteria in Table 5 is based on
production processes which have a variability with the following standard deviations: Surface Course
Mat Density (%), 1.30;Joint Density (%), 1.55.
The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course
with an average mat density of at least 94.5% with 1.30% or less variability, (2) 90 PWL is achieved
when consistently producing joints with an average joint density of at least 92.5% with 1.55% or less
variability.
401-6.4 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 401-6.1d
and 401-6.2b. Only one resampling per lot will be permitted. No resampling of the control strip will be
allowed.
(1) A redefined PWL will be calculated for the resampled lot. The number of tests used to
calculate the redefined PWL 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 PWL for a resampled lot will be used to calculate the
payment for that lot in accordance with Table 6.
c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%.
401-6.5 Leveling course. The leveling course is the first variable thickness lift placed to correct surface
irregularities prior to placement of subsequent courses. The leveling course shall meet the aggregate
gradation in Table 2, paragraph 401-3.3. The leveling course shall meet the requirements of paragraph
401-3.3, 401-6.2b for air voids, but shall not be subject to the density requirements of paragraph 401-6.2b
for mat density and 401-6.2c for joint density. The leveling course shall be compacted with the same
effort used to achieve density of the control strip. The maximum leveling course thickness shall be as
shown on the plans.
METHOD OF MEASUREMENT
401-7.1 Measurement. Asphalt shall be measured by the number of tons of asphalt used in the accepted
work. Batch weights or truck scale weights will be used to determine the basis for the tonnage.
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 17 of 20 APRIL 2025 | #35022.008.02
BASIS OF PAYMENT
401-8.1 Payment. Payment for a lot of asphalt meeting all acceptance criteria as specified in paragraph
401-6.2 shall be made based on results of tests for mat density and air voids. Payment for acceptable lots
shall be adjusted according to paragraph 401-8.1c for mat density and air voids; and paragraph 401-6.2c
for joint density, subject to the limitation that:
a. The total project payment for plant mix asphalt pavement shall not exceed 100 percent of the
product of the contract unit price and the total number of tons of asphalt used in the accepted work.
b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and
placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the
item.
c. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in
accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay
factor shall be the higher of the two values when calculations for both mat density and air voids are 100%
or higher. The lot pay factor shall be the product of the two values when only one of the calculations for
either mat density or air voids is 100% or higher. The lot pay factor shall be the lower of the two values
when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less
than 71% then the lot pay factor shall be reduced by 5% but be no higher than 95%.
For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the
lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in
paragraph 401-8.1a. Payment in excess of 100% for accepted lots of asphalt shall be used to offset
payment for accepted lots of asphalt pavement that achieve a lot pay factor less than 100%.
Payment for sublots which do not meet grade in accordance with paragraph 401-6.2d after correction
for over 25% of the sublot shall be reduced by 5%.
Table 6. Price adjustment schedule1
Percentage of material within specification limits
(PWL)
Lot pay factor (percent of contract unit
price)
96 – 100 106
90 – 95 PWL + 10
75 – 89 0.5 PWL + 55
55 – 74 1.4 PWL – 12
Below 55 Reject 2
1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment above 100%
shall be subject to the total project payment limitation specified in paragraph 401-8.1a.
2 The lot shall be removed and replaced. However, the RPR may decide to allow the rejected lot to remain. In that
case, if the RPR and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of
the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot.
d. Profilograph Roughness. Not used.
Payment will be made under:
Item P-401-8.1 Asphalt Surface Course – per ton
Item P-401-8.2 Asphalt Leveling Course – per ton
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 18 of 20 APRIL 2025 | #35022.008.02
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 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 Asphalt Paving Mixtures
ASTM D1073 Standard Specification for Fine Aggregate for Asphalt Paving Mixtures
ASTM D1188 Standard Test Method for Bulk Specific Gravity and Density of
Compacted Bituminous Mixtures Using Coated Samples
ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from
Asphalt Paving Mixtures
ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Asphalt
Paving Mixtures
ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and
Density of Bituminous Paving Mixtures
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate
ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of
Bituminous-Aggregate Mixtures
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 19 of 20 APRIL 2025 | #35022.008.02
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 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 D5361 Standard Practice for Sampling Compacted Asphalt Mixtures for
Laboratory Testing
ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted
Aggregate
ASTM D5821 Standard Test Method for Determining the Percentage of Fractured
Particles in Coarse Aggregate
ASTM D6084 Standard Test Method for Elastic Recovery of Bituminous Materials by
Ductilometer
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
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 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
CENTURY WEST ENGINEERING P-401 Asphalt Mix Pavement - 20 of 20 APRIL 2025 | #35022.008.02
ASTM E950 Standard Test Method for Measuring the Longitudinal Profile of
Traveled Surfaces with an Accelerometer Established Inertial Profiling
Reference
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 T324 Standard Method of Test for Hamburg Wheel-Track Testing of
Compacted Asphalt Mixtures
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)
Asphalt Institute Handbook MS-26, Asphalt Binder
Asphalt Institute MS-2 Mix Design Manual, 7th Edition
AI State Binder Specification Database
Federal Highway Administration (FHWA)
Long Term Pavement Performance Binder Program
Advisory Circulars (AC)
AC 150/5320-6 Airport Pavement Design and Evaluation
FAA Orders
5300.1 Modifications to Agency Airport Design, Construction, and Equipment
Standards
Software
FAARFIELD
END OF ITEM P-401
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 1 of 18 APRIL 2025 | #35022.008.02
Item P-403 Asphalt Mix Pavement Base Course
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 (4.75 mm) sieve. Fine aggregate is the material passing the No. 4 (4.75 mm) 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.
Coarse Aggregate Material Requirements
Material Test Requirement Standard
Resistance to Degradation 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 75% by weight of particles with at
least two fractured faces and 85% 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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 2 of 18 APRIL 2025 | #35022.008.02
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.
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* 15% maximum by weight of total
aggregate
ASTM D1073
* If natural sand is used, use the minimum amount necessary to achieve a workable mixture.
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 AASHTO M332 Performance Grade (PG)
58V-22.
Asphalt Binder PG Plus Test Requirements
Material Test Requirement Standard
RTFO Residue:
Average percent recovery
@ 3.2 kPa
30% minimum AASHTO T3501
1 Specimen conditioned in accordance with AASHTO T240 – RTFO.
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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 3 of 18 APRIL 2025 | #35022.008.02
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 20 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:
1. 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 AASHTO M332. For plant modified asphalt binder, certified
test report indicating grade certification of modified asphalt binder.
2. Manufacturer’s Certificate of Analysis (COA) for the anti-stripping agent if used in the JMF in
accordance with paragraph 403-2.4.
3. Certified material test reports for the course and fine aggregate and mineral filler in accordance with
paragraphs 403-2.1 and 403-2.2.
4. 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.
5. Specific Gravity and absorption of each course and fine aggregate.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 4 of 18 APRIL 2025 | #35022.008.02
6. Percent natural sand.
7. Percent fractured faces.
8. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria).
9. Percent of asphalt.
10. Number of gyrations.
11. Laboratory mixing and compaction temperatures.
12. Supplier recommended mixing and compaction temperatures.
13. Plot of the combined gradation on the 0.45 power gradation curve.
14. 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.
15. Tensile Strength Ratio (TSR).
16. Type and amount of Anti-strip agent when used.
17. Asphalt Pavement Analyzer (APA) results.
18. 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 gyrations 75
Air voids (%) 3.5 ASTM D3203
Percent voids in mineral
aggregate (VMA), minimum See Table 2 ASTM D6995
TSR1 not less than 80 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.
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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 5 of 18 APRIL 2025 | #35022.008.02
Table 2. Aggregate - Asphalt Pavements
Sieve Size
BASE COURSE
Percentage by Weight
Passing Sieve
1 inch (25.0 mm) --
3/4 inch (19.0 mm) 100
1/2 inch (12.5 mm) 90-100
3/8 inch (9.5 mm) 72-88
No. 4 (4.75 mm) 53-73
No. 8 (2.36 mm) 38-60
No. 16 (1.18 mm) 26-48
No. 30 (600 µm) 18-38
No. 50 (300 µm) 11-27
No. 100 (150 µm) 6-18
No. 200 (75 µm) 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 inch
1 To 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. Full production shall not begin until an acceptable control strip has been
constructed and accepted in writing by the RPR. The Contractor shall prepare and place a quantity of
asphalt according to the JMF. The underlying grade or pavement structure upon which the control strip is
to be constructed shall be the same as the remainder of the course represented by the control strip.
The Contractor will not be allowed to place the control strip until the Contractor quality control program
(CQCP), showing conformance with the requirements of paragraph 403-5.1, has been accepted, in
writing, by the RPR.
The control strip will consist of at least 250 tons (227 metric tons) or 1/2 sublot, whichever is greater.
The control strip shall be placed in two lanes of the same width and depth to be used in production with a
longitudinal cold joint. The cold joint must be cut back in accordance with paragraph 403-4.13 using the
same procedure that will be used during production. The cold joint for the control strip will be an exposed
construction joint at least four (4) hours old or when the mat has cooled to less than 160°F (71°C). The
equipment used in construction of the control strip shall be the same type, configuration and weight to be
used on the project.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 6 of 18 APRIL 2025 | #35022.008.02
The control strip shall be evaluated for acceptance as a single lot in accordance with the acceptance
criteria in paragraph 403-6.1 and 403-6.2.
The control strip will be considered acceptable by the RPR if the gradation (3 samples), asphalt content (3
samples), and VMA (3 samples) are within the action limits specified in paragraph 403-5.5a; and Mat
density greater than or equal to 94% (average of 3 cores), air voids 3.5% +/- 1% (3 samples), and joint
density (average of 3 cores) greater than or equal to 92%.
If the control strip is unacceptable, necessary adjustments to the JMF, plant operation, placing procedures,
and/or rolling procedures shall be made and another control strip shall be placed. Unacceptable control
strips shall be removed at the Contractor’s expense.
The control strip will be considered one lot for payment based upon the average of a minimum of 3
samples (no sublots required for control strip). Payment will only be made for an acceptable control strip
in accordance with paragraph 403-8.1.
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 (7.5 cm) or greater 40 4
Greater than 2 inches (50 mm)
but less than 3 inches (7.5 cm) 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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 7 of 18 APRIL 2025 | #35022.008.02
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). Material transfer Vehicles shall be required due to the
improvement in smoothness and decrease in both physical and thermal segregation. To transfer the
material from the hauling equipment to the paver, use a self-propelled, material transfer vehicle with a
swing conveyor that can deliver material to the paver without making contact with the paver. The MTV
shall be able to move back and forth between the hauling equipment and the paver providing material
transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer
Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 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 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 401-4.11.
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
(160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than
350°F (175°C) when added to the aggregate.
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 (175°C) when the asphalt binder is
added. Particular care shall be taken that aggregates high in calcium or magnesium content are not
damaged by overheating. The temperature shall not be lower than is required to obtain complete coating
and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 8 of 18 APRIL 2025 | #35022.008.02
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 Tack Coat. Immediately before placing the asphalt mixture, the underlying
course shall be cleaned of all dust and debris.
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. One week, prior to the placement of the
asphalt, the Contractor shall prepare and submit 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 401-6.2e 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 feet (m) 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 (30 cm); however, the joint in the surface top course shall be at the centerline of crowned
pavements. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints
in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m).On
areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing
equipment impractical, the 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
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 9 of 18 APRIL 2025 | #35022.008.02
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 401-3.3, 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 (3 m)
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 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 (80°C); or are irregular, damaged, uncompacted or otherwise
defective shall be cut back with a cutting wheel or pavement saw a maximum of 3 inches (75 mm) 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. Diamond grinding shall be completed prior to pavement grooving.
Diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond
abrasive.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 10 of 18 APRIL 2025 | #35022.008.02
Diamond grinding shall be performed with a machine designed specifically for diamond grinding capable
of cutting a path at least 3 feet (0.9 m) wide. The saw blades shall be 1/8-inch (3-mm) wide with a
minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; grooves between 0.090 and
0.130 inches (2 and 3.5 mm) wide; and peaks and ridges approximately 1/32 inch (1 mm) higher than the
bottom of the grinding cut. The actual number of blades will be determined by the Contractor and depend
on the hardness of the aggregate. Equipment or grinding procedures that causes ravels, aggregate
fractures, spalls or disturbance to the pavement will not be permitted.
Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding.
The slurry resulting from the grinding operation shall be continuously removed and the pavement left in a
clean condition. The Contractor shall apply a surface treatment per FAA Standard Item P-608 Emulsified
Asphalt Seal Coat (refer to AC 150/5370-10H) to all areas that have been subject to grinding.
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.
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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 11 of 18 APRIL 2025 | #35022.008.02
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 ¼ 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 Contractor-provided 12-foot (3.7 m) straightedge, a rolling inclinometer
meeting the requirements of ASTM E2133, or rolling external reference device that can simulate a 12-
foot (3.7m) 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 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 (15 m) 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 (6 m); and at the third points of paving lanes when
widths of paving lanes are 20 ft (6 m) 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.
Deviations on the final surface course in either the transverse or longitudinal direction that will
trap water greater than 1/4 inch (6 mm) shall be corrected with diamond grinding per paragraph 403-4.15
or by removing and replacing the surface course to full depth. Grinding shall be tapered in all directions
to provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has
been performed shall be subject to the final pavement thickness tolerances specified in paragraph 401-
6.1d(3) Areas that have been ground shall be sealed with a surface treatment in accordance with FAA
Standard Item P-608. To avoid the surface treatment creating any conflict with runway or taxiway
markings, it may be necessary to seal a larger area.
Control charts shall be kept to show 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
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 12 of 18 APRIL 2025 | #35022.008.02
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
(12 mm) vertically and 0.1 feet (30 mm) 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 (12 mm)
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 ½ 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.
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:
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 13 of 18 APRIL 2025 | #35022.008.02
Control Chart Limits for Individual Measurements
Sieve Action Limit Suspension Limit
3/4 inch (19.0 mm) ±6% ±9%
1/2 inch (12.5 mm) ±6% ±9%
3/8 inch (9.5 mm) ±6% ±9%
No. 4 (4.75 mm) ±6% ±9%
No. 16 (1.18 mm) ±5% ±7.5%
No. 50 (300 µm) ±3% ±4.5%
No. 200 (75 µm) ±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.
Control Chart Limits Based on Range
(n = 2)
Sieve Suspension Limit
1/2 inch (12.5 mm) 11%
3/8 inch (9.5 mm) 11%
No. 4 (4.75 mm) 11%
No. 16 (1.18 mm) 9%
No. 50 (300 µm) 6%
No. 200 (75 µm) 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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 14 of 18 APRIL 2025 | #35022.008.02
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 approximately 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 calendar 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.
(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 (125 mm) 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 (6 mm) 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
(30 cm) from a transverse or longitudinal joint. The bulk specific gravity of each cored sample will be
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 15 of 18 APRIL 2025 | #35022.008.02
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, and 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 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 shall be surveyed by the Contractor to verify
that the grade elevations and cross-sections shown on the plans do not deviate more than 1/2 inch (12
mm) vertically or 0.1 feet (30 mm) laterally.
Cross-sections of the pavement shall be taken at a minimum 50-foot (15-m) longitudinal spacing and
at all longitudinal grade breaks. Minimum cross-section grade points shall include grade at centerline, ±
10 feet of centerline, ± 25 feet of centerline, and all grade breaks and edges of pavement.
The survey and documentation shall be stamped and signed by a licensed surveyor, and shall be submitted
to the RPR in XML and PDF format. Payment for sublots that do not meet grade for over 25% of the
sublot shall not be more than 95%.
f. Profilograph roughness for QA Acceptance. Not used.
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. No resampling of the control strip will be allowed.
(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.
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 16 of 18 APRIL 2025 | #35022.008.02
(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 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.
Payment will be made under:
Item P-403-8.1 Asphalt 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 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
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 17 of 18 APRIL 2025 | #35022.008.02
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
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
CENTURY WEST ENGINEERING P-403 Asphalt Mixture Base Course - 18 of 18 APRIL 2025 | #35022.008.02
ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted
Aggregate
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
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 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
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 1 of 23 APRIL 2025 | #35022.008.02
Item P-405 Water Main Hot Mix (HMA) Pavement
DESCRIPTION
405-1.1 This item shall consist of construction of pavement and pavement repairs impacted by the
installation of new fire hydrants and removal of the fire waterlines and associated appurtenances in
accordance with the plans, 2025 WSDOT Standard Specifications 4-04 and 5-04, and as modified herein
by the City of Renton.
This work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt
(HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades,
thicknesses, and typical cross-sections shown in the Plans. The Contractor shall maintain the existing
street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the RPR.
The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these
specifications. WMA processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the
proportions specified to provide a homogeneous, stable, and workable mixture.
All HMA to be placed due to water main work in this contract shall be HMA CL. 1./2” PG 58H-22
and listed on the WSDOT QPL for use in the current construction year.
MATERIALS
405-2.1 Materials shall meet the requirements of the following sections in WSDOT Standard
Specifications:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)8
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand (As noted in WSDOT 5-04.3(5)C 9-03.1(2)
for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
Crushed Surfacing Top Course (CSTC) 9-03.9(3)
The Contract documents may establish that the various mineral materials required for the manufacture of
HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 2 of 23 APRIL 2025 | #35022.008.02
the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be
required to furnish such materials in the amounts required for the designated mix. Mineral materials
include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The
RAP may be from pavements removed under the Contract, if any, or pavement material from an existing
stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or
testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000
tons produced and not less than ten samples per project. The asphalt content and gradation test data shall
be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The
Contractor shall include the RAP as part of the mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different
sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20
percent or less RAP by total weight of HMA. The Contractor shall submit to the RPR for approval the
process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of WSDOT Standard Specification Section
3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles
shall comply with the requirements of WSDOT Standard Specification Section 3-02.
405-2.2 How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please
follow the WSDOT process as follows:
Comply with each of the following:
• Develop the mix design in accordance with WSDOT SOP 732.
• Develop a mix design that complies with WSDOT Standard Specification Sections 9-
03.8(2) and 9-03.8(6).
• Develop a mix design no more than 6 months prior to submitting it for QPL evaluation.
• Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including
WSDOT Form 350-042.
• Include representative samples of the materials that are to be used in the HMA production as
part of the mix design submittal.
• Identify the brand, type, and percentage of anti-stripping additive in the mix design
submittal.
• Include with the mix design submittal a certification from the asphalt binder supplier that
the anti-stripping additive is compatible with the crude source and the formulation of asphalt
binder proposed for use in the mix design.
• Do not include warm mix asphalt (WMA) additives when developing a mix design or
submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives
is not part of the process for obtaining approval for listing a mix design on the QPL. Refer
to WSDOT Standard Specification Section 5-04.2(2)8.
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be 4 million.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 3 of 23 APRIL 2025 | #35022.008.02
405-2.3 Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a
compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming
processes. The use of Additives is subject to the following:
• Do not use additives that reduce the mixing temperature more than allowed in Section 5-
04.3(6) in the production of mixtures.
• Before using additives, obtain the RPR’s approval using WSDOT Form 350-076 to describe
the proposed additive and process.
CONSTRUCTION METHODS
405-3.1 Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st
of the following year without written concurrence from the RPR.
Do not place HMA on any wet surface, or when the average surface temperatures are less than those
specified below, or when weather conditions otherwise prevent the proper handling or finishing of the
HMA.
Minimum Surface Temperature for Paving
Compacted Thickness (Feet) Wearing Course Other Courses
Less than 0.10 55°F 45°F
0.10 to.20 45°F 35°F
More than 0.20 35°F 35°F
405-3.2 Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the intersection or
paving across the intersection. During such time, and provided that there has been an advance warning to
the public, the intersection may be closed for the minimum time required to place and compact the
mixture. In hot weather, the RPR may require the application of water to the pavement to accelerate the
finish rolling of the pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall also be placed
marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout the project.
Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary
pavement markings shall be in accordance with WSDOT Standard Specification Section 8-23.
All costs in connection with performing the Work in accordance with these requirements, except the cost
of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items
involved in the Contract.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 4 of 23 APRIL 2025 | #35022.008.02
405-3.3 Equipment
A. Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder
shall be equipped to heat and hold the material at the required temperatures. The heating
shall be accomplished by steam coils, electricity, or other approved means so that no flame
shall be in contact with the storage tank. The circulating system for the asphalt binder shall
be designed to ensure proper and continuous circulation during the operating period. A
valve for the purpose of sampling the asphalt binder shall be placed in either the storage
tank or in the supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting temperature
ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location
near the charging valve at the mixer unit. The thermometer location shall be convenient and
safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale
thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved
thermometric instrument placed at the discharge chute of the drier to automatically register
or indicate the temperature of the heated aggregates. This device shall be in full view of the
plant operator.
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the
maximum recommended by the asphalt binder manufacturer nor shall it be below the
minimum temperature required to maintain the asphalt binder in a homogeneous state. The
asphalt binder shall be heated in a manner that will avoid local variations in heating. The
heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform
average temperature with no individual variations exceeding 25°F. Also, when a WMA
additive is included in the asphalt binder, the temperature of the asphalt binder shall not
exceed the maximum recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a
mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall
meet the requirements of WSDOT Standard Specification Section 1-05.6 for the crushing
and screening operation. The Contractor shall provide for the setup and operation of the
field-testing facilities of the Contracting Agency as provided for in WSDOT Standard
Specification Section 3-01.2(2).
5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering
the hauling vehicle.
B. Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas
or other suitable material of sufficient size to protect the mixture from adverse weather.
Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or
an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover
shall be securely attached to protect the HMA.
The contractor shall provide an environmentally benign means to prevent the HMA mixture from
adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling
equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 5 of 23 APRIL 2025 | #35022.008.02
characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation
during the process of applying the release agent.
C. Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory
screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths
required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment available from the
manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in
working order. The equipment certification shall list the make, model, and year of the paver and any
equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations and shall
effectively produce a finished surface of the required evenness and texture without tearing, shoving,
segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided
upon request by the Contracting Agency. Extensions will be allowed provided they produce the same
results, including ride, density, and surface texture as obtained by the primary screed. Extensions without
augers and an internally heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed
on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line
will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from
reference lines or by means of a mat referencing device and a slope control device. When the finish of the
grade prepared for paving is superior to the established tolerances and when, in the opinion of the RPR,
further improvement to the line, grade, cross-section, and smoothness can best be achieved without the
use of the reference line, a mat referencing device may be substituted for the reference line. Substitution
of the device will be subject to the continued approval of the RPR. A joint matcher may be used subject to
the approval of the RPR. The reference line may be removed after the completion of the first course of
HMA when approved by the RPR. Whenever the RPR determines that any of these methods are failing to
provide the necessary vertical control, the reference lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories
necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the RPR may suspend Work as allowed
by WSDPT Standard Specification Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
D. Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the RPR’s approval, unless other-
wise required by the contract.
Where an MTD/V is required by the contract, the RPR may approve paving without an MTD/V, at the
request of the Contractor. The RPR will determine if an equitable adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown
by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature
throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban
areas or through intersections, at the discretion of the RPR.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 6 of 23 APRIL 2025 | #35022.008.02
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the
paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.
To be approved for use, an MTD:
6. Shall be positively connected to the paver.
7. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
8. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the
paving machine.
9. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.
E. Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and
capable of reversing without backlash. Operation of the roller shall be in accordance with the
manufacturer’s recommendations. When ordered by the RPR for any roller planned for use on the project,
the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for
compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in
compliance with the requirements of Section 405.3-10. The use of equipment that results in crushing of
the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the
surface, displacement of the mixture or other undesirable results shall not be used.
405-3.4 Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a
uniform grade and cross-section as shown on the Plans or approved by the RPR.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using
an asphalt paver, a motor patrol grader, or by hand raking, as approved by the RPR.
Compaction of preleveling HMA shall be to the satisfaction of the RPR and may require the use of small
steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the
compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the
RPR.
Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be
clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed
from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust,
soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an
appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly.
Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the RPR.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed
or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the
RPR. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual
asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained
asphalt. The rate of application shall be approved by the RPR. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces
that will be paved during the same working shift. The spreading equipment shall be equipped with a
thermometer to indicate the temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s
operation damages the tack coat it shall be repaired prior to placement of the HMA.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 7 of 23 APRIL 2025 | #35022.008.02
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt
may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The
tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of
application and shall not exceed the maximum temperature recommended by the emulsified asphalt
manufacturer.
All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be
coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall
not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered
to prevent tack and HMA from entering into them.
A. Crack Sealing
A1. General
When the Proposal includes a pay item for crack sealing, seal all cracks inch in width and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when
filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces
within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement.
Do not use direct flame dryers. Routing cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour
the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry
as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry
flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not
completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully
cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2
percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per
section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and
joints until full. The following day, any cracks or joints that are not completely filled shall be topped off
with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the
existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has
fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the
sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be
placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in
accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working
Drawing of the manufacturer’s product information and recommendations to the RPR prior to the start of
work, including the manufacturer’s recommended heating time and temperatures, allowable storage time
and temperatures after initial heating, allowable reheating criteria, and application temperature range.
Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement
surface. If, in the opinion of the RPR, the Contractor’s method of sealing the cracks with hot poured
sealant results in an excessive amount of material on the pavement surface, stop and correct the operation
to eliminate the excess material.
A2. Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 8 of 23 APRIL 2025 | #35022.008.02
A3. Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks 1/4 inch to 1 inch in width – fill with hot poured sealant.
B. Cracks greater than 1 inch in width – fill with sand slurry.
B. Vacant
C. Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance
with the details shown in the Plans and as marked in the field. The Contractor shall conduct the
excavation operations in a manner that will protect the pavement that is to remain. Pavement not
designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by
the Contractor to the satisfaction of the RPR at no cost to the Contracting Agency. The Contractor shall
excavate only within one lane at a time unless approved otherwise by the RPR. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless approved by the RPR.
Unless otherwise shown in the Plans or determined by the RPR, excavate to a depth of 1.0 feet. The RPR
will make the final determination of the excavation depth required. The minimum width of any pavement
repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing
pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become
the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way
or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 405-3-4. A heavy application of tack coat
shall be applied to all surfaces of existing pavement in the pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth.
Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the RPR. Each
lift shall be thoroughly compacted by a mechanical tamper or a roller.
405-3.5 Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of WSDOT Standard Specification
Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the
HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until
they have been delivered to the HMA plant.
A. Vacant
405-3.6 Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping
additives have been introduced into the mixer the HMA shall be mixed until complete and uniform
coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is
ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more
than 25°F as shown on the reference mix design report or as approved by the RPR. Also, when a WMA
additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed
the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems with handling,
stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be
reduced as directed by the RPR.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 9 of 23 APRIL 2025 | #35022.008.02
Storing or holding of the HMA in approved storage facilities will be permitted with approval of the RPR,
but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after
mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the
Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or
about the third point. The device shall indicate the amount of material in storage. No HMA shall be
accepted from the storage facility when the HMA in storage is below the top of the cone of the storage
facility, except as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the
mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled
asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall
immediately suspend the use of the RAP until changes have been approved by the RPR. After the
required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been
introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured.
405-3.7 Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation
established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless
otherwise directed by the RPR, the nominal compacted depth of any layer of any course shall not exceed
the following:
HMA Class 1” 0.35 feet
HMA Class 3/4” and HMA Class 1/2”
wearing course 0.30 feet
other courses 0.35 feet
HMA Class 3/8” 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and
finishing equipment impractical, the paving may be done with other equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be
placed by separate spreading and compacting equipment. The intermingling of HMA produced from more
than one JMF is prohibited. Each strip of HMA placed during a work shirt shall conform to a single JMF
established for the class of HMA specified unless there is a need to make an adjustment in the JMF.
All cast off rock from raking shall be removed prior to compaction of final HMA lift.
405-3.8 Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted
void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of
aggregates for HMA accepted by commercial evaluation will be at the option of the RPR.
405-3.9 HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is
specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following
applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary
pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial
evaluation shall be as approved by the RPR. Sampling and testing of HMA accepted by commercial
evaluation will be at the option of the RPR.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 10 of 23 APRIL 2025 | #35022.008.02
The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the
JMF. Any adjustments to the JMF will require the approval of the RPR and may be made in accordance
with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance
shall be within tolerance. The tolerance limits will be established as follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances
below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and
Lower Specification Limit (LSL) required in Section 1-06.2(2)D2.
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent Passing Non-Statistical
Evaluation
Commercial
Evaluation
1”, 3/4”, 1/2”, and 3/8”
sieves
+/- 6% +/- 8%
No. 4 sieve +/-6% +/- 8%
No. 8 Sieve +/- 6% +/-8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined from
step (a) the minimum amount necessary so that none of the aggregate properties are
outside the control points in WSDOT Standard Specification Section 9-03.8(6). The
resulting values will be the upper and lower acceptance limits for aggregates, as
well as the USL and LSL required in WSDOT Standard Specification Section 1-
06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt
binder content of the JMF requires approval of the RPR. Adjustments to the JMF will only
be considered if the change produces material of equal or better quality and may require the
development of a new mix design if the adjustment exceeds the amounts listed below.
a. Aggregates —2 percent for the aggregate passing the 1-1/2”, 1”, 3/4”, 1/2, 3/8”,
and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be
within the range of the control points in WSDOT Standard Specification Section 9-
03.8(6).
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 11 of 23 APRIL 2025 | #35022.008.02
b. Asphalt Binder Content — The RPR may order or approve changes to asphalt
binder content. The maximum adjustment from the approved mix design for the
asphalt binder content shall be 0.3 percent.
A. Vacant
B. Vacant
C. Mixture Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting
Agency by dividing the HMA tonnage into lots.
C1. Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be tested for
acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula
placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons,
whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200
tons.
All of the test results obtained from the acceptance samples from a given lot shall be evaluated
collectively. If the Contractor requests a change to the JMF that is approved, the material produced after
the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and
for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at
the Contractor’s request after the RPR is satisfied that material conforming to the Specifications can be
produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot.
C2. Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the RPR. The
Contractor shall sample the HMA mixture in the presence of the RPR and in accordance with AASH-TO
T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in
a structural application, at least one of the three samples shall be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the
discretion of the RPR.
For HMA used in a structural application and with a total project quantity less than 800 tons but more
than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3
samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested
for conformance to the JMF:
• If the test results are found to be within specification requirements, additional testing will be
at the RPR’s discretion.
• If test results are found not to be within specification requirements, additional testing of the
remaining samples to determine a Composite Pay Factor (CPF) shall be performed.
C3. Mixture Nonstatistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance
Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the
Contracting Agency for this contract.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing
for compliance of gradation will be by FOP for WAQTC T 27/T 11.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 12 of 23 APRIL 2025 | #35022.008.02
C4. Mixture Nonstatistical Evaluation — Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will
determine a Composite Pay Factor (CPF) using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½”, 1”, ¾”, ½”, 3/8” and No.4 sieves 2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the
tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further
evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix
Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with
WSDOT Standard Specification Section 1-06.2 to determine the appropriate CPF. The nonstatistical
tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be
tested to provide a minimum of three sets of results for evaluation.
C5. Vacant
C6. Mixture Nonstatistical Evaluation - Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than
1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic
difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment
will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit
Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will be
considered 1.00 in calculating the Composite Pay Factor (CPF).
C7. Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written
request within 7 calendar days after the specific test results have been received. A split of the original
acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran
the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder
content, and, at the option of the agency, Ve. The results of the retest will be used for the acceptance of
the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any
monies due or that may come due the Contractor under the Contract at the rate of $500 per sample.
D. Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling
within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 13 of 23 APRIL 2025 | #35022.008.02
further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job
Mix Formula shown in Item 405.3-9, the lot shall be evaluated in accordance with WSDOT Standard
Specification Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots
exist, backup samples of the existing sublots or samples from the street shall be tested to provide a
minimum of three sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is
less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the
algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price
Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and
the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will be
considered 1.00 in calculating the Composite Pay Factor (CPF).
405-3.10 HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for
intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted
course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The
specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when
evaluated in accordance with WSDOT Standard Specification Section 1-06.2, using a LSL of 92.0
(minimum of 92 percent of the maximum density). The maximum density shall be determined by
WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the
evaluation of the density of the pavement. The density of the pavement shall be determined in accordance
with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the RPR,
when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the required
procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish
rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for
WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to
traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in
accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise
approved by the RPR. Roadway cores will be tested by the Contracting Agency in accordance with
WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the
presence of the RPR on the same day the mix is placed and at locations designated by the RPR. If the
Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
RPR is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than
those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The
test point evaluation shall be performed in accordance with instructions from the RPR. The number of
passes with an approved compaction train, required to attain the maximum test point density, shall be
used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall
be compacted with a pneumatic tire roller unless otherwise approved by the RPR.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 14 of 23 APRIL 2025 | #35022.008.02
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92
percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to
a price reduction or rejection, the Contractor may request that a core be used for determination of the
relative density of the sublot. The relative density of the core will replace the relative density determined
by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of
HMA compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested
by noon of the next workday after the test results for the sublot have been provided or made available to
the Contractor. Core locations shall be outside of wheel paths and as determined by the RPR. Traffic
control shall be provided by the Contractor as requested by the RPR. Failure by the Contractor to provide
the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot
based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any
monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the
Contractor shall pay for the cost of the traffic control.
A. HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue displacement,
cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by
other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or
deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that
shall be immediately compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall generally be the
Contractor’s option, provided the specified densities are attained. Unless the RPR has approved
otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is
less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in
checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks.
B. HMA Compaction – Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of
the theoretical maximum density. At the RPR’s discretion, the RPR may evaluate the HMA pavement for
low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price
Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent
of the theoretical maximum density.
C. Vacant
D. HMA Nonstatistical Compaction
D1. HMA Nonstatistical Compaction – Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing
performed by the Contracting Agency dividing the project into compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be tested for
acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula
placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons,
whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800
tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T738.
The sublot locations within each density lot will be determined by the RPR. For a lot in progress with a
CPF less than 0.75, a new lot will begin at the Contractor’s request after the RPR is satisfied that material
conforming to the Specifications can be produced.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 15 of 23 APRIL 2025 | #35022.008.02
HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than
those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The
test point evaluation shall be performed in accordance with instructions from the RPR. The number of
passes with an approved compaction train, required to attain the maximum test point density, shall be
used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be
compacted with a pneumatic tire roller unless otherwise approved by the RPR.
D2. HMA Compaction Nonstatistical Evaluation — Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the RPR from within
each sublot, with one test per sublot.
D3. HMA Nonstatistical Compaction — Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92
percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no
further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference
maximum density, the lot shall be evaluated in accordance with WSDOT Standard Specification Section
1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a
calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than
0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing
by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum
of three tests for evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be
determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The
Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the
compaction control lot in tons, and the unit Contract price per ton of mix.
405-3.11 Reject Work
A. Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor
may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of
such alternative proposals will be determined at the sole discretion of the RPR. HMA that has been
rejected is subject to the requirements in WSDOT Standard Specification Section 1-06.2(2) and this
specification, and the Contractor shall submit a corrective action proposal to the RPR for approval.
B. Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace it with new
material. Any such new material will be sampled, tested, and evaluated for acceptance.
C. Rejection Without Testing (Mixture or Compaction)
The RPR may, without sampling, reject any batch, load, or section of Roadway that appears defective.
Material rejected before placement shall not be incorporated into the pavement. Any rejected section of
Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless the Contractor
requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a
minimum of three representative samples will be obtained and tested. Acceptance of rejected material will
be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected
material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of
sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost
of sampling and testing will be borne by the Contracting Agency. If the material is rejected before
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 16 of 23 APRIL 2025 | #35022.008.02
placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a
CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75,
compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the
unit Contract price added for the cost of removal and disposal.
D. Rejection - A Partial Sublot
In addition to the random acceptance sampling and testing, the RPR may also isolate from a normal
sublot any material that is suspected of being defective in relative density, gradation or asphalt binder
content. Such isolated material will not include an original sample location. A minimum of three random
samples of the suspect material will be obtained and tested. The material will then be statistically
evaluated as an independent lot in accordance with Section 1-06.2(2).
E. Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a
minimum of two additional random samples from this sublot will be obtained. These additional samples
and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2).
F. Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until such time as the
RPR is satisfied that material conforming to the Specifications can be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the
Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the
Contractor is taking no corrective action, or
3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75.
G. Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
405-3.12 Joints
A. HMA Joints
A1. Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous
operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the
roller may pass over the unprotected end of the freshly laid mixture only when the placement of the
course must be discontinued for such a length of time that the mixture will cool below compaction
temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a
slightly beveled edge for the full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a
result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from
the permanent HMA by strips of heavy wrapping paper or other methods approved by the RPR. The
wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of
the course prior to resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping
irons shall be used to seal the joint.
All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth.
All transverse (butt) joints shall be sealed after paving. See Section 405.3-17 for requirements.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 17 of 23 APRIL 2025 | #35022.008.02
A2. Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below by not more
than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be
located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed
along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the RPR.
The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more
than of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped
portion of the HMA notched wedge joint shall be uniformly compacted.
B. Bridge Paving Joint Seals
B1. HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge
paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and
where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional
for use in aligning the sawcut after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown
in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan.
Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application
procedure.
B2. Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in Section 405-3.12,
Part B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with WSDOT
Standard Specification Section 5-01.3(8) and the details shown in the Standard Plans.
405-3.13 Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade,
and free from defects of all kinds. The completed surface of the wearing course shall not vary more than
1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The
transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet
from the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place in the HMA, the
pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the RPR.
Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable
tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and deviations
resulting from a high place where corrective action, in the opinion of the RPR, will not produce
satisfactory results will be accepted with a price adjustment. The RPR shall deduct from monies due or
that may become due to the Contractor the sum of $500.00 for each and every section of single traffic
lane 100 feet in length in which any excessive deviations described above are found.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 18 of 23 APRIL 2025 | #35022.008.02
When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the
utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be
waived when requested by the Contractor, at the discretion of the RPR or when the adjustment details
provided in the project plan or specifications call for utility appurtenance adjustments after the completion
of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3).
Submit a written request to waive this requirement to the RPR prior to the start of paving.
405-3.14 Planing (Milling) Bituminous Pavement
The planning plan must be approved by the RPR and a pre planning meeting must be held prior to the
start of any planing. See Section 405.3-14, Paragraph B2 for information on planning submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must remove existing
surfacing material and to reshape the surface to remove irregularities. The finished product must be a
prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer
on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface
which is to remain. The finished planed surface must be slightly grooved or roughened and must be free
from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the
surface by the Contractor’s planing equipment, using an RPR approved method.
Repair or replace any metal castings and other surface improvements damaged by planing, as determined
by the RPR.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or
directed by the RPR, patched and preleveled.
The RPR may direct additional depth planing. Before performing this additional depth planing, the
Contractor must conduct a hidden metal in pavement detection survey as specified in Section 405.3-14,
Paragraph A.
A. Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by the RPR, the
Contractor must conduct a physical survey of existing pavement to be planed with equipment that can
identify hidden metal objects.
Should such metal be identified, promptly notify the RPR.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in
pavement.
The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure
to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the RPR of any
hidden metal that is detected.
B. Paving and Planing Under Traffic
B1. General
In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and
unless the Contract specifies otherwise or the RPR approves, the Contractor must comply with the
following:
1. Intersections:
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 19 of 23 APRIL 2025 | #35022.008.02
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to the
minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions thereof
that allows the traffic volumes and schedule of traffic volumes required in the approved
traffic control plan. Schedule work so that adjacent intersections are not impacted at the
same time and comply with the traffic control restrictions required by the Traffic RPR.
Each individual intersection closure or partial closure, must be addressed in the traffic
control plan, which must be submitted to and accepted by the RPR, see Section 1-
10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection, or half
or more of an intersection with side street detours. Be prepared to sequence the work to
individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley service is
impacted, keep such closure to the minimum time required to place and compact the
HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a number of
Working Days advance notice as determined by the RPR, to alert traffic and emergency
services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic
is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been
obtained from the RPR.
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and
maintaining temporary pavement marking must comply with Item P-625.
3. Permanent pavement marking must comply with Item P-625.
B2. Submittals — Pinning Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the RPR at least 5
Working Days in advance of each operation’s activity start date. These plans must show how the moving
operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-
paving briefing. When requested by the RPR, the Contractor must provide each operation’s traffic control
plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and
sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on
the Shop Drawings is 1 inch = 20 feet, which may be changed if the RPR agrees sufficient detail is
shown.
The planing operation and the paving operation include, but are not limited to, metal detection, removal
of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains,
rolling, scheduling, and as may be discussed at the briefing.
When intersections will be partially or totally blocked, provide adequately sized and noticeable signage
alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must
show where police officers will be stationed when signalization is or may be, countermanded, and show
areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic
control as it relates to the specific requirements of that day’s planing and paving. Briefly describe
the sequencing of traffic control consistent with the proposed planing and paving sequence, and
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 20 of 23 APRIL 2025 | #35022.008.02
scheduling of placement of temporary pavement markings and channelizing devices after each
day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas,
including return routes. Describe the complete round trip as it relates to the sequencing of paving
operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and
intended area of planing and of paving for each day’s work, must include the directions of
proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped
lane paving, intersection planing and paving scheduling and sequencing, and proposed
notifications and coordinations to be timely made. The plan must show HMA joints relative to the
final pavement marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
B3. Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled
by the RPR for future paving and planing operations to ensure the Contractor has adequately prepared for
notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that
day’s operations as they relate to other entities and to public safety and convenience, including driveway
and business access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other contractors who may be
operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and
Subcontractors that may be part of that day’s operations, must meet with the RPR and discuss the
proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control
plan, and public convenience and safety. Such discussion includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and signalization
for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations, as applicable,
as it relates to traffic control, to public convenience and safety, and to other con-tractors who
may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities and the
public as necessary.
e. Description of the sequencing of installation and types of temporary pavement markings as it
relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary pavement
patch material around exposed castings and as may be needed.
g. Description of procedures and equipment to identify hidden metal in the pavement, such as
survey monumentation, monitoring wells, street car rail, and castings, before planning, see
Section 5-04.3(14)B2.
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 21 of 23 APRIL 2025 | #35022.008.02
h. Description of how flaggers will be coordinated with the planing, paving, and related
operations.
i. Description of sequencing of traffic controls for the process of rigid pavement base repairs.
j. Other items the RPR deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more pieces of
equipment than personnel are proposed, describe the sequencing of the personnel operating
the types of equipment. Discuss the continuance of operator personnel for each type
equipment as it relates to meeting Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure
different JMFs are distinguished, how pavers and MTVs are distinguished if more than one
JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does
not adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as equipment breakdown, rain
out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other sampling and
testing.
405-3.15 Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3.
Unless otherwise approved by the RPR, apply the fog seal prior to opening to traffic.
405-3.16 HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked by the RPR.
The Work shall be performed in accordance with Section 5-04.
405-3.17 Construction Joint Sealing
Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days
after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified
asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding.
This work is considered incidental to the bid item “2-In HMA CL. 1/2 In. PG 58H-22 for Overlay”.
405-3.18 Incidental Uses for HMA
Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as
directed by the RPR. Incidental uses for HMA shall be measured and paid under the “2-In HMA CL. 1/2
In. PG 58H-22 for Overlay” bid item for the overlay related HMA.
405-3.19 Temporary Pavement Marking
The furnishing and installing of temporary pavement marking shall be as described in WSDOT Standard
Specification Section 8-23. Should the RPR direct the Contractor to provide temporary pavement
marking, it shall be short duration. This work is considered incidental to the bid item “Temporary Traffic
Control”.
405-3.20 Temporary Restoration in Pavement Area
A. Description
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 22 of 23 APRIL 2025 | #35022.008.02
Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas.
Temporary pavement shall be placed around trench plates or others devices used to cover construction
activities in a manner that provides a smooth and safe transition between surfaces.
B. Materials
The asphalt pavement for temporary patches shall be 2” of a hot mix or cold mix asphalt composition
determined by the Contractor to provide a product suitable for the intended application. The Contractor
shall not use materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
C. Construction Requirements
The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the
governing road agency and the RPR until said patch is replaced with permanent hot patch. The completed
pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities.
The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar
days.
The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide
a flat transition between existing pavement areas.
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be
used as permanent asphalt pavement or subgrade material.
METHOD OF MEASUREMENT
405-4.1 Hot mix asphalt (HMA) CL. 1/2 In. PG 58H-22 for final trench patch and commercial HMA for
temporary trench patch (2-in min.) will be measured by the ton in accordance with WSDOT Standard
Specification Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral
filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as
allowed by Section 405-3.11, the material removed will not be measured.
405-4.2 2-In Hot mix asphalt (HMA) CL. 1/2 In. PG 58H-22 for overlay will be measured by the ton in
accordance with WSDOT Standard Specification 1-09.2.
405-4.3 Crushed surfacing top course (CSTC) will be measured by the ton.
BASIS OF PAYMENT
405-5.1 Payment for HMA Cl. 1/2 In. PG 58H-22 for final trench patch shall be full compensation for all
labor, equipment and materials including removal of temporary pavement patching, sawcutting and
preparing clean edges, compacting and leveling base, tack coat, furnishing, placing, leveling, and
compacting HMA and transitions into existing pavement, furnishing, placing and forming the asphalt
berm as shown on the Plans, sealing all joints, and any other items necessary to accomplish the work or
permanent trench patching. Payment will only be made for tickets supplied on the same day as the work
performed. Payment will be limited to the maximum trench widths shown on the Plans, damage beyond
these limits by Contractor’s operation will not be eligible for payment.
405-5.2 Payment for commercial HMA for temporary trench patch (2-in. min) shall be full compensation
for all labor, equipment and materials including temporary pavement patching, tack coat, furnishing,
placing, leveling, and compacting HMA and transitions into existing pavement, and any other items
CENTURY WEST ENGINEERING P-405 Water Main Hot Mix Asphalt (HMA) Pavement - 23 of 23 APRIL 2025 | #35022.008.02
necessary to accomplish the work. Payment will only be made for tickets supplied on the same day as the
work performed. Contractor is responsible for maintaining a smooth and rut free temporary patch from
the time of placement to final paving. No separate payment will be made for temporary paving the same
area multiple times due to defective temporary patch placement.
405-5.3 Payment for 2-In HMA CL. 1/2 In. PG 58H-22 for Overlay shall be full compensation for all
labor, equipment and materials, tack coat, furnishing, placing, leveling, and compacting HMA and
transitions into existing pavement, and any other items necessary to accomplish the work. Payment will
only be made for tickets supplied on the same day as the work performed.
405-5.4 Payment for crushed surfacing top course shall be considered full compensation, including all
labor, equipment, and materials for hauling, placing, compacting, testing, and complete installation.
Payment will be made under:
Item P-405-5.1 HMA CL. 1/2 In. PG 58H-22 for Final Trench Patch – per ton
Item P-405-5.2 Commercial HMA for Temporary Trench Patch (2-In Min.) – per ton
Item P-405-5.3 2-In HMA CL. 1/2 In. PG 58H-22 for Overlay – per ton
Item P-405-5.4 Crushed Surfacing Top 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
END ITEM P-405
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-502 Cement Concrete Sidewalks - 1 of 2 APRIL 2025 | #35022.008.02
Item P-502 Cement Concrete Sidewalks
DESCRIPTION
502-1.1 This work consists of constructing cement concrete sidewalks in accordance with details shown
in the plans or where designated by the RPR in accordance with 2025 WSDOT Standard Specification
Section 8-14, and as modified herein, in conformity to lines and grades at the locations shown in the plans
or as established by the RPR.
MATERIALS
502-2.1 Materials shall be per the requirements of Item P-610.
CONSTRUCTION METHODS
502-2.1 Construction requirements shall be per WSDOT Standard Specification 8-14.3, except as
modified herein:
8-14.3(3) Curing
Section 8-04.3 is supplemented with the following:
(******)
The curing materials and procedures outlined in WSDOT Standard Specification 5-
05.3(13) shall prevail, except white pigmented curing compound shall not be used on
sidewalks. The curing agent shall be applied immediately after brushing and be maintained
for a period of 5 days.
The Contractor shall have readily available sufficient protective coverings, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and
vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as
the RPR may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the
newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or
unsightly concrete shall be removed and replaced at the expense of the Contractor.
8-14.3(7) Cold Weather Work
Section 8-14.3(6) is a new sub-section:
(******)
The following additional requirements for placing concrete shall be in effect from
November 1 to April 1:
CENTURY WEST ENGINEERING P-502 Cement Concrete Sidewalks - 2 of 2 APRIL 2025 | #35022.008.02
· The RPR shall be notified at least 24 hours prior to placement of concrete.
· All concrete placement shall be completed no later than 2:00pm each day.
Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be
placed until the ground is completely thawed. At the time, the forms shall be adjusted and subgrade
repaired as determined by the RPR.
METHOD OF MEASUREMENT
502-4.1 Cement concrete sidewalks will be measured by the square yard of finished surface and will not
include the surface area of the curb ramps.
BASIS OF PAYMENT
502-5.1 Payment will be made at the contract unit price per square yard of cement conc. sidewalk.
Payment will be made under:
Item P-502-5.1 Cement Conc. Sidewalk – per square 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
END ITEM P-502
CENTURY WEST ENGINEERING P-503 Curbs and Gutters - 1 of 2 APRIL 2025 | #35022.008.02
Item P-503 Curbs and Gutters
DESCRIPTION
503-1.1 This work consists of the construction of cement concrete curbs, curbs and gutters, and gutters, of
the kind and design specified, at the locations shown in the plans or where designated by the RPR in
accordance with 2025 WSDOT Standard Specification Section 8-04, and as modified herein.
This work shall also consist of constructing cement concrete curbs with the sidewalk in accordance with
these specifications and in conformity with the dimensions and cross-sections shown in the plans and to the
lines and grades as staked.
MATERIALS
503-2.1 Materials shall be per the requirements of Item P-610.
CONSTRUCTION METHODS
503-3.1 Construction requirements shall be per WSDOT Standard Specification 8-04.3, except as
modified herein:
8-04.3 Construction Requirements
Section 8-04.3 is supplemented with the following:
(******)
The sub-base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per WSDOT Standard Section 2-03.3(14)D revised,
before placing the curb and gutter.
White-pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
METHOD OF MEASUREMENT
503-4.1 All curbs and gutters will be measured by the linear foot along the line and slope of the
completed curbs or gutters, including bends. Measurement of cement concrete curb and cement concrete
curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the
driveway or sidewalk ramp.
BASIS OF PAYMENT
503-5.1 Payment will be made at the contract unit price per linear foot of cement conc. curb and gutter.
CENTURY WEST ENGINEERING P-503 Curbs and Gutters - 2 of 2 APRIL 2025 | #35022.008.02
503-5.2 Payment will be made at the contract unit price per linear foot of cement conc. gutter.
Payment will be made under:
Item P-503-5.1 Cement Conc. Curb and Gutter – per linear foot.
Item P-503-5.2 Cement Conc. Gutter – 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
END ITEM P-503
CENTURY WEST ENGINEERING P-603 Emulsified Asphalt Tack Coat - 1 of 3 APRIL 2025 | #35022.008.02
Item P-603 Emulsified Asphalt Tack Coat
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 (10°C) or above; the temperature has not been below 35°F (2°C) for the
12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements
may be waived when directed by the 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 (13 km per hour) or seven hundred (700) feet per minute (213 m 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 (3.7-m) 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.
CENTURY WEST ENGINEERING P-603 Emulsified Asphalt Tack Coat - 2 of 3 APRIL 2025 | #35022.008.02
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
(L/square meter)
Emulsion Application Bar Rate, gal/SY
(L/square meter)
New asphalt 0.02-0.05 (0.09-0.23) 0.03-0.07 (0.13-0.32)
Existing asphalt 0.04-0.07 (0.18-0.32) 0.06-0.11 (0.27-0.50)
Milled Surface 0.04-0.08 (0.18-0.36) 0.06-0.12 (0.27-0.54)
Concrete 0.03-0.05 (0.13-0.23) 0.05-0.08 (0.23-0.36)
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 ton. Volume shall be
corrected to the volume at 60°F (16°C) 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.
CENTURY WEST ENGINEERING P-603 Emulsified Asphalt Tack Coat - 3 of 3 APRIL 2025 | #35022.008.02
BASIS OF PAYMENT
603.5-1 Payment shall be made at the contract unit price per ton 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 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 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
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-605 Joint Sealants for Pavements - 1 of 4 APRIL 2025| #35022.008.02
Item P-605 Joint Sealants for Pavements
DESCRIPTION
605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material
capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks
in existing pavement.
MATERIALS
605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D6690.
Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer’s original sealed
container. Each container shall be marked with the manufacturer’s name, batch or lot number, the safe
heating temperature, and shall be accompanied by the manufacturer’s certification stating that the sealant
meets the requirements of this specification.
605-2.2 Backer rod. The material furnished shall be a compressible, non-shrinking, non-staining,
non-absorbing material that is non-reactive with the joint sealant in accordance with ASTM
D5249. The backer-rod material shall be 25% ± 5 % larger in diameter than the nominal width of
the joint. For installation of light cans, backup materials shall not be used between Items P-605
and P-606. Can installation shall be per advisory circular (AC) 150/5340-30.
605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, non-
shrinkable, non-absorbing, non-staining, and non-reacting adhesive-backed tape. The material shall have
a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when
tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch (3 mm)
wider than the nominal width of the joint and shall not bond to the joint sealant.
For installation of light cans, backup materials shall not be used between Items P-605 and P-606. Can
installation shall be per advisory circular (AC) 150/5340-30.
CONSTRUCTION METHODS
605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as
feasible and before the pavement is opened to traffic, including construction equipment. The pavement
temperature shall be 50°F (10°C) and rising at the time of application of the poured joint sealing material.
Do not apply sealant if moisture is observed in the joint.
When used in conjunction with Item P-606, such as light can installation, Item P-605 shall not be applied
until the P-606 has fully cured.
If the pavement must be opened to traffic prior to placement of the sealant, the Contractor shall
temporarily fill the joint with a jute or nylon rope immediately after the joint is sawed. The rope should be
slightly larger than the joint and should be forced into the joint so that the top of the rope is 1/8 inch (3
mm) below the pavement surface. The rope shall be removed immediately prior to cleaning.
605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by
this section shall be approved before the work is started and maintained in satisfactory condition at all
CENTURY WEST ENGINEERING P-605 Joint Sealants for Pavements - 2 of 4 APRIL 2025| #35022.008.02
times. Submit a list of proposed equipment to be used in performance of construction work including
descriptive data, 14 days prior to use on the project.
a. Tractor-mounted routing tool. Provide a routing tool, used for removing old sealant from the
joints, of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the
joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as
required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand-operated
spindle routing devices may be used to clean and enlarge random cracks.
b. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw
blades, for cutting joints to the depths and widths specified.
c. Sandblasting equipment. Sandblasting is not allowed.
d. Waterblasting equipment. The Contractor must demonstrate waterblasting equipment including
the pumps, hose, guide and nozzle size, under job conditions, before approval in accordance with
paragraph 605-3.3. The Contractor shall demonstrate, in the presence of the RPR, that the method cleans
the joint and does not damage the joint.
e. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack
and repairing or cleaning the crack faces. Hand tools should be carefully evaluated for potential spalling
effects prior to approval for use.
f. Hot-poured sealing equipment. The unit applicators used for heating and installing ASTM
D6690 joint sealant materials shall be mobile and shall be equipped with a double-boiler, agitator-
type kettle with an oil medium in the outer space for heat transfer; a direct-connected pressure-
type extruding device with a nozzle shaped for inserting in the joint to be filled; positive
temperature devices for controlling the temperature of the transfer oil and sealant; and a recording
type thermometer for indicating the temperature of the sealant. The applicator unit shall be
designed so that the sealant will circulate through the delivery hose and return to the inner kettle
when not in use.
605-3.3 Preparation of joints. Pavement joints for application of material in this specification must be
dry, clean of all scale, dirt, dust, curing compound, and other foreign matter. The Contractor shall
demonstrate, in the presence of the RPR, that the method cleans the joint and does not damage the joint.
a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately
after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by
flushing with a jet of water, and by use of other tools as necessary.
b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining
laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material
from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by tractor-
mounted routing equipment, concrete saw, or waterblaster as specified in paragraph 605-3.2. The newly
exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch (12 mm) from
the joint edge shall be cleaned. After final cleaning and immediately prior to sealing, blow out the joints
with compressed air and leave them completely free of debris and water. The joint faces shall be surface
dry when the seal is applied.
c. Backer Rod. When the joint opening is of a greater depth than indicated for the sealant depth, plug
or seal off the lower portion of the joint opening using a backer rod in accordance with paragraph 605-2.2
to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backer rod is
placed at the specified depth and is not stretched or twisted during installation.
d. Bond-breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint
opening does not allow for the use of a backup material, insert a bond-separating tape breaker in
CENTURY WEST ENGINEERING P-605 Joint Sealants for Pavements - 3 of 4 APRIL 2025| #35022.008.02
accordance with paragraph 605-2.3 to prevent incompatibility with the filler materials and three-sided
adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up
into the new sealant.
605-3.4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, and
preparation, and shall be approved by the RPR before sealing is allowed. Sealants shall be installed in
accordance with the following requirements:
Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a
final cleaning with compressed air. Fill the joints from the bottom up to 1/8 inch ±1/16 inch below the
top of pavement surface; or bottom of groove for grooved pavement. Remove and discard excess or
spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent
the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to
install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by
the RPR. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in
accordance with the manufacturer’s instructions. Check the joints frequently to ensure that the newly
installed sealant is cured to a tack-free condition within the time specified.
605-3.5 Inspection. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding
to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids.
Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall
be removed from the joint, wasted, and replaced as specified at no additional cost to the airport.
605-3.6 Clean-up. Upon completion of the project, remove all unused materials from the site and leave
the pavement in a clean condition.
METHOD OF MEASUREMENT
605-4.1 Joint sealing material shall be considered incidental and no separate measurement shall be made.
BASIS OF PAYMENT
605-5.1 Joint sealing material shall be considered incidental and no separate payment shall be made. This
includes furnishing all materials, for all preparation, delivering, and placing of these materials, and for all
labor, equipment, tools, and incidentals necessary to complete the item.
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 D789 Standard Test Method for Determination of Relative Viscosity of
Polyamide (PA)
ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot-
Applied Joint Sealants in Portland-Cement Concrete and Asphalt Joints
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for
Concrete and Asphalt
CENTURY WEST ENGINEERING P-605 Joint Sealants for Pavements - 4 of 4 APRIL 2025| #35022.008.02
Advisory Circulars (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
END ITEM P-605
CENTURY WEST ENGINEERING P-606 Adhesive Compounds,
Two-Component for Sealing Wire and Lights in Pavement - 1 of 4 APRIL 2025 | #35022.008.02
Item P-606 Adhesive Compounds, Two-Component for Sealing Wire and Lights in
Pavement
DESCRIPTION
606-1.1 This specification covers two types of material; a liquid suitable for sealing electrical wire in saw
cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding
light fixtures in the pavement. Both types of material are two-component filled formulas with the
characteristics specified in paragraph 606-2.4. Materials supplied for use with asphalt and/or concrete
pavements must be formulated so they are compatible with the asphalt and/or concrete.
MATERIALS
606-2.1 Curing. When pre-warmed to 77°F (25°C), mixed, and placed in accordance with manufacturer’s
directions, the materials shall cure at temperatures of 45°F (7°C) or above without the application of
external heat.
606-2.2 Storage. The adhesive components shall not be stored at temperatures over 86°F (30°C), unless
otherwise specified by the manufacturer.
606-2.3 Caution. Installation and use shall be in accordance with the manufacturer’s recommended
procedures. Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and flush
with water. If taken internally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well -
ventilated areas. Keep in cool place. Keep away from children.
606-2.4 Characteristics. When mixed and cured in accordance with the manufacturer’s directions, the
materials shall have the following properties shown in Table 1.
Table 1. Property Requirements
Physical or Electrical Property Minimum Maximum ASTM Method
Tensile
Portland cement concrete 1,000 psi
(70 kg/sq cm) D 638
Asphalt concrete 500 psi
(35 kg/sq cm)
Elongation
Portland cement concrete See note 1 D 638
Asphalt concrete 50% D 638
Coef. of cub. exp.
cu. cm/cu. cm/°C 0.00090 0.00120 D 1168
Coef. of lin. exp.
cm/cm/°C 0.000030 0.000040 D 1168
Dielectric strength, short time test 350 volts/mil. D 149
Arc resistance 125 sec
Pull-off
Adhesion to steel 1,000 psi
(70 kg/sq cm)
Adhesion to Portland cement concrete 200 psi
CENTURY WEST ENGINEERING P-606 Adhesive Compounds,
Two-Component for Sealing Wire and Lights in Pavement - 2 of 4 APRIL 2025 | #35022.008.02
Physical or Electrical Property Minimum Maximum ASTM Method
(14 kg/sq cm)
Adhesion to asphalt concrete No test available.
Adhesion to aluminum 250 psi
1 20% or more (without filler) for formulations to be supplied for areas subject to freezing.
SAMPLING, INSPECTION, AND TEST PROCEDURES
606-3.1 Tensile properties. Tests for tensile strength and elongation shall be conducted in accordance
with ASTM D638.
606-3.2 Expansion. Tests for coefficients of linear and cubical expansion shall be conducted in
accordance with, Method B, except that mercury shall be used instead of glycerine. The test specimen
shall be mixed in the proportions specified by the manufacturer, and cured in a glass tub approximately 2
inch (50 mm) long by 3/8 inch (9 mm) in diameter. The interior of the tube shall be precoated with a
silicone mold release agent. The hardened sample shall be removed from the tube and aged at room
temperature for one (1) week before conducting the test. The test temperature range shall be from 35°F
(2°C) to 140°F (60°C).
606-3.3 Test for dielectric strength. Test for dielectric strength shall be conducted in accordance with
ASTM D149 for sealing compounds to be furnished for sealing electrical wires in pavement.
606-3.4 Test for arc resistance. Test for arc resistance shall be conducted for sealing compounds to be
furnished for sealing electrical wires in pavement.
606-3.5 Test for adhesion to steel. The ends of two smooth, clean, steel specimens of convenient size
(1 inch by 1 inch by 6 inch) (25 mm by 25 mm by 150 mm) would be satisfactory when bonded together
with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation
requirements and then tested to failure on a Riehle (or similar) tensile tester. The thickness of adhesive to
be tested shall be 1/4 inch (6 mm).
606-3.6 Adhesion to Portland cement concrete
a. Concrete test block preparation. The aggregate grading shall be as shown in Table 2.
The coarse aggregate shall consist of crushed rock having a minimum of 75% of the particles
with at least one fractured face and having a water absorption of not more than 1.5%. The fine
aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse
aggregate. The concrete shall have a water-cement ratio of 5.5 gallons (21 liters) of water per bag
of cement, a cement factor of 6, ±0.5, bags of cement per cubic yard (0.76 cubic meter) of
concrete, and a slump of 2-1/2 inch (60 mm), ±1/2 inch (60 mm ±12 mm). The ratio of fine
aggregate to total aggregate shall be approximately 40% by solid volume. The air content shall be
5.0%, ±0.5%, and it shall be obtained by the addition to the batch of an air-entraining admixture
such as Vinsol® resin. The mold shall be of metal and shall be provided with a metal base plate.
Means shall be provided for securing the base plate to the mold. The assembled mold and base
plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of
the mold shall be such that several one inch (25 mm) by 2-inch (75 mm) by 3-inch (25 mm by 50
mm by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond
blade. The concrete shall be prepared and cured in accordance with ASTM C192.
CENTURY WEST ENGINEERING P-606 Adhesive Compounds,
Two-Component for Sealing Wire and Lights in Pavement - 3 of 4 APRIL 2025 | #35022.008.02
Table 2. Aggregate for Bond Test Blocks
Type Sieve Size Percent Passing
Coarse Aggregate 3/4 inch (19.0 mm) 97 to 100
1/2 inch (12.5 mm) 63 to 69
3/8 inch (9.5 mm) 30 to 36
No. 4 (4.75 mm) 0 to 3
Fine Aggregate No. 4 (4.75 mm) 100
No. 8 (2.36 mm) 82 to 88
No. 16 (1.18 mm) 60 to 70
No. 30 (600 μm) 40 to 50
No. 50 (300 μm) 16 to 26
No. 100 (150 μm) 5 to 9
b. Bond test. Prior to use, oven-dry the test blocks to constant weight at a temperature of 220°F to 230°F
(104°C to 110°C), cool to room temperature, 73.4°F ±3°F (23°C ±1.6°C), in a desiccator, and clean the
surface of the blocks of film or powder by vigorous brushing with a stiff-bristled fiber brush. Two test
blocks shall be bonded together on the one inch by 3 inch (25 mm by 75 mm) sawed face with the
adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation
requirements and then tested to failure in a Riehle (or similar) tensile tester. The thickness of the adhesive
to be tested shall be 1/4 inch (6 mm).
606-3.7 Compatibility with asphalt mix. Test for compatibility with asphalt in accordance with ASTM
D5329.
606-3.8 Adhesive compounds - Contractor’s responsibility. The Contractor shall furnish the vendor’s
certified test reports for each batch of material delivered to the project. The report shall certify that the
material meets specification requirements and is suitable for use with asphalt concrete pavements. The
report shall be provided to and accepted by the Resident Project Representative (RPR) before use of the
material. In addition, the Contractor shall obtain a statement from the supplier or manufacturer that
guarantees the material for one year. The supplier or manufacturer shall furnish evidence that the material
has performed satisfactorily on other projects.
606-3.9 Application. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other
loose particles. The method of mixing and application shall be in strict accordance with the
manufacturer’s recommendations. When used with Item P-605, such as light can installation, Item P-605
shall not be applied until the Item P-606 has fully cured.
METHOD OF MEASUREMENT
606-4.1 The adhesive compound shall be incidental to the installation of new light can or light can
extension. When required in the installation of an in-runway lighting system or portion thereof, no
measurement will be made for direct payment of adhesive, as the cost of furnishing and installing shall be
considered as a subsidiary obligation in the completion of the installation.
BASIS OF PAYMENT
606-5.1 No separate payment shall be made.
CENTURY WEST ENGINEERING P-606 Adhesive Compounds,
Two-Component for Sealing Wire and Lights in Pavement - 4 of 4 APRIL 2025 | #35022.008.02
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 C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory
ASTM D149 Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid
Electrical Insulating Materials at Commercial Power Frequencies
ASTM D638 Standard Test Method for Tensile Properties of Plastics
ASTM D5329 Standard Test Methods for Sealants and Fillers, Hot-applied, for Joints and Cracks in
Asphaltic and Portland Cement Concrete Pavements
END OF ITEM P-606
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 1 of 12 APRIL 2025 | #35022.008.02
Item P-610 Concrete for Miscellaneous Structures
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 for all cast-in-place
concrete, unless otherwise specified.
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 ASTM C1260. Test results shall be
submitted to the RPR. The aggregate shall be considered innocuous if the expansion of test specimens,
tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the
expansion either or both test specimen is greater than 0.08% at 14 days, but less than 0.20%, a minimum
of 25% of Type F fly ash, or between 40% and 55% of slag cement shall be used in the concrete mix. If
expansion of either the coarse or fine aggregate exceeds 0.08% at 14 days, limit the alkali of the concrete
to be less than or equal to 3.0 lb per cubic yard, calculated in accordance with EB 106.
If the expansion is greater than 0.20% 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 ASTM C33
and the requirements of Table 4, Class Designation 5S; and the grading requirements shown below, as
required for the project.
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 2 of 12 APRIL 2025 | #35022.008.02
Coarse Aggregate Grading Requirements
Maximum Aggregate Size ASTM C33, Table 3 Grading
Requirements (Size No.)
1 1/2 inch (37.5 mm) 467 or
4 and 67
1 inch (25 mm) 57
¾ inch (19 mm) 67
½ inch (12.5 mm) 7
610-2.2.1 Coarse Aggregate susceptibility to durability (D) cracking.
Coarse aggregate may only be accepted from sources that have a 20-year service history for the same
gradation to be supplied with no history of D-Cracking. Aggregates that do not have a 20-year record of
service free from major repairs (less than 5% of slabs replaced) in similar conditions without D-cracking
shall not be used unless the material currently being produced has a durability factor greater than or equal
to 95 per ASTM C666. The Contractor shall submit a current certification and test results to verify the
aggregate acceptability. Test results will only be accepted from a State Department of Transportation
(DOT) materials laboratory or an accredited laboratory. Certification and test results which are not dated
or which are over one (1) year old or which are for different gradations will not be accepted.
Crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are
considered to meet the D-cracking test requirements but must meet all other quality tests specified.
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 or II; or ASTM
C595, Types IS, IP, IL, or IT.
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 55% 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.
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 3 of 12 APRIL 2025 | #35022.008.02
a. Air-entraining admixtures. Air-entraining admixtures shall meet the requirements of ASTM
C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-
entrainment agent and any water reducer admixture shall be compatible.
b. Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM
C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM
C1017 flowable admixtures shall not be used.
c. Other chemical admixtures. The use of set retarding, and set-accelerating admixtures shall be
approved by the 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 material for expansion joints shall meet the
requirements of ASTM D1751.
610-2.9 Joint filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise
specified.
610-2.10 Steel reinforcement. Reinforcing shall be as shown on the plans and as specified below.
a. Dowel Bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free
from burring or other deformation restricting slippage in the concrete. Before delivery to the construction
site each dowel bar shall be epoxy coated per ASTM A1078, Type 1, with a coating thickness after curing
greater than 10 mils. Patched ends are not required for Type 1 coated dowels. The dowels shall be coated
with a bond-breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout
retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the
grout hardens.
b. Tie Bars. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615.
Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring
bent bars.
610-2.11 Materials for curing concrete. Curing materials shall conform to one of the following:
Waterproof paper ASTM C171
Clear or white Polyethylene Sheeting ASTM C171
White-pigmented Liquid Membrane-Forming Compound, Type
2, Class B ASTM C309
610-2.12 Epoxy-resin. All epoxy-resin materials shall be two-component materials conforming to the
requirements of ASTM C881, Class as appropriate for each application temperature to be encountered,
except that in addition, the materials shall meet the following requirements:
a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3.
b. Material for use as patching materials for complete filling of spalls and other voids and for use in
preparing epoxy resin mortar shall be Type III, Grade as approved.
c. Material for use for injecting cracks shall be Type IV, Grade 1.
d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy
resin concrete or mortar to hardened concrete shall be Type V, Grade as approved.
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 4 of 12 APRIL 2025 | #35022.008.02
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 5000 psi in 28 days as
determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM
C39. The concrete shall contain not less than 470 pounds of cementitious material per cubic yard (280 kg
per cubic meter). 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 (100 mm) 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 (4°C) 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 (10°C) nor more than 100°F (38°C). The Contractor shall be
held responsible for any defective work, resulting from freezing or injury in any manner during placing
and curing, and shall replace such work at his expense.
Retempering of concrete by adding water or any other material 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. All reinforcement shall be accurately placed, as shown on the plans, and
shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections.
The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details
shall be supplied by the Contractor when required.
610-3.6 Embedded items. Before placing concrete, all embedded items shall be firmly and securely
fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or
any foreign matter. The concrete shall be spaded and consolidated around and against embedded items.
The embedding of wood shall not be allowed.
610-3.7 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.
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 5 of 12 APRIL 2025 | #35022.008.02
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 (1.5 m). Concrete shall be deposited as
nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject
concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free
from running water, or on a properly consolidated soil foundation.
610-3.9 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 and in accordance with these
requirements.
All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished
or edged as shown on the plans. Joints shall not vary more than 1/2-inch from their designated position
and shall be true to line with not more than 1/4-inch variation in 10 feet. The surface across the joints
shall be tested with a 12-foot straightedge as the joints are finished and any irregularities in excess of
1/4 inch shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or
cut to provide a groove of uniform width and depth as shown on the plans.
a. Construction. Longitudinal construction joints shall be slip-formed or formed against side forms
as shown in the plans.
Transverse construction joints shall be installed at the end of each day’s placing operations and at any
other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it
appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the
joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the
Contractor shall remove the excess concrete back to the previous planned joint.
b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the
plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the
top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the
concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be
finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish
shall be according to the manufacturer’s instructions. The groove shall be finished or cut clean so that
spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least
1/8 inch wide and to the depth shown on the plans.
c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded
filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the
joint. The filler shall be fastened uniformly along the hardened joint face with no buckling or debris
between the filler and the concrete interface, including a temporary filler for the sealant reservoir at the
top of the slab. The edges of the joint shall be finished and tooled while the concrete is still plastic
d. Dowels and Tie Bars for Joints
(1) Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie
bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals
shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of
the slab depth and within the tolerances in paragraph 610-3.10d(3). When tie bars extend into an unpaved
lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 6 of 12 APRIL 2025 | #35022.008.02
assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip-
form operations call for tie bars, two-piece hook bolts can be installed.
(2) Dowel bars. Dowel bars shall be placed across joints in the proper horizontal and vertical
alignment as shown on the plans. The dowels shall be coated with a bond-breaker or other lubricant
recommended by the manufacturer and approved by the RPR. Dowels bars at longitudinal construction
joints shall be bonded in drilled holes.
(3) Placing dowels and tie bars. Horizontal spacing of dowels shall be within a tolerance of
±3/4 inch. The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch. The
method used to install dowels shall ensure that the horizontal and vertical alignment will not be greater
than 1/4 inch per foot, except for those across the crown or other grade change joints. Dowels across
crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall
be checked perpendicular to the joint edge. The portion of each dowel intended to move within the
concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light
grease before the concrete is placed. Dowels shall be installed as specified in the following
subparagraphs.
Dowels and tie bars shall not be placed closer than 0.6 times the dowel bar or tie bar length to the
planned joint line. If the last regularly spaced longitudinal dowel and/or tie bar is closer than that
dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar and/or tie bar
length, but not closer than 6 inches to its nearest neighbor.
i. Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints
within the paving lane shall be held securely in place by means of rigid metal frames or basket assemblies
of an approved type. The basket assemblies shall be held securely in the proper location by means of
suitable pins or anchors. Do not cut or crimp the dowel basket tie wires.
At the Contractor’s option, dowels and tie bars in contraction joints may be installed by
insertion into the plastic concrete using equipment and procedures approved by the RPR.
ii. Construction joints. Install dowels and tie bars by the cast-in-place or the drill-and-dowel
method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie
bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the
proper horizontal and vertical position during placing and finishing operations, by means of devices
fastened to the forms.
iii. Joints in hardened concrete. Install dowels in hardened concrete by bonding the dowels
into holes drilled into the concrete. The concrete shall have cured for seven (7) days or reached a
minimum compressive strength of 3100 psi before drilling begins. Holes 1/8 inch greater in diameter than
the dowels shall be drilled into the hardened concrete using rotary-core drills. Rotary-percussion drills
may be used, provided that excessive spalling does not occur. Spalling beyond the limits of the grout
retention ring will require modification of the equipment and operation. Depth of dowel hole shall be
within a tolerance of ±1/2 inch of the dimension shown on the drawings. On completion of the drilling
operation, the dowel hole shall be blown out with oil-free, compressed air. Dowels shall be bonded in the
drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the
dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the
dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at
the collar of the hole by means of a suitable metal or plastic grout retention ring fitted around the dowel.
e. Sawing of joints. Sawing shall commence, without regard to day or night, as soon as the concrete
has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled
shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have
been sawn. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and
washing. Curing compound or system shall be reapplied in the initial saw-cut and maintained for the
remaining cure period.
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 7 of 12 APRIL 2025 | #35022.008.02
Joints shall be cut in locations as shown on the plans. The initial joint cut shall be a minimum
1/8 inch wide and to the depth shown on the plans. Prior to placement of joint sealant or seals, the top of
the joint shall be widened by sawing as shown 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 (4°C), 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 (30 ºC), follow
the hot weather concreting recommendations found in ACI 305R, Hot Weather Concreting.
610-3.15 Repair, removal, or replacement of slabs. New pavement slabs that are broken or contain
cracks or are otherwise defective or unacceptable as defined by acceptance criteria in paragraph 610-4.1b
shall be removed and replaced or repaired, as directed by the RPR, at the Contractor’s expense. Spalls
along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and
replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to
the paving lane and to each original transverse joint. The RPR will determine whether cracks extend full
depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking.
Such cores shall have a diameter of 2 inches (50 mm) to 4 inches (100 mm), shall be drilled by the
Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the
walls of the hole with a bonding agent, using approved procedures. Drilling of cores and refilling holes
shall be at no expense to the Owner. Repair of cracks as described in this section shall not be allowed if in
the opinion of the RPR the overall condition of the pavement indicates that such repair is unlikely to
achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel
that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch of the
pavement surface.
a. Shrinkage cracks. Shrinkage cracks which do not exceed one-third of the pavement depth shall be
cleaned and either high molecular weight methacrylate (HMWM) applied; or epoxy resin (Type IV,
Grade 1) pressure injected using procedures recommended by the manufacturer and approved by the
RPR. Sandblasting of the surface may be required following the application of HMWM to restore skid
resistance. Care shall be taken to ensure that the crack is not widened during epoxy resin injection. All
epoxy resin injection shall take place in the presence of the RPR. Shrinkage cracks which exceed one-
third the pavement depth shall be treated as full depth cracks in accordance with paragraphs 501-4.19b
and 501-19c.
b. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches
from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the
Owner, when there are any full depth cracks, or cracks greater than one-third the pavement depth, that
extend into the interior area.
c. Cracks close to and parallel to joints. All full-depth cracks within 6 inches either side of the joint
and essentially parallel to the original joints, shall be treated as follows.
(1) Full depth cracks and original joint not cracked. The full-depth crack shall be treated as
the new joint and the original joint filled with an epoxy resin.
i. Full-depth crack. The joint sealant reservoir for the crack shall be formed by sawing to a
depth of 3/4 inches, ±1/16 inch, and to a width of 5/8 inch, ±1/8 inch. The crack shall be sawed with
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 8 of 12 APRIL 2025 | #35022.008.02
equipment specially designed to follow random cracks. Any equipment or procedure which causes
raveling or spalling along the crack shall be modified or replaced to prevent raveling or spalling. The joint
shall be sealed with sealant in accordance with P-605 or as directed by the RPR.
ii. Original joint. If the original joint sealant reservoir has been sawed out, the reservoir and
as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly
tooled into the void using approved procedures.
If only the original narrow saw cut has been made, it shall be cleaned and pressure injected
with epoxy resin, Type IV, Grade 1, using approved procedures.
Where a parallel crack goes part way across paving lane and then intersects and follows the
original joint which is cracked only for the remainder of the width, it shall be treated as specified above
for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed.
(2) Full depth cracks and original joint cracked. If there is any place in the lane width where a
parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall
be removed and replaced.
d. Removal and replacement of full slabs. Make a full depth cut perpendicular to the slab surface
along all edges of the slab with a concrete saw cutting any dowels or tie-bars. Remove damaged slab
protecting adjacent pavement from damage. Damage to adjacent slabs may result in removal of
additional slabs as directed by the RPR at the Contractor’s expense.
The underlying material shall be repaired, re-compacted and shaped to grade.
Dowels of the size and spacing specified for other joints in similar pavement on the project shall be
installed along all four (4) edges of the new slab in accordance with paragraph 610-3.10d.
Placement of concrete shall be as specified for original construction. The joints around the new slab shall
be prepared and sealed as specified for original construction.
e. Spalls along joints.
(1) Spalls less than one inch wide and less than the depth of the joint sealant reservoir, shall be
filled with joint sealant material.
(2) Spalls larger than one inch and/or deeper than the joint reservoir, but less than ½ the slab
depth, and less than 25% of the length of the adjacent joint shall be repaired as follows:
i. Make a vertical saw cut at least one inch outside the spalled area and to a depth of at least
2 inches. Saw cuts shall be straight lines forming rectangular areas surrounding the spalled area.
ii. Remove unsound concrete and at least 1/2 inch of visually sound concrete between the saw
cut and the joint or crack with a light chipping hammer.
iii. Clean cavity with high-pressure water jets supplemented with compressed air as needed to
remove all loose material.
iv. Apply a prime coat of epoxy resin, Type III, Grade I, to the dry, cleaned surface of all
sides and bottom of the cavity, except any joint face.
v. Fill the cavity with low slump concrete or mortar or with epoxy resin concrete or mortar.
vi. An insert or other bond-breaking medium shall be used to prevent bond at all joint faces.
vii. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints,
or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer
specified for the joints.
(3) Spalls deeper than 1/2 of the slab depth or spalls longer than 25% of the adjacent joint require
replacement of the entire slab.
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 9 of 12 APRIL 2025 | #35022.008.02
QUALITY ASSURANCE (QA)
610-4.1 Quality Assurance sampling and testing.
a. Concrete Except for Transition Slabs. Concrete for each day’s placement will be accepted on the
basis of the compressive strength specified in paragraph 610-3.2. The Contractor’s lab shall 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 must meet the requirements
of ASTM C1077.
The Contractor shall provide adequate facilities for the initial curing of cylinders.
b. Concrete for Transition Slabs. Acceptance for concrete for transition slabs will be based on the
following characteristics of the completed pavement as described below:
· Strength
· Thickness
· Grade
· Adjustments for repairs
(1) Strength.
i. Sampling. Two samples per paving day or four samples total, whichever is greater, will be
taken from the concrete delivered to the job site. Sampling locations will be determined by the RPR in
accordance with random sampling procedures contained in ASTM D3665. The concrete will be sampled
by the Contractor in accordance with ASTM C172.
ii. Test Specimens. The Contractor’s lab shall be responsible for the casting, initial curing,
transportation, and curing of specimens in accordance with ASTM C31. Two (2) specimens will be made
from each sample and slump, air content, unit weight, and temperature tests will be conducted for each set
of strength specimens. Within 24 to 48 hours, the samples will be transported from the field to the
laboratory while in the molds. Samples will be cured in saturated lime water.
The strength of each specimen will be determined by the Contractor’s lab in accordance with
ASTM C39. The QA testing agency must meet the requirements of ASTM C1077. The strength for each
sample will be computed by averaging the results of the two test specimens representing that sample.
iii. Acceptance. If the average 28-day compressive strength of the samples taken equals or
exceeds the compressive strength defined in paragraph 610-3.2, the pavement will be acceptable. All
individual strength tests will be checked for outliers in accordance with ASTM E178, at a significance
level of 5%. Outliers will be discarded and the remaining test values will be used to determine
acceptance. If the pavement fails to meet strength acceptance criteria, the pavement shall be removed and
replaced at the Contractor’s expense. No partial payment will be made.
(2) Pavement thickness.
i. Testing. The thickness of the pavement will be determined by the RPR based on
measurements along the thickened edge. After paving is complete, four random points will be measured
by the RPR along the thickened edge. The thickness measured at the four points will be averaged to
establish the thickness of the pavement for acceptance.
ii. Acceptance. If the thickness of the pavement, as determined by the average of the four
random measurements, is not less than 1/2 inch from plan thickness, the pavement will be acceptable. If
the pavement fails to meet thickness acceptance criteria, it shall be removed and replaced at the
Contractor’s expense. No partial payment will be made.
(3) Grade. The final finished surface of the concrete pavement will not vary from the gradeline
elevations and cross-sections shown on the plans by more than 1/2 inch vertically or 0.1 feet laterally.
Measurements will be taken by the Contractor’s surveyor at appropriate gradelines (as a minimum at
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 10 of 12 APRIL 2025 | #35022.008.02
center and edges of paving lane) and longitudinal spacing as shown on cross-sections and plans. The
documentation, stamped and signed by a licensed surveyor, shall be submitted to the RPR in XML and
PDF format within 48 hours.
If the pavement does not meet grade for over 25% of the total area, payment shall reduced by 5%
and not be more than 95%.
(4) Adjustments for repair. Panels with spall repairs, or crack repairs, will be limited to no more
than 95% payment.
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.
METHOD OF MEASUREMENT
610-5.1 Concrete for transition slabs shall be measured by the number of square yards of concrete,
regardless of thickness, in its final position, complete in place and accepted.
610-5.2 Concrete for all electrical equipment (including but not limited to sign bases, light base cans, and
duct banks); for all sidewalks, curbs, and gutters; and for all drainage and utility improvements shall be
considered incidental to the applicable bid items and no separate measurement or payment shall be made.
BASIS OF PAYMENT
610-6.1 Payment shall be made at the contract price by the number of square yards. 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 Concrete for Transition Slabs – per square yards
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
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 11 of 12 APRIL 2025 | #35022.008.02
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
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
CENTURY WEST ENGINEERING P-610 Concrete for Misc. Structures - 12 of 12 APRIL 2025 | #35022.008.02
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
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
CENTURY WEST ENGINEERING P-620 Runway and Taxiway Marking - 1 of 5 APRIL 2025 | #35022.008.02
Item P-620 Runway and Taxiway Marking
DESCRIPTION
620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the
surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations
shown on the plans, or as directed by the 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
Permanent Markings
Waterborne Type II
White 37925 115 ft2/gal Type I,
Gradation A
7 lb/gal
Permanent Markings
Waterborne Type II
Yellow 33538 or 33655 115 ft2/gal Type I,
Gradation A
7 lb/gal
Permanent Markings
Waterborne Type II
Red 31136 115 ft2/gal Type I,
Gradation A
5 lb/gal
Permanent Markings
Waterborne Type II
Black 37038 115 ft2/gal N/A N/A
Initial Markings
Waterborne Type II
White,
Yellow,
Black
37925 (W), 33538 (Y)
or 33655 (Y), 37038
(B)
230 ft2/gal N/A N/A
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.
CENTURY WEST ENGINEERING P-620 Runway and Taxiway Marking - 2 of 5 APRIL 2025 | #35022.008.02
Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952F, 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, yellow, and red paint shall meet the requirements for
Federal Specification TT-B-1325D Type I, Gradation A.
Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of
the paint and reflective media to ensure adhesion and embedment.
Glass beads shall not be used in black paint.
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. Where shown on the plans, 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. (Sandblasting will not be allowed.) 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. Fog seal to eliminate ‘ghost’ markings shall be incidental to the Pavement Marking
Removal bid item.
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.
CENTURY WEST ENGINEERING P-620 Runway and Taxiway Marking - 3 of 5 APRIL 2025 | #35022.008.02
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.
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 as shown on the plans and specified
in Table 1.
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.
Pavement markings shall be applied in two coats. Initial pavement markings shall be applied following a
minimum period of 24 hours after placement of new pavements, at the rate shown in Table 1. Following
the 30-day waiting period, the permanent pavement markings shall be applied at the rate shown in
Table 1. Locations and colors of both initial and permanent markings will be as shown on the plans for
the permanent pavement markings.
The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15
m), and marking dimensions and spacing shall be within the following tolerances:
Marking Dimensions and Spacing Tolerance
Dimension and Spacing Tolerance
36 inch (910 mm) or less ±1/2 inch (12 mm)
greater than 36 inch to 6 feet (910 mm to 1.85 m) ±1 inch (25 mm)
greater than 6 feet to 60 feet (1.85 m to 18.3 m) ±2 inch (50 mm)
greater than 60 feet (18.3 m) ±3 inch (76 mm)
The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement
with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted.
Glass beads shall be distributed upon the marked areas as specified in Table 1to 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 initial markings. 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.
CENTURY WEST ENGINEERING P-620 Runway and Taxiway Marking - 4 of 5 APRIL 2025 | #35022.008.02
620-3.8 Retro-reflectance. Not used.
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
620-4.1a The quantity of pavement marking removal to be paid for shall be measured by the number of
square feet of pavement markings removed.
620-4.1b The quantity of initial markings to be paid for shall be measured by the number of square feet of
painting performed in accordance with the specifications and accepted by the RPR.
620-4.1c The quantity of permanent markings to be paid for shall be measured by the number of square
feet of painting not receiving glass beads performed in accordance with the specifications and accepted by
the RPR.
620-4.1d The quantity of reflective permanent markings to be paid for shall be measured by the number
of square feet of painting receiving glass beads performed in accordance with the specifications and
accepted by the RPR.
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.
620-5.1 Payment for pavement marking removal shall be made at the contract price for the number of
square feet of pavement markings removed.
620-5.2 Payment for pavement markings shall be made at the contract price for the number of square feet
of painting not receiving glass beads.
620-5.3 Payment for reflective pavement markings shall be made at the contract price for the number of
square feet of painting receiving glass beads.
620-5.4 Payment for temporary phasing markings shall be made at the contract price for the number of
square feet of paintings.
Payment will be made under:
Item P-620-5.1 Pavement Marking Removal – per square foot
Item P-620-5.2 Initial Markings – per square foot
Item P-620-5.3 Permanent Markings – per square foot
Item P-620-5.4 Reflective Permanent Markings – per square foot
CENTURY WEST ENGINEERING P-620 Runway and Taxiway Marking - 5 of 5 APRIL 2025 | #35022.008.02
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 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
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
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING P-625 Right-of-Way Pavement Markings - 1 of 3 APRIL 2025| #35022.008.02
Item P-625 Right-of-Way Pavement Markings
DESCRIPTION
625-1.1 This item shall consist of the construction of pavement markings upon the City of Renton right-
of-way roadway surface in accordance with the FHWA publication Standard Alphabet for Highway Signs
and Pavement Markings, these specifications, at the specified locations shown on the plans or required by
the RPR.
Pavement markings shall conform to WSDOT Specification Section 8-22, the latest edition and
amendments thereto of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State
of Washington, and City of Renton Standard Plans 109 and 128, and shall be constructed as shown in the
Plans except as modified herein.
The Contractor shall be responsible for all traffic control required to place and protect pavement marking
material.
MATERIALS
625-2.1 Materials shall be per WSDOT Standard Specification 8-22.2 except as modified herein:
8-22.2 Materials
This Section is supplemented with the following:
(******)
Plastic pavement marking materials shall be Type A - liquid hot applied thermoplastic
unless indicated otherwise in the Contract Documents.
Patents
The Contractor shall assume all costs arising from the use of patented materials,
equipment, devices, or processes used on or incorporated in the work, and agrees to
indemnify and save harmless the Owner and its duly authorized representatives from all
suits of law or action of every nature for, or on account of, the use of any patented
materials, equipment, device, or processes.
Acceptance
The Contractor shall be responsible for supplying material that meets a forestated material
and testing requirements. The Contractor shall supply certification that the pavement
marking material meets the above specifications.
CONSTRUCTION METHODS
625-2.1 Construction requirements shall be per WSDOT Standard Specification 8-22.3 except as
modified herein:
CENTURY WEST ENGINEERING P-625 Right-of-Way Pavement Markings - 2 of 3 APRIL 2025| #35022.008.02
8-22.3 Construction Requirements
This Section is supplemented with the following:
(******)
In addition to the requirements of WSDOT Standard Sections 8-22.3(2) and 8-22.3(3), the
application and surface preparation shall conform to the manufacturer's recommendations.
In all cases, the product manufacturer’s recommended application procedures shall be
adhered to. When no such procedures have been published, workmanship shall be governed
by these Special Provisions and the Standard Specifications.
After cleaning of areas to receive pavement markings, the areas shall pass inspection of
the RPR prior to application of the material or the primer coat.
Reflectorized beading as stated in WSDOT Standard Section 8-22.3(3) shall be provided
with all pavement markings.
8-22.3(6) Removing Pavement Markings
Section 8-22.3(6) is supplemented with the following:
(******)
Existing pavement markings within the construction limits, including stop bars, traffic
arrows, lane markers, and raised pavement markers shall be removed prior to overlaying
the roadway surface.
All conflicting channelization shall be removed as necessary by sand blasting to install
temporary pavement markings or after the final channelization has been installed.
Removal of existing pavement markings shall be conducted using such methods to prevent
damage to the remaining pavement. The use of chemicals that may be harmful to the
pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's
expense.
METHOD OF MEASUREMENT
625-4.1 Center line will be measured by the completed linear foot as “Paint Line”. The measurement for
“Paint Line” will be based on a marking system capable of simultaneous application of three 4-inch lines
with two 4-inch spaces. No deduction will be made for the unmarked area when the marking includes a
broken line such as center line. No additional measurement will be made when more than one line can be
installed on a single pass such as center line with no-pass line.
BASIS OF PAYMENT
625-5.1 Payment will be made at the contract unit price per linear foot of paint line.
Payment will be made under:
Item P-625-5.1 Paint Line – per linear foot
CENTURY WEST ENGINEERING P-625 Right-of-Way Pavement Markings - 3 of 3 APRIL 2025| #35022.008.02
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.
City of Renton Standard Plans
Std. Plan 109 Pavement Marking Notes
Std. Plan 128 Intersection Crosswalk and Stop Bar Pavement Markings
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD)
Standard Alphabet for Highway Signs and Pavement Markings
END ITEM P-625
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1 - 1 of 6 MAY 2025 | #35022.008.02
Item D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1
DESCRIPTION
701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with
these specifications and in reasonably close conformity with the lines and grades shown on the plans.
MATERIALS
701-2.1 Materials shall meet the requirements shown on the plans and specified below. Underground
piping and components used in drainage systems for terminal and aircraft fueling ramp drainage shall be
noncombustible and inert to fuel in accordance with National Fire Protection Association (NFPA) 415.
701-2.2 Pipe.The pipe shall be of the type called for on the plans or in the proposal and shall be in
accordance with the following appropriate requirements shown in paragraph designated REFERENCES
at the end of this specification.
701-2.3 Concrete. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi at
28 days and conform to the requirements of ASTM C94.
701-2.4 Rubber gaskets. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM
C443.
701-2.5 Joint mortar.Not used.
701-2.6 Joint fillers. Not used.
701-2.7 Plastic gaskets. Not used.
701-2.8 Controlled low-strength material (CLSM). Controlled low-strength material shall conform to the
requirements of Item P-153. When CLSM is used, all joints shall have gaskets.
701-2.9 Reinforced concrete pipe (RCP). Reinforced concrete pipe shall be furnished by a plant
meeting National Precast Concrete Association Plant Certification Program or American Concrete Pipe
Association QCast Plant Certification program. RCP shall conform to the requirements of ASTM C76.
The nominal length for RCP pipe shall not be less than 8 feet.
Concrete used for casting RCP shall have a minimum compressive strength of 4000 psi. Concrete cement
shall meet the requirements of ASTM C150.
RCP shall have a minimum absorption value of 9 percent when tested according to ASTM C497, Section
7, Method A.
701-2.10 Ductile Iron pipe (DIP). Ductile iron pipe and fittings shall meet the requirements of AWWA
C151, thickness Class 52 minimum (or higher if shown on the plans).
Ductile iron pipe shall be cement-mortar lined per AWWA C104. Pipe shall be asphalt coated per
AWWA C151.
Manufacturing quality control testing of ductile iron pipe shall meet the requirements of ASTM A746.
701-2.11 Joining pipe. Joints shall be made with rubber gaskets.
CENTURY WEST ENGINEERING D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1 - 2 of 6 MAY 2025 | #35022.008.02
a.Concrete pipe. Concrete pipe may be either bell and spigot or tongue and groove. Pipe sections
at joints shall be fully seated and the inner surfaces flush and even. Concrete pipe joints shall be
sealed with rubber gaskets meeting ASTM C443 when leak resistant joints are required.
b.Ductile Iron pipe. Ductile iron storm drainage pipe joints shall meet the following requirements:
a.Push-on joint per AWWA C111
b.Rubber gasket per AWWA C111
701-2.12 Bedding. The bedding surface for the pipe shall provide a foundation of uniform density to
support the pipe throughout its entire length. Bedding material shall be crushed aggregate top course per
WSDOT std. spec. 9-03.9(3).
701-2.13 Embedment Material Requirements
a.Paved Areas. Embedment material shall be controlled-low strength material (CLSM) per
Specification Section P-153. The trench width shall not exceed the width required for each pipe
size. CLSM shall be filled up to the top of subgrade and left neat to the subgrade elevation.
CLSM shall cure to the design strength prior to placing material over it.
b.Non-paved areas. Non-paved areas shall be backfilled with native material, gravel borrow (per
WSDOT std. spec. 9-03.12(3) or as approved by the Engineer. Material shall be compacted to
90% max. dry density.
c.Utility Locate Wire. All buried stormwater pipe shall have a utility locate wire installed above
the pipe.
d.Utility Marking Tape. All buried stormwater pipe shall have a 4-inch-wide marking tape
installed at the top of the pipe and shall meet the requirements of APWA color standards.
Material shall be non-degradable.
CONSTRUCTION METHODS
701-3.1 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the
pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than
the external diameter of the pipe plus 12 inches on each side. The trench walls shall be approximately
vertical.
Trenching and shoring shall meet the requirements of the Washington Administration Code (WAC) 296-
155, Part N. The Contractor shall comply with all current federal, state and local rules and regulations
governing the safety of men and materials during the excavation, installation and backfilling operations.
Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health
Administration (OSHA) relating to excavations, trenching, and shoring are strictly adhered to. The width
of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of
the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than
the widths shown on the plans trench detail.
Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from
below the foundation grade for a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of
the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe.
The excavation below grade should be filled with granular material to form a uniform foundation.
Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable
soil, the unstable soil shall be removed and replaced with approved granular material for the full trench
CENTURY WEST ENGINEERING D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1 - 3 of 6 MAY 2025 | #35022.008.02
width. The ENGINEER shall determine the depth of removal necessary. The granular material shall be
compacted to provide adequate support for the pipe.
The excavation for pipes placed in embankment fill shall not be made until the embankment has been
completed to a height above the top of the pipe as shown on the plans.
701-3.2 Laying pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade.
The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or
groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing
upgrade.
Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment
coincides with the flow line.
Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer’s reference lines
designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the
pipe.
701-3.3 Embedment and Overfill. Pipes shall be inspected before any fill material is placed; any pipes
found to be out of alignment, unduly settled, or damaged shall be removed and re-laid or replaced at the
Contractor’s expense.
701-3.4 Placement of Embedment Material
The embedment material shall be compacted in layers not exceeding 6 inches on each side of the pipe and
shall be brought up one foot above the top of the pipe or to natural ground level, whichever is greater.
Thoroughly compact the embedment material under the haunches of the pipe without displacing the pipe.
Material shall be brought up evenly on each side of the pipe for the full length of the pipe.
When the top of the pipe is above the top of the trench, the embedment material shall be compacted in
layers not exceeding 6 inches and shall be brought up evenly on each side of the pipe to one foot above
the top of the pipe. All embedment material shall be compacted to a density required under Item P-152.
Concrete cradles and flowable fills, such as controlled low strength material (CLSM) per Section P-153
may be used for embedment provided adequate flotation resistance can be achieved by restraints,
weighing, or placement technique.
It shall be the Contractor’s responsibility to protect installed pipes and culverts from damage due to
construction equipment operations. The Contractor shall be responsible for installation of any extra
strutting or backfill required to protect pipes from the construction equipment.
701-3.5 Overfill
Pipes shall be inspected before any overfill is in place. Any pipes found to be out of alignment, unduly
settled, or damaged shall be removed and replaced at the Contractor’s expense. Evaluation of any
damage to RCP shall be evaluated based on AASHTO R73.
Overfill material shall be place and compacted in layers as required to achieve compaction to at least 95
percent standard proctor per ASTM D1557. The soil shall contain no debris, organic matter, frozen
material, or stones with a diameter greater than one half the thickness of the compacted layers being
placed.
701-3.6 Inspection Requirements
An initial post installation inspection shall be performed by the ENGINEER no sooner than 30 days after
completion of installation and final backfill. Clean or flush all lines prior to inspection.
Use a camera with lighting suitable to allow a clear picture of the entire periphery of the pipe interior.
Center the camera in the pipe both vertically and horizontally and be able to pan and tilt to a 90-degree
CENTURY WEST ENGINEERING D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1 - 4 of 6 MAY 2025 | #35022.008.02
angle with the axis of the pipe rotating 360 degrees. Use equipment to move the camera through the pipe
that will not obstruct the camera’s view or interfere with proper documentation of the pipe’s condition.
The video image shall be clear, focused, and relatively free from roll, static, or other image distortion
qualities that would prevent the reviewer from evaluating the condition of the pipe.
Incorporate specific inspection requirements for the various types of pipes beneath the general inspection
requirements.
Reinforced concrete pipe shall be inspected, evaluated, and reported on in accordance with ASTM C1840,
“Standard Practice for Inspection and Acceptance of Installed Reinforced Concrete Culvert, Storm Drain,
and Storm Sewer Pipe.” Any issues reported shall include still photo and video documentation. The
zoom ratio shall be provided for all still or video images that document any issues of concern by the
inspection firm.
701-3.7 Sediment Removal and Trenchless Pipe Repair
The Contractor shall plug the outfall of the downstream manhole to be the receiving area for flushing.
The Contractor shall flush sediment out from the existing pipe, excavate the sediment from the
downstream manhole and repeat the flushing process until the pipe is free from sediment. Once the
sediment has been removed, the contractor shall CCTV the pipe to determine the condition. The CCTV
report shall be provided to the Engineer for evaluation. If remediation is determined to be needed by the
Engineer, the Contractor shall provide a trenchless pipe repair to the existing pipe according to industry
standards and practice. The lining shall be done by a company with 5 years of experience doing this kind
of repair. Submit qualifications for the subcontractor to perform the repair for approval.
METHOD OF MEASUREMENT
701-4.1 12-Inch Reinforced Concrete Pipe shall be measured in linear feet of pipe in place, completed,
and accepted. It shall be measured along the centerline of the pipe from end or inside face of structure to
the end or inside face of structure, whichever is applicable. The size of pipe shall be measured separately.
All fittings shall be included in the footage as typical pipe sections in the pipe being measured.
701-4.2 12-Inch Ductile Iron Pipe shall be measured in linear feet of pipe in place, completed, and
accepted. It shall be measured along the centerline of the pipe from end or inside face of structure to the
end or inside face of structure, whichever is applicable. The size of pipe shall be measured separately. All
fittings shall be included in the footage as typical pipe sections in the pipe being measured.
701-4.3. Remove Existing Storm Drainage Pipe: The length of pipe shall be measured in linear feet of
pipe removed and accepted. It shall be measured along the centerline of the pipe from end or inside face
of structure to the end or inside face of structure, whichever is applicable. No separate measurement for
size of pipe shall be completed.
701-4.4. Connect to Existing Storm Structure: The Connect to Existing Storm Structure shall be
measured by each for the connection of new pipe to an existing structure or pipe. All fittings, coring,
blocking, patching, and other incidentals to allow a clean, watertight connection to the existing structure.
701-4.5. Abandon Existing Storm Drainage Pipe: Abandon Existing Storm Drainage Pipe shall be
measure for the linear foot of grout pumped into the pipe for permanent abandonment. All work for this
item shall be included in Item 701-5.5.
701-4.6. Connect Existing Pipe to New Structure shall be measured for each connection for existing pipe
to a new structure or pipe. All labor, materials, coring, couplings, and equipment shall be included in the
measurement for this item. This is different than Item 701-4.4.
CENTURY WEST ENGINEERING D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1 - 5 of 6 MAY 2025 | #35022.008.02
701-4.7 Trenchless Pipe Repair shall be measured per force account and shall be inclusive of all labor,
equipment, and lining of the pipe.
701-4.8 Remove Pipe Sediment shall be measured by the linear foot and shall include all means and
methods, equipment, and labor required to flush sediment from sediment laden stormwater pipes as
shown on the Plans. The measurement for this item also includes CCTV of the pipe after it is flushed.
BASIS OF PAYMENT
701-5.0 These prices shall fully compensate the Contractor for furnishing all materials and for all
preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and
incidentals necessary to complete the item.
Payment will be made at the contract unit price under:
Item D-701-5.1 12-Inch Reinforced Concrete Pipe per linear foot
Item D-701-5.2 12-Inch Ductile Iron Pipe per linear foot
Item D-701-5.3 Remove Existing Storm Drainage Pipe per linear foot
Item D-701-5.4 Connect to Existing Storm Structure per each
Item D-701-5.5 Abandon Existing Storm Drainage Pipe per linear foot
Item D-701-5.6 Connect Existing Pipe to New Structure per each
Item D-701-5.7 Trenchless Pipe Repair per force account.
Item D-701-5.8 Remove Pipe Sediment 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.
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO R73 Standard Practice for Evaluation of Precast Concrete Pipe, Box Culverts,
Manholes, and Drainage Inlets
ASTM International (ASTM)
ASTM A536 Standard Specification for Ductile Iron Castings
ASTM A536 Standard Specification for Ductile Iron Gravity Sewer Pipe
AASHTO R73 Standard Practice for Evaluation of Precast Concrete Drainage
Productions
ASTM A746 Standard Specification for Ductile Iron Gravity Sewer Pipe
ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain,
and Sewer Pipe
ASTM C150 Standard Specification for Portland Cement
ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using
Rubber Gaskets
CENTURY WEST ENGINEERING D-701 Pipe for Storm Drains and Culverts – ADDENDUM 1 - 6 of 6 MAY 2025 | #35022.008.02
ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm
Drain, and Sewer Pipe
ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm
Drain and Sewer Pipe
ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm
Drain and Sewer Pipe
ASTM C990 Standard Specification for Joints for Concrete Pipe, Manholes, and
Precast Box Sections Using Preformed Flexible Joint Sealants
ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box
Sections for Culverts, Storm Drains, and Sewers
ASTM C1479 Standard Practice for Installation of Precast Concrete Sewer, Storm
Drain, and Culvert Pipe Using Standard Installations
ASTM C1577 Standard Specification for Precast Reinforced Concrete Monolithic Box
Sections for Culverts, Storm Drains, and Sewers Designed According to
AASHTO LRFD
ASTM C1786 Standard Specification for Segmental Precast Reinforced Concrete Box
Sections for Culverts, Storm Drains, and Sewers Designed According to
AASHTO LRFD
ASTM C1840 Standard Practice for Inspection and Acceptance of Installed Reinforced
Concrete Culvert, Storm Drain, and Storm Sewer Pipe
ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or
Expanded Rubber
ASTM D3282 Standard Practice for Classification of Soils and Soil-Aggregate Mixtures
for Highway Construction Purposes
American Water Works Association
AWWA C104 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings
AWWA C111 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings
AWWA C151 Ductile-Iron Pipe, Centrifugally Cast
National Fire Protection Association (NFPA)
NFPA 415 Standard on Airport Terminal Buildings, Fueling Ramp Drainage, and
Loading Walkways
END ITEM D-701
CENTURY WEST ENGINEERING D-705 Pipe Underdrains for Airports - 1 of 6 APRIL 2025|#35022.008.02
Item D-705 Pipe Underdrains for Airports
DESCRIPTION
705-1.1 This item shall consist of the construction of pipe drains in accordance with these specifications
and in reasonably close conformity with the lines and grades shown on the plans.
MATERIALS
705-2.1 General. Materials shall meet the requirements shown on the plans and specified below.
705-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in
accordance with the following appropriate requirements.
ASTM F758 Standard Specification for Smooth-Wall Poly (Vinyl Chloride) (PVC)
Plastic Underdrain Systems for Highway, Airport, and Similar Drainage
ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity
Sewer Pipe & Fittings Based on Controlled Inside Diameter
ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated
Sewer Pipe with a Smooth Interior and Fittings
705-2.3 Joint mortar. Pipe joint mortar shall consist of one part by volume of Portland cement and two
parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand
shall conform to the requirements of ASTM C144.
705-2.4 Elastomeric seals. Elastomeric seals shall conform to the requirements of ASTM F477.
705-2.5 Porous backfill. Porous backfill shall be free of clay, humus, or other objectionable matter, and
shall conform to the gradation in Table 1 when tested in accordance with ASTM C136.
Table 1. Gradation of Porous Backfill
Sieve Designation (square openings) Percentage by Weight Passing Sieves
Porous Material No. *
1-1/2 inch 100
1 inch 90-100
3/8 inch 25-60
No. 4 5-40
No. 8 0-20
705-2.6 Granular material. Granular material used for backfilling shall conform to the requirements of
ASTM D2321 for Class IA, IB, or II materials.
705-2.7 Filter fabric. The filter fabric shall conform to the requirements of AASHTO M288 Class 2 or
equivalent.
CENTURY WEST ENGINEERING D-705 Pipe Underdrains for Airports - 2 of 6 APRIL 2025|#35022.008.02
Table 2. Fabric Properties
Fabric Property Test Method Test Requirement
Grab Tensile Strength, lbs ASTM D4632 125 min
Grab Tensile Elongation % ASTM D4632 50 min
Burst Strength, psi ASTM D3785 125 min
Trapezoid Tear Strength, lbs ASTM D4533 55 min
Puncture Strength, lbs ASTM D4833 40 min
Abrasion, lbs ASTM D4886 15 max loss
Equivalent Opening Size ASTM D4751 70-100
Permittivity sec-1 ASTM D4491 0.80
Accelerated Weathering (UV Stability)
(Strength Retained - %)
ASTM D4355
*(500 hrs exposure) 70
705-2.8 Controlled low-strength material (CLSM). CLSM is not used for backfilling around
underdrains.
CONSTRUCTION METHODS
705-3.1 Equipment. All equipment required for the construction of pipe underdrains shall be on the
project, in good working condition, and approved by the Engineer before construction is permitted to
start.
705-3.2 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the
pipe and thorough tamping of the bedding material under and around the pipe but shall not be less than
the external diameter of the pipe plus 6 inches on each side of the pipe. The trench walls shall be
approximately vertical.
Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the
foundation grade for a depth of at least 4 inches. The excavation below grade shall be backfilled with
selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6
inches in uncompacted depth to form a uniform but yielding foundation.
Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable
soil, the unstable soil shall be removed and replaced with approved granular material for the full trench
width. The Engineer shall determine the depth of removal necessary. The granular material shall be
compacted to provide adequate support for the pipe.
Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as
directed by the Engineer. The excavation shall not be carried below the required depth; if this occurs, the
trench shall be backfilled at the Contractor’s expense with material approved by the Engineer and
compacted to the density of the surrounding material.
The pipe bedding shall be constructed uniformly over the full length of the pipe barrel, as required on the
plans. The maximum aggregate size shall be 1 inch when the bedding thickness is less than 6 inches, and
1-1/2 inch when the bedding thickness is greater than 6 inches. Bedding shall be loosely placed,
uncompacted material under the middle third of the pipe prior to placement of the pipe.
CENTURY WEST ENGINEERING D-705 Pipe Underdrains for Airports - 3 of 6 APRIL 2025|#35022.008.02
The Contractor shall do trench bracing, sheathing, or shoring necessary to perform and protect the
excavation as required for safety and conformance to federal, state, and local laws. Unless otherwise
provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the backfill has
reached at least 12 inches over the top of the pipe. The sheathing or shoring shall be pulled as the granular
backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill
material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit
price bid per foot for the pipe.
705-3.3 Laying and installing pipe.
a. PVC, fiberglass, or polyethylene pipe. PVC or polyethylene pipe shall be installed in accordance
with the requirements of ASTM D2321. Perforations shall meet the requirements of AASHTO M252 or
AASHTO M294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line
and grade.
b. All types of pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or
capped as approved by the Engineer.
Unless otherwise shown on the plans, a 4-inch bed of granular backfill material shall be spread in the
bottom of the trench throughout the entire length under all perforated pipe underdrains.
Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe
shall be laid with tight-fitting joints. Porous backfill is not required around or over pipe outlets for
underdrains. All connections to other drainage pipes or structures shall be made as required and in a
satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected
and constructed as shown on the plans.
e. Filter fabric. The filter fabric shall be installed in accordance with the manufacturer’s
recommendations, or in accordance with the AASHTO M288 Appendix, unless otherwise shown on the
plans.
705-3.4 Not Used.
705-3.5 Not Used.
705-3.6 Embedment and Backfill
a. Earth. All trenches and excavations shall be backfilled soon after the pipes are installed unless
additional protection of the pipe is directed. The embedment material shall be select material from
excavation or borrow and shall be approved by the Engineer. The select material shall be placed on each
side of the pipe out to a distance of the nominal pipe diameter and one foot over the top of the pipe and
shall be readily compacted. It shall not contain stones 3 inches or larger in size, frozen lumps, chunks of
highly plastic clay, or any other material that is objectionable to the Engineer. The material shall be
moistened or dried, as required to aid compaction. Placement of the embedment material shall not cause
displacement of the pipe. Thorough compaction under the haunches and along the sides to the top of the
pipe shall be obtained.
The embedment material shall be placed in loose layers not exceeding 6 inches in depth under and
around the pipe. Backfill material over the pipe shall be placed in lifts not exceeding 8 inches . Successive
layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by the
Engineer, until the trench is completely filled and brought to the planned elevation. Embedment and
backfilling shall be done to avoid damaging top or side of the pipe.
In embankments and other unpaved areas, the backfill shall be compacted per Item P -152 to the
density required for embankments in unpaved areas. Under paved areas, the subgrade and any backfill
shall be compacted per Item P-152 to the density required for embankments for paved areas.
CENTURY WEST ENGINEERING D-705 Pipe Underdrains for Airports - 4 of 6 APRIL 2025|#35022.008.02
b. Granular backfill. When granular backfill is required, placement in the trench and about the pipe
shall be as shown on the plans. The granular backfill shall not contain an excessive amount of foreign
matter, nor shall soil from the sides of the trench or from the soil excavated from the trench be allowed to
filter into the granular backfill. When required by the Engineer, a template shall be used to properly place
and separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches
in depth. The granular backfill shall be compacted by hand and pneumatic tampers to the requirements as
given for embankment. Backfilling shall be done to avoid damaging top or side pressure on the pipe. The
granular backfill shall extend to the elevation of the trench or as shown on the plans.
When perforated pipe is specified, granular backfill material shall be placed along the full length of
the pipe. The position of the granular material shall be as shown on the plans. If the original material
excavated from the trench is pervious and suitable, it shall be used in lieu of porous backfill No. 1.
If porous backfill is placed in paved or adjacent to paved areas before grading or subgrade operations
is completed, the backfill material shall be placed immediately after laying the pipe. The depth of the
granular backfill shall be not less than 12 inches, measured from the top of the underdrain. During
subsequent construction operations, a minimum depth of 12 inches of backfill shall be maintained over
the underdrains. When the underdrains are to be completed, any unsuitable material shall be removed
exposing the porous backfill. Porous backfill containing objectionable material shall be removed and
replaced with suitable material. The cost of removing and replacing any unsuitable material shall be at the
Contractor’s expense.
If a granular subbase blanket course is used which extends several feet beyond the edge of paving to
the outside edge of the underdrain trench, the granular backfill material over the underdrains shall be
placed in the trench up to an elevation of 2 inches above the bottom surface of the granular subbase
blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor
shall blade this excess trench backfill from the top of the trench onto the adjacent subgrade where it can
be incorporated into the granular subbase blanket course. Any unsuitable material that remains over the
underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean
contact between the subbase material and the underdrain granular backfill material for the full width of
the underdrain trench.
c. Controlled low-strength material (CLSM). CLSM is not used.
705-3.7 Flexible Pipe Ring Deflection. Not used.
705-3.8Connections. When the plans call for connections to existing or proposed pipe or structures, these
connections shall be watertight and made to obtain a smooth uniform flow line throughout the drainage
system.
705-3.9 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of
all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankments,
shoulders, or as directed by the Engineer. Except for paved areas of the airport, the Contractor shall
restore all disturbed areas to their original condition.
METHOD OF MEASUREMENT
705-4.1 The length of pipe shall be the number of linear feet (meters) of pipe underdrains in place,
completed, and approved; measured along the centerline of the pipe from end or inside face of structure to
the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be
measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline
being measured.
705-4.2. The quantity of pipe underdrains shall be measured per linear foot complete, including porous
backfill and filter fabric.
CENTURY WEST ENGINEERING D-705 Pipe Underdrains for Airports - 5 of 6 APRIL 2025|#35022.008.02
705-4.3. The quantity of underdrain cleanouts shall be measured by the unit.
705-4.4. The quantity of underdrain pipe plugs shall be measured by the unit.
BASIS OF PAYMENT
705-5.1 Payment will be made at the contract unit price per linear foot for pipe underdrains of the type,
class, and size designated. Pipe underdrains, including porous backfill and filter fabric, shall be made at
the contract unit price per linear foot.
705-5.2 Payment will be made at contract unit price per each underdrain cleanout as shown on the plans
including excavation, size, placement, backfilling, cleanout lid, and connection to the underdrain system.
705-5.3 Payment will be made at the contract unit price per linear foot for outfall pipe of the type, class,
and size designated. Pipe, including bedding backfill and compaction, shall be made at the contract unit
price per linear foot.
705-5.4 Payment will be made at the contract unit price per each installation of Underdrain Pipe Plug of
the type, material, class, and size designated on the Plans.
These prices shall be full compensation for furnishing all materials and for all preparation, excavation,
and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to
complete the item.
Payment will be made under:
Item P-705-5.1 6-inch Conventional Underdrain - per linear foot
Item P-705-5.2 Underdrain Cleanout - per each
Item P-705-5.3 6-inch Underdrain Outfall Pipe - 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 C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining
Plastic Pipe
ASTM F758 Standard Specification for Smooth Wall Poly (Vinyl Chloride) (PVC)
Plastic Underdrain Systems for Highway, Airport, and Similar Drainage
ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity
Sewer Pipe & Fittings Based on Controlled Inside Diameter
ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated
Sewer Pipe with a Smooth Interior and Fittings
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe
CENTURY WEST ENGINEERING D-705 Pipe Underdrains for Airports - 6 of 6 APRIL 2025|#35022.008.02
AASHTO M288 Standard Specification for Geotextile Specification for Highway
Applications
AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-
mm (12- to 60-in.) Diameter
AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall
Drain Pipe and Fittings Based on Controlled Inside Diameter
END OF ITEM D-705
CENTURY WEST ENGINEERING D-751 Manholes, Catch Basins, Inlets and Inspection Holes - 1 of 6 APRIL 2025 | #35022.008.02
Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes
DESCRIPTION
751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in
accordance with these specifications, at the specified locations and conforming to the lines, grades, and
dimensions shown on the plans or required by the Engineer.
MATERIALS
751-2.1 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 C150, Type I. The sand shall conform to the requirements of
ASTM C144.
751-2.3 Concrete. Plain and reinforced concrete used in structures, connections of pipes with structures,
and the support of structures or frames shall conform to the requirements of Item P -610.
751-2.4 Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the
requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an
inside diameter of not less than 36 inches 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 Corrugated metal. Corrugated metal shall conform to the requirements of American Association
of State Highway and Transportation Officials (AASHTO) M36.
751-2.6 Frames, covers, and grates. The castings shall conform to one of the following requirements:
a. ASTM A48, Class 35B: Gray iron castings
b. ASTM A47: Malleable iron castings
c. ASTM A27: Steel castings
d. ASTM A283, Grade D: Structural steel for grates and frames
e. ASTM A536, Grade 65-45-12: Ductile iron castings
f. ASTM A897: Austempered ductile iron castings
All castings or structural steel units shall conform to the dimensions shown on the plans and shall be
designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Castings
shall be aircraft rated for a minimum of 100,000 pounds and maximum tire pressure of 250 psi.
Each frame and cover or grate unit shall be provided with fastening members to prevent it from being
dislodged by traffic, but which will allow easy removal for access to the structure.
All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized in the
factory to meet the requirements of ASTM A123.
CENTURY WEST ENGINEERING D-751 Manholes, Catch Basins, Inlets and Inspection Holes - 2 of 6 APRIL 2025 | #35022.008.02
751-2.7 Steps. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps
shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be
given a coat of asphalt paint, when directed.
751-2.8 Precast inlet structures. Manufactured in accordance with and conforming to ASTM C913.
751-2.9 Submittals. Structures shown in the Plans to be aircraft rated shall be rated for aircraft wheel
loads of 100,000 lbs. as described in FAA AC 150/5320-6G, Appendix B. Structural calculations shall be
submitted to the Engineer for approval for each structure type (i.e., manholes, catch basins, etc.).
Calculations shall be sealed by a licensed engineer in the State of Washington.
CONSTRUCTION METHODS
751-3.1 Unclassified excavation.
a. The Contractor shall excavate for structures and footings to the lines and grades or elevations,
shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the
placing of the full width and length of the structure or structure footings shown. The elevations of the
bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer
may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory
foundation.
b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed.
All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface
either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out
and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest
on a surface other than rock, the bottom of the excavation shall not be disturbed and excavation to final
grade shall not be made until immediately before the concrete or reinforcing is placed.
c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the
excavation and the structure as required for safety or conformance to governing laws. The cost of bracing,
sheathing, or shoring shall be included in the unit price bid for the structure.
d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the
Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry.
The cost of removal shall be included in the unit price bid for the structure.
e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No
concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation
and the character of the foundation material.
751-3.2 Not Used.
751-3.3 Concrete structures. Concrete structures which are to be cast-in-place within the project
boundaries shall be built on prepared foundations, conforming to the dimensions and shape indicated on
the plans. The construction shall conform to the requirements specified in Item P -610. Any reinforcement
required shall be placed as indicated on the plans and shall be approved by the Engineer before the
concrete is placed.
All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause
minimum resistance to flowing water. The interior bottom shall be sloped to the outlet.
751-3.4 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another Engineer approved third
party certification program.
CENTURY WEST ENGINEERING D-751 Manholes, Catch Basins, Inlets and Inspection Holes - 3 of 6 APRIL 2025 | #35022.008.02
Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed
on prepared or previously placed slab foundations conforming to the dimensions and locations shown on
the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The
different sections shall fit together readily. Joints between precast concrete risers and tops shall be full
bedded in cement mortar and shall: (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
shall be suitably formed and dimensioned to receive the metal frame and cover or grate as required.
Provision shall be made for any connections for lateral pipe, including drops and leads that may be
installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow.
The metal or metal encapsulated steps that are embedded or built into the side walls shall be aligned and
placed in accordance with ASTM C478. When a metal ladder replaces the steps, it shall be securely
fastened into position.
751-3.5 Corrugated metal structures. Corrugated metal structures shall be prefabricated. All standard
or special fittings shall be furnished to provide pipe connections or branches with the correct dimensions
and of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the
metal structures. The top of the metal structure shall be designed so that either a concrete slab or metal
collar may be attached to allow the fastening of a standard metal frame and grate or cover. Steps or
ladders shall be furnished as shown on the plans. Corrugated metal structures shall be constructed on
prepared foundations, conforming to the dimensions and locations as shown on the plans. When
indicated, the structures shall be placed on a reinforced concrete base.
751-3.6 Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a
sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with
the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures,
mortar shall be placed around these pipes to form a tight, neat connection.
751-3.7 Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings
shall be placed in the positions indicated on the plans or as directed by the Engineer and shall be set true
to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts
shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or
concrete has set.
When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry
shall be brought true to line and grade and shall present an even bearing surface so the entire face or back
of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the
masonry as indicated on the plans or as directed by the Engineer. All units shall set firm and secure.
After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to
harden for seven (7) days before the grates or covers are placed and fastened down.
When structures are located within the runway safety area, POFA, RPZ, etc., the elevation of the
structures shall be set to meet the grading requirements of these areas. Structures shall be flush with the
surrounding grade.
751-3.8 Installation of steps. The steps shall be installed as indicated on the plans or as directed by the
Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the
concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is
being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least
seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been
galvanized.
When steps are required with precast concrete structures, they shall meet the requirements of ASTM
C478. The steps shall be cast into the side of the sections at the time the sections are manufactured or set
in place after the structure is erected by drilling holes in the concrete and cementing the steps in place.
CENTURY WEST ENGINEERING D-751 Manholes, Catch Basins, Inlets and Inspection Holes - 4 of 6 APRIL 2025 | #35022.008.02
When steps are required with corrugated metal structures, they shall be welded into aligned position at a
vertical spacing of 12 inches.
Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall
be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured
by welding the top support to the structure and grouting the bottom support into drilled holes in the
foundation or as directed by the Engineer.
751-3.9 Backfilling.
a. After a structure has been completed, the area around it shall be backfilled with approved material,
in horizontal layers not to exceed 8 inches in loose depth and compacted to the density required in Item P-
152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The
top of the fill shall meet the elevation shown on the plans or as directed by the Engineer.
b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete
structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests
establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill
and placing methods.
c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an
obligation of the Contractor covered under the contract unit price for the structure involved.
751-3.10 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose
of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments,
shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original
condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in
good condition.
METHOD OF MEASUREMENT
751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit.
751-4.2 Removal of existing structures, catch basins, and manholes shall be measured by the unit.
751-4.3 Adjust structure to grades shall be measured by each unit.
BASIS OF PAYMENT
751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at
the contract unit price per each in place when completed. This price shall be full compensation for
furnishing all materials and for all preparation, excavation, backfilling and placing of the materials;
furnishing and installation of such specials and connections to pipes and other structures as may be
required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals
necessary to complete the structure.
751-5.2 The accepted quantities of removal of existing structures, catch basins, and manholes will be paid
for at the contract unit price per each when removed and accepted. This price shall be full compensation
for all preparation, excavation, backfilling and removal of the materials; completing any specials
connections to pipes and other structures as may be required to complete the item as shown on the plans;
and for all labor equipment, tools and incidentals necessary to complete the structure.
751-5.3 The accepted quantities of Adjust Structure to Grade will be paid for at the contract unit price per
each in place when completed. This price shall be full compensation for furnishing all materials and for
all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such
CENTURY WEST ENGINEERING D-751 Manholes, Catch Basins, Inlets and Inspection Holes - 5 of 6 APRIL 2025 | #35022.008.02
specials and other structures as may be required to complete the item as shown on the plans; and for all
labor equipment, tools and incidentals necessary to complete the structure.
Payment will be made under:
Item D-751-5.1 Remove Existing Catch Basin - per each
Item D-751-5.2 CB Type 1 - per each
Item D-751-5.3 CB Type 2 – 48” AIRCRAFT RATED per each
Item D-751-5.4 CB Type 3 – AIRCRAFT RATED per each
Item D-751-5.5 CB Type 4 – AIRCRAFT RATED SMH per each
Item D-751-5.6 Adjust Structure to Grade (Pavement) per each
Item D-751-5.7 Adjust Structure to Grade (Grass Infield) 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 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
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
CENTURY WEST ENGINEERING D-751 Manholes, Catch Basins, Inlets and Inspection Holes - 6 of 6 APRIL 2025 | #35022.008.02
END OF ITEM D-751
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 1 of 14 APRIL 2025 | #35022.008.02
Item L-100 Electrical General Requirements
DESCRIPTION
100-1.1 GENERAL. This Item includes furnishing and installing all material, equipment and
apparatus, and all labor, tools, services and equipment required for the following:
a. The demolition and salvage/removal of portions of the existing airfield lighting systems
including elements of the “Existing” (aka “Old”) Regulator Building (RB).
Installation shall be in accordance with Specifications FAA-C-1217 and FAA-C-1391 (current editions),
except as specified herein. Perform all work not included in the FAA Specifications in accordance with
the National Electrical Code, applicable local standards and regulations.
100-1.2 DEMOLITION AND SALVAGE.
a. Removal and/or salvage of airfield electrical elements is included under this Item shall include
the intent, but not be limited to the specific elements, of the following:
(1) Light fixtures and isolation transformers:
(2) Signs and isolation transformers:
(3) Constant current regulators and Control Modules: Salvage for re-installation or to
Owner.
b. Demolition (removal and non-salvage to Owner or for re-installation) of other airfield electrical
system elements shall include the intent, but not be limited to the specific elements, of the
following:
(1) Quartz lamp type lights
(2) Power and signal cables.
c. Demolition (removal and non-salvage) of other elements associated with the airfield electrical
system is included under other Items of this project. Elements covered shall include the intent, but
not be limited to the specific elements, of the following:
(1) Underground conduits and duct banks, both concrete encased and direct earth buried.
(2) Underground electrical concrete structures including manholes and handholes of
varying sizes.
(3) Sign and light concrete encased bases and miscellaneous concrete footings.
(4) Grading and backfill associated with removal of the foregoing elements shall be
covered under other Items of these specifications (P-152, “Excavation and
Embankment”).
100-1.3 RELATED DOCUMENTS. The General Provisions of the Contract, including General and
Special Conditions, apply to work specified in this Item.
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 2 of 14 APRIL 2025 | #35022.008.02
100-1.4 SPECIFICATIONS AND STANDARDS. As a supplement to the installation requirements
of this item, the following standard specifications and regulations of the issues in effect on the date of this
solicitation are incorporated herein by reference and are made a part hereof for electrical work and
installation and splicing of underground cables.
NEC National Electrical Code
FAA-STD-019 Lightning Protection, Grounding, Bonding and Shielding
Requirements for Facilities
FAA-C-1217 Electrical Work, Interior
FAA-C-1391 Installation, Termination, Splicing, and Transient/Surge Protection
of Underground Electrical Distribution System Power Cables
Utility Company Rules and
Regulations
Local Governing Bodies'
Codes and Regulations
100-1.5 SUBMITTALS, SHOP DRAWINGS AND MATERIAL LISTS. Prior to the installation
of any material and equipment and within 30 days of contract award, the Contractor shall submit to the
Owner for approval shop drawings, material lists and manufacturers' brochures containing complete
dimensional and performance characteristics, wiring diagrams, installation and operation instructions,
etc., for the equipment listed in the individual L-Series specification Items. The Contractor’s submittals
shall be pdf format tabbed by specification section.
A materials list shall be submitted listing each specification paragraph number and stating whether the
materials proposed are as specified or are substitutions. If the item is a substitute item, a complete
submittal as described in the above paragraph shall be provided for that item.
Submittal data shall be presented in a clear, precise and thorough manner. Clearly and boldly mark each
copy to identify pertinent products or models applicable to this project. Indicate all optional equipment
and delete non-pertinent data. Submittals for components of electrical equipment and systems shall
identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly
made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in
project accruing directly or indirectly from late submissions or resubmissions of submittals.
Provide submittals for the following equipment under these Items:
a. Constant Current Regulators (CCR) and Appurtenances – various sizes and configurations as
needed.
b. Distribution and branch circuit panelboards and branch circuit breakers.
c. Disconnect switches.
d. Fuses.
e. Surge Protective Devices (SPD).
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 3 of 14 APRIL 2025 | #35022.008.02
f. Cable tray and wireways (gutters, trays, conduits and specialty fittings) with mounting hardware
and installation drawings.
g. 600 V power cables.
h. 600 V rated multi-pair or multi-conductor signal and control cables.
100-1.6 DIRECTIVE VERBS. The material in the L-Series specification Items and any referenced
FAA Advisory Circulars (ACs), Orders, Specifications and Standards contain criteria, recommended
practices and other guidance material which require the use of certain verbs such as SHALL, MUST,
SHOULD, WILL and MAY. In these specifications and reference materials the explicit meanings of
these verbs is as follows:
a. SHALL. The action is mandatory. For example: “Contractor SHALL coordinate with
Operations and Maintenance 2 hours before the end of each daylight work shift to verify that all
airfield lighting circuits are operational.”
b. MUST. The action is mandatory. For example: “The localizer station MUST automatically
shut down if the monitor detects an out of tolerance condition.”
c. SHOULD. The action is desirable or recommended. For example: “The glide slope SHOULD
be located 400 feet from the runway centerline.”
d. WILL. The action is to be taken in the future. For example: “These items WILL not be
available from Airport Maintenance.” or “Some facilities WILL be programmed for upgrading to
provide Category II performance.”
e. MAY. The action is permissible. For example: “… it is expected that the Contractor MAY
draw down this material for use in permanent installations.” or “parking of unattended vehicles or
aircraft within this area is prohibited at all times, except for maintenance vehicles which MAY be
parked adjacent to the equipment shelter.”
100-1.7 AIRFIELD LIGHTING SYSTEM OPERATIONAL TESTS. Prior to the end of every
work shift, the Contractor shall test and operate the effected airfield lighting and miscellaneous power
circuits early enough, prior to their need, as required to verify correct operation to the Resident Project
Representative (RPR) and Airport Operations.
EQUIPMENT AND MATERIALS
100-2.1 EQUIPMENT. Conduits, conduit fittings, conductors, connectors, boxes, wiring devices,
panelboards, and circuit breakers shall meet requirements of Specification FAA-C-1217.
100-2.2 PANELBOARDS AND CIRCUIT BREAKERS. Distribution and Branch Circuit
Panelboards and circuit breakers shall be per the following:
a. Product Type: NEMA PB1, circuit breaker type, lighting and appliance branch circuit
panelboard.
b. Panelboard Bus: Copper, current carrying components, ratings as indicated on Drawings.
Furnish copper ground bus in each panelboard; furnish insulated ground bus as indicated on
Drawings.
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 4 of 14 APRIL 2025 | #35022.008.02
c. Minimum Integrated Short Circuit Rating: 10,000 amperes rms symmetrical for 208/240 volt
panelboards; 14,000 amperes rms symmetrical for 480 volt panelboards, or as indicated on
Drawings.
d. Molded Case Circuit Breakers: NEMA AB 1, bolt-on type thermal magnetic trip circuit
breakers, with common trip handle for all poles, listed as Type SWD for lighting circuits, Type
HACR for air conditioning equipment circuits, Class A ground fault interrupter circuit breakers as
indicated on Drawings. Do not use tandem circuit breakers. All circuit breakers in motor
controllers shall have instantaneous trip units.
e. Enclosure: NEMA PB 1, Type 1.
f. Cabinet Front: Flush or Surface cabinet front with concealed trim clamps, concealed hinge,
metal directory frame, and flush lock keyed alike. Finish in manufacturer's standard gray enamel.
100-2.3 CONDUIT, INTERIOR. Conduits installed in building interiors shall be as follows:
a. Exposed conduit and fittings shall be rigid galvanized steel (RGS). Conduits run on the exterior
of the building above or below the grade for the earth grounding system shall be rigid zinc-coated
steel. Radius of bends in RGS shall be minimum 12 nominal pipe diameters.
b. Exposed conduits shall be galvanized steel electrical metallic tubing (EMT). Radius of bends in
EMT shall be minimum 12 nominal pipe diameters. EMT fittings shall be compression type – set
screw types are not acceptable.
c. Conduit run in concrete or below slab on grade shall be per paragraph 100-2.4 below.
100-2.4 CONDUIT, EXTERIOR. Conduits in concrete slabs, in block walls or exterior exposed
shall be rigid galvanized steel (RGS). Conduits run on the exterior of the building above or below the
grade for the earth grounding system shall be rigid zinc-coated steel. Radius of bends in RGS shall be
minimum 12 nominal pipe diameters. Rigid galvanized steel conduit run in concrete or below slab on
grade, or in the ground, shall be field wrapped or shall have factory-applied coating as required in
Specification FAA-C-1217. Field-made joints, fittings, abrasions and holidays shall be coated or
wrapped with material equal to the original coating or wrapping.
100-2.5 CONDUIT, UNDERGROUND. Conduits run underground are specified in Item L-110 of
these specifications.
100-2.6 600 VOLT WIRE. All wire shall have copper conductors. Size shall be American Wire
Gauge (AWG) with size for power circuit as shown on the project drawings. All Power wire shall be
stranded. Insulation shall be Type THWN-2 (above ground) or XHHW or XHHW-2 (below ground) and
shall be continuous and color coded as follows:
120/208V 277/480V
Line 1 or Phase "A" Black Brown
Line 2 or Phase "B" Red Orange
Phase "C" Blue Yellow
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 5 of 14 APRIL 2025 | #35022.008.02
Neutral White Gray
Ground See Item 100-3.5
Control Black with numbered adhesive
Markers on both ends
All wire shall be continuous; no splices will be permitted. All wire shall be drawn into conduit with
adequate lubricating compound to prevent damage to insulation. Pull tension shall not exceed
manufacturer's recommendation.
100-2.7 SIGNAL AND CONTROL CABLES: All signal and control cables shall have copper
conductors. Cable configuration and voltage rating shall be as shown on the plans. Assume 600 volt
rating if none is shown.
100-2.8 5KV WIRE. All 5 KV cables for airfield lighting shall have copper conductors and shall be
as specified in Item L-108.
100-2.9 CONDUIT FITTINGS. Each conduit and nipple entrance to junction boxes, panelboards,
disconnect switches, duct, raceway, equipment cabinets, and other such electrical enclosures shall be
fitted with double locknuts (one each side of metal penetrated) and insulating bushing. Bushings on 1 -1/4
inch and larger conduits shall be insulated metallic, type OZ/Gedney Cat. No. IBC Series, or equal;
bushings for 3/4 inch and 1 inch shall be plastic insulated T&B rated for 150 C, or equal. All insulated
bonding and grounding bushings of conduits for 2400 volts or higher voltages, for conduit going
underground, and for conduits going into concrete slabs shall be OZ/Gedney Cat. No. IBC -xxL (fitted
with grounding lug), or equal. The bushings shall be connected to the grounding system within the
terminating enclosure and not on the underground end. The buried end of each conduit shall be fitted
with a thermosetting, plastic-insulated, metallic bushing. All openings where conduits enter junction
boxes, other enclosures and shelters shall be sealed weathertight. The conduit shall be capped, if left
empty, or sealed with Ducseal, or equal, around the conductors for exterior conduits.
100-2.10 UNDERGROUND DUCT. Concrete-encased and direct earth buried PVC ducts shall be as
detailed on the plans. Directional bore PVC or HDPE ducts shall be as detailed on the plans. All ducts
shall be as specified in Item L-110.
100-2.11 STRUCTURAL CONCRETE. Structural Concrete shall be as specified in Item P-610 and
installed as detailed on drawings.
100-2.12 CONTROLLED LOW STRENGTH MATERIAL (CLSM). CLSM (aka. Flowable Fill)
shall be as specified in Item P-153 and installed as detailed on drawings.
100-2.13 CONCRETE DUCT MARKERS. Markers shall be as specified in Item L-110 and as
detailed on drawings.
100-2.14 CONCRETE MANHOLES AND HANDHOLES. Manholes and handholes shall be as
specified in Item L-115 and as detailed on drawings.
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 6 of 14 APRIL 2025 | #35022.008.02
100-2.15 LIGHT BASES AND TRANSFORMER HOUSING. Bases and covers shall be specified
in item L-125 and as detailed on drawings.
100-2.16 OTHER ELECTRICAL EQUIPMENT. Cutouts, relays, terminal blocks, transfer relays,
circuit breakers, and all other regularly used commercial items of electrical equipment not covered by
FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of
Electrical and Electronic Engineers (IEEE) or the National Electrical Manufacturers Association
(NEMA). When specified, test reports from a testing laboratory indicating that the equipment meets the
specifications shall be supplied. In all cases, equipment shall be new and a first -grade product. This
equipment shall be supplied in the quantities required for the specific project and shall incorporate the
electrical and mechanical characteristics specified in the specification and plans.
100-2.17 CONSTANT CURRENT REGULATORS. Constant current regulators (CCRs) shall be
dry type, air cooled, L-828, designed to supply one, three or five-precision output current levels (6.6 amp)
to power series lighting circuits on airport runways and taxiways.
Regulators shall be ferro-resonant type.
Each regulator shall be furnished with a control module capable of providing L-827 monitoring and
control and capable of fully integrating with, or replicating, the existing and modified functions of the
existing Airfield Lighting Control and Monitoring System (ALCMS).
Each regulator shall be capable of fully integrating with the functions of the airfield lighting control
system.
The regulators shall use solid-state circuitry to accurately regulate the output current from the phase-linear
power transformer to within +/-3% of the preset current level from no load to full load and with input
voltage variations of -5% to +10% of nominal (-40° to +55°C). The nominal output current levels shall
be maintained even when 50% of the isolation transformers in the series lighting circuit have open
secondaries.
Brightness-step selection shall be either by manual operation of the rotary control switch or push buttons
on the regulator’s front panel or by 48 V ac or 120 V ac remote control signals from a distant location.
Efficient operation (which results in high primary power factor) at low loads shall be ensured by a half-
power tap on the output winding of the main transformer. Regulator supply voltages shall be 240V, 1
phase, 60 Hz and set at the factory according to user requirements.
Protective circuitry shall automatically de-energize the regulator when an overcurrent or open-circuit is
sensed in the series lighting circuit. The regulators shall be shipped ready for use and can be floor
mounted or mounted on a rack or shelf.
Other features and characteristics shall include:
a. Primary contactor shall never open or close under load.
b. LED indicators for open-circuit, overcurrent, W-VA and system-in-operation.
c. Remote input shall have 1,000 V ac surge withstand capability.
d. Built-in true RMS-reading ammeter (10 A maximum scale.)
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 7 of 14 APRIL 2025 | #35022.008.02
e. Minimum power factor of 0.90 (at full load, using proper tap.)
f. On/off switching capability under any load.
g. Overcurrent, open-circuit, undervoltage, transient protection from lightning (25,000 amp surge)
and other sources on output lines and remote input lines.
h. Input lightning protection assemblies.
i. Output current surge limitation—protects series incandescent lamps.
j. After a supply power loss, operation shall resume within 5 seconds after input power is restored
at preset brightness level.
k. Pressure-type terminal blocks for connections of external remote control wiring.
l. The regulator shall use no solid-state components directly in the output (series) circuit and shall
not be susceptible to extraneous signals which can affect solid-state design CCRs.
m. The regulators shall be designed not to cause any electromagnetic interference which can affect
the operation of other airport equipment.
n. Automatic shutdown if supply voltage is +/- 15% of optimum.
o. Automatic shutdown if series circuit is disconnected.
p. Regulators shall have full self-diagnostic capabilities.
CONSTRUCTION METHODS
100-3.1 EXISTING UTILITIES. Prior to any excavation or trenching, provide utility locator and
verify any existing cables and utilities which will be crossed by the trench. Ensure these utilities are
permanently disconnected if they are going to be demolished. The existing service lines shall be exposed
by hand-digging in those areas that will be crossed and shall be protected from any possible damage. If
any damage occurs, it shall be the Contractor's responsibility to immediately repair such damage with
materials and methods approved by the Owner and in compliance with applicable codes and standards, at
no additional cost to the Owner.
100-3.2 DEMOLITION.
a. Demolition. Removal of indicated portions of the airfield lighting system serving Runway 16-
34, Taxiway ‘A’ and associated taxiway connectors as follows:
(1) Remove indicated power and signal cables from conduits and ducts.
(2) Demolish indicated conduits, ducts, handholes and concrete light and sign bases
Backfill per plan to match existing area conditions. Elements covered shall include
the intent, but not be limited to the specific elements, of the following:
(a) Underground conduits and duct banks, both concrete encased and direct earth
buried.
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 8 of 14 APRIL 2025 | #35022.008.02
(b) Underground electrical concrete structures including manholes and handholes
of varying sizes.
(c) Sign and light concrete encased bases and miscellaneous concrete footings.
(3) Remove demolished material from site and dispose of according to local regulations.
(4) Provide backfill meeting the requirements of P-152. Unless otherwise required for
general Civil excavation and embankment, replacement backfill and paving repair
shall be incidental to the demolition item.
b. Salvage. Removal and salvage of airfield electrical elements is included under this Item shall
include the intent, but not be limited to the specific elements, of the following:
(1) Light fixtures and isolation transformers.
(2) Signs and isolation transformers.
(3) Sign panels.
(4) Salvageable material and equipment slated for reinstallation including indicated
signs, panels and lights shall be stored securely for reinstallation as noted on
drawings.
(5) Salvageable material and equipment not slated for reinstallation, and deemed
salvageable by the Airport shall be removed and salvaged to the Airport as directed
by appropriate Airport personnel.
(6) All lights and signs deemed non-salvageable by the Airport and isolation
transformers (which are not slated for reinstallation) shall become the property of the
Contractor and shall be removed from the site.
100-3.3 CLEANING AND RACKING OF MANHOLES AND HANDHOLES. Manholes and
handholes through which new cables are to be pulled, or those designated by the Owner, shall be cleaned
and have the cables racked as follows:
a. Pump out standing water – enough to safely and thoroughly accomplish all of the other tasks.
b. Remove mud/dirt at bottom of enclosure - enough to safely and thoroughly accomplish all of the
other tasks as well as enough to uncover drain sumps, pulling eyes, etc.
c. Remove non-affixed construction debris.
d. Install new saddle racks per specification and as shown on the drawings
e. Rack existing and new cables in loops around inside of enclosure. If slack in existing cables is
insufficient for full cable loop, hang cables on rack(s) on one wall.
100-3.4 CONSTANT CURRENT REGULATORS.
a. Visual Examination. Each constant current regulator shall be visually examined to ensure that
porcelain bushings are not cracked, no shipping damage has occurred, internal and external
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 9 of 14 APRIL 2025 | #35022.008.02
connections are correct, switches and relays operate freely and are not tied or blocked, fuses (if
required) are correct. The instructions on the plates attached to the regulators shall be accomplished.
After examination and tests are completed, replace all covers tightly.
b. Electric Tests. The supply voltage and input tap shall be checked to see that they correspond.
With the load disconnected, the regulator shall be energized and the open circuit protector observed
to see that it de-energizes the regulator within 3 seconds. After testing the circuits for open
connections and grounds, and after determining that all lamps are good and in place, the circuit load
shall be applied to the regulator and the voltage and current measured simultaneously on all
brightness taps. The true RMS voltmeter and ammeter shall have an accuracy of plus or minus one
percent. Readings shall be recorded and shall be made during the day and night in order to obtain
the average supply voltage. The output current on each brightness tap shall be within plus or minus
2 percent of the nameplate values after any necessary correction is made in the supply voltage. If
the output current on tap 5 of the 5-step regulators or tap 3 of the 3-step regulators deviates from the
nameplate value by more than 2%, and the regulator is not overloaded, the internal adjustment shall
be checked as described on the regulator instruction plate. Since the adjustment may be rather
delicate, it is acceptable that a deviation of up to plus or minus 5% be allowed on the lower taps
before attempting to readjust the regulator.
100-3.5 AIRFIELD POWER CONDUCTORS. Installation of underground 5 kV conductors is
specified in Item L-108 of these specifications.
100-3.6 INSTALLATION OF MISCELLANEOUS CABLES AND CONDUCTORS. Where
new cables or conductors are to be installed in an existing conduit which already contains cables or
conductors, all of the existing cables or conductors shall be pulled from the conduit and the conduit
cleaned as described below. If, as noted on the drawings the re-use of the existing cable or conductors is
intended - or as otherwise approved by the RPR.- all cables or conductors (new and re-used) shall then be
pulled into the conduit as a bundled unit.
Existing underground conduit to be incorporated into a new/extended system shall be cleaned with a
mandrel or cylinder wire brush and blown clean with compressed air.
100-3.7 GROUNDING. All metal support structures and metal enclosures shall be grounded in
accordance with the requirements of the Specifications FAA-C-1217, FAA-C-1391, and FAA-STD-019,
and as indicated on the drawings.
100-3.8 GROUND RODS. Grounding rods shall be 3/4-inch diameter by 10 feet long copper-
jacketed steel. Grounding connections shall be by the exothermic weld process, Cadweld or equal.
Extruded, drawn or stamped-type ground clamps will not be acceptable unless otherwise noted. The
resistance to ground shall not exceed 25 ohms.
100-3.9 GROUND CONDUCTORS. Equipment grounding conductors shall be insulated copper,
except where shown on the project drawings to be bare, and sized as shown on the project drawings; and
all grounds will be shown in accordance with Article 250-122 of the National Electrical Code and with
FAA-STD-019. Attachment of wire to supports, boxes, etc., shall be accomplished using approved
ground lug attached with a separate stainless steel screw, lock washer and nut. Screws used for support of
the electrical enclosure shall not be used for connection of the ground wire. Pipe straps shall not be used
for ground purposes.
COLOR CODING OF GROUND CONDUCTORS
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 10 of 14 APRIL 2025 | #35022.008.02
TYPE OF GROUND CONDUCTOR COLOR OF INSULATION
Grounding Electrode Conductor Bare - No Insulation
Equipment Grounding Conductor Green (safety)
*Multipoint Ground (Frame) Green with bright orange tracer
*Signal Ground Green with bright yellow tracer
*Where these cables are concealed and not color coded, an exposed portion of the cable and each end of
the cable for a minimum length of 2 feet shall be color coded with green tape overlaid with a bright
orange or yellow to form a tracer. Where routed through raceways or wireways, the color coding shall be
such that by removing or opening any one cover, the coding will be visible. Where conductors are routed
through cable trays, color coding shall be accomplished at intervals not exceeding 3 feet.
The multi-ground system supplements but does not replace the equipment grounding conductor required
by the National Electrical Code.
Each of these separate ground conductors is insulated in order to keep it distinct and not allow contact
with any other conductor.
Electrical continuity of cable armor or shield shall be maintained. Grounding of the cable armor or shield
shall be required at all terminations and shall be accomplished by connecting a #6 AWG solid bare copper
wire to the cable armor or shield by means of a compression-type ground clamp installed within the
terminating enclosure. Armor or shield ground wire shall be connected to the ground electrode conductor
using split bolt connector, Burndy or equal. Grounding of direct earth burial (DEB) armored power and
shielding control cable shall be at each end in accordance with FAA-C-1391.
100-3.10 IDENTIFICATION. Handhole, manhole, fixture and sign identification shall be as detailed
on the drawings and as indicated in the associated “L” series Items. Cable tagging and markers shall be
identified as per FAA-C-1391, Sections 3.5.1 and 2.
100-3.11 NOTIFICATION OF TESTING. The Contractor shall notify the Engineer and the Owner
a minimum of 48 hours in advance of system, or partial system, testing, including but not limited to,
installed cable megger testing, operational testing of any modified lighting circuit and fixture and signs
photometric testing.
100-3.12 TESTING AND SUBMITTALS. Equipment and materials list and shop drawings shall be
submitted as per FAA-C-1217, Section 5.1. Testing shall be required and performed as per FAA-C-1217,
Section 5.3 and FAA-C-1391, Section 4. The Contractor shall be responsible for repairs or replacement
of any cable found defective after installation.
The Contractor shall test the installed airfield lighting and miscellaneous power cables prior to the start of
and at the completion of this project. The results of the testing shall be provided to the Owner for review
and acceptance. The Contractor shall be responsible for repairs or replacement of any cable found
defective after installation.
Installation tests in addition to all tests contained in other L-Series Items shall be provided as follows:
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 11 of 14 APRIL 2025 | #35022.008.02
Item Test Required Manufac-
turer's
Rep.
Present?
5 kV Rated Airfield Lighting
and Power Cables (On the Reel,
Not Including Equipment for
Contractor Quality Control.
May be deleted per coordination
with Engineer).
Megger check at 1000 volts prior to installation.
Values of insulation resistance for each reel shall be
noted and given to the RPR for acceptance. It is
expected that the readings will be greater than 1000
megohms (1 gigohm).
This test is for Contractor assurance and may be
waived as coordinated with the RPR.
No
5 kV Rated Airfield Lighting
and Power Cables (Installed in
This Project)
Megger check at 1000 volts at the completion of
installation. Test every circuit for conductor-to-
ground and conductor-to-conductor (between
circuits) insulation resistance. Test results shall be
tabulated and given to the RPR for acceptance.
It is required that the readings be greater than 100
megohms.
No
5 kV Rated Airfield Lighting
and Power Cables (All Circuits
Modified in This Project,
Emanating from any Lighting
Vault)
Megger check at 1000 volts prior to the start of and
at the completion of installation. Test every circuit
for conductor-to-ground and conductor-to-
conductor (between circuits) insulation resistance.
Test results shall be tabulated and given to the RPR
and Owner for acceptance.
End state circuits with megger test results
significantly less than the start of construction test
results shall be diagnosed and repaired to the
Owner’s satisfaction at Contractor’s expense.
No
600 Volt Rated Power Cables
(Installed in This Project)
Megger check at 500 volts prior to the start of and
at the completion of installation. Test every circuit
for conductor-to-ground and conductor-to-
conductor (between circuits) insulation resistance.
Test results shall be tabulated and given to the RPR
for acceptance. It is required that the readings be
greater than 100 megohms.
End state circuits with megger test results
significantly less than the start of construction test
results shall be diagnosed and repaired to the
Owner’s satisfaction at Contractor’s expense.
No
5 kV and 600 Volt and Multi-
pair Cables
If a power cable puller is used, continuous-tape pull
tension readings for each section of cable shall be
provided to the RPR or Owner for review.
No
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 12 of 14 APRIL 2025 | #35022.008.02
Item Test Required Manufac-
turer's
Rep.
Present?
Bases All in-pavement lighting cans shall be fitted in
accordance with FAA Advisory Circulars such that
the base of the fitting, when installed, shall be level
with the surrounding surface. Alignment jigs as
supplied by Jaquith Industries, Inc. or approved
equal system of alignment shall be used to ensure
the can is aligned in such a way that no portion of
the can shall be above the level of the surrounding
surface and the can is geometrically positioned such
that when the fitting is installed, the light beam will
be directed in accordance with the appropriate
advisory circulars for that type of fitting and its
location.
No
Airfield Signs and Light Fixture
(Testing prior to installation is
for Contractor Quality Control.
May be deleted per coordination
with Engineer).
Each sign or light fixture will be carefully
examined prior to installation to ensure that lenses,
where required, have been fitted, no signs of
physical damage to the fittings exist and the lamps
are working by connecting the fittings' electrical
leads to a DC voltage source not exceeding 6 volts,
such as a motorcycle battery. Any failures are to be
reported to the RPR. The fittings, when installed,
shall be torqued to manufacturer's and FAA
requirements and noted.
No
METHOD OF MEASUREMENT
100-4.1 AIRFIELD ELECTRICAL SYSTEM DEMOLITION AND SALVAGE. This Item
consists of the removal of indicated portions of the airfield lighting system serving Runway 16-34,
Taxiway ‘A’ and associated connector taxiways. This work also includes the removal of all conductors
which are not to remain in service from ducts or conduits accessed under this project. Conduit, duct
banks, fixture bases and concrete handholes are to be selectively demolished as part of the grading and
excavation or abandoned in place.
BASIS OF PAYMENT
100-5.1 AIRFIELD ELECTRICAL SYSTEM DEMOLITION AND SALVAGE . Payment will be
made at the contract Lump Sum price for the electrical demolition, removal and salvage services
completed and accepted. This price shall be full compensation for furnishing all materials and for all
labor, equipment, tools, and incidentals necessary to complete this Item as accepted by the Owner.
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 13 of 14 APRIL 2025 | #35022.008.02
Payment will be made under:
Item L-100-5.1 Airfield Electrical System Demolition and Salvage – Per Lump Sum
CENTURY WEST ENGINEERING L-100 Electrical General Requirements - 14 of 14 APRIL 2025 | #35022.008.02
REFERENCE DOCUMENTS (All references shall be current edition)
National Fire Protection Association:
NFPA No. 70 National Electrical Code (NEC)
Underwriters Laboratories Inc.:
UL 67 Panelboards
UL 1283 Electromagnetic Interference Filters
UL 1449 Transient Voltage Surge Suppressors
Institute of Electrical and Electronics Engineers:
IEEE 1100 Recommended Practice for Powering and Grounding Electronic Equipment
IEEE C62.41 Recommended Practice on Surge Voltages in Low-Voltage AC Power
Circuits
IEEE C62.45 Guide on Surge Testing for Equipment Connected to Low-Voltage AC Power
Circuits
National Electrical Manufacturers Association:
NEMA AB 1 Molded Case Circuit Breakers and Molded Case Switches
NEMA FU 1 Low Voltage Cartridge Fuses
NEMA ICS 2 Industrial Control and Systems: Controllers, Contactors, and Overload
Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC
NEMA ICS 5 Industrial Control and Systems: Control Circuit and Pilot Devices
NEMA KS 1 Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts
Maximum)
NEMA LS 1 Low Voltage Surge Protection Devices
NEMA PB 1 Panelboards
NEMA PB 1.1 General Instructions for Proper Installation, Operation, and Maintenance of
Panelboards Rated 600 Volts or Less
ANSI/IEEE
ANSI/IEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth
Surface Potentials of a Ground System
END OF ITEM L-100
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 1 of 11 APRIL 2025 | #35022.008.02
Item L-108 Underground Power Cable for Airports
DESCRIPTION
108-1.1 This item shall consist of furnishing and installing power cables within conduit or duct banks per
these specifications at the locations shown on the plans. Also included are the installation of counterpoise
wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all
incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the
Resident Project Representative (RPR). This item shall not include the installation of duct banks or conduit,
trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA
owned/operated facilities.
EQUIPMENT AND MATERIALS
108-2.1 General.
a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under
the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version.
b. All other equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer’s certification of compliance with the applicable specification, when
requested by the RPR.
c. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide materials
per these specifications. Materials supplied and/or installed that do not comply with these specifications
shall be replaced with materials that comply with these specifications at the Contractor’s cost.
d. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets
are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and
boldly mark each copy to identify products or models applicable to this project. Indicate all optional
equipment and delete any non-pertinent data. Submittals for components of electrical equipment and
systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made
bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible
for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of
submittals.
e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format. The
RPR reserves the right to reject any and all equipment, materials, or procedures that do not meet the system
design and the standards and codes, specified in this document.
f. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for at least 12 months from the date of final acceptance by the Owner.
The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion, with no
additional cost to the Owner. The Contractor shall maintain a minimum insulation resistance in accordance
with paragraph 108-3.10e with isolation transformers connected in new circuits and new segments of
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 2 of 11 APRIL 2025 | #35022.008.02
existing circuits through the end of the contract warranty period when tested in accordance with AC
150/5340-26, Maintenance Airport Visual Aid Facilities, paragraph 5.1.3.1, Insulation Resistance Test.
Only Third Party certified manufacturers, listed in AC 150/5345-53, Appendix 3 Addendum (as
required) and meeting the BUY AMERICAN preference requirements can provide equipment and
materials specified in the Contract Documents. Documentation certifying compliance with the
BUY AMERICAN preference rules for Airport Improvement Program (AIP) cited in 49 USC
§50101) shall be included with each equipment and material submittal.
108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall
conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for
Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series
circuits shall be single conductor, seven strand, #8 American wire gauge (AWG), L-824 Type C, 5,000
volts, non-shielded, with cross linked polyethylene insulation. L-824 conductors for use on the L-830
secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer’s
recommendations. All other conductors shall comply with FAA and National Electric Code (NEC)
requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield
lighting transformers and fixtures.
Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item
Description A-A-59544A and shall be type THWN-2, 75°C for installation in conduit and RHW-2, 75°C
for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed
in accordance with NFPA-70, National Electrical Code.
Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a 75°C,
THWN-2, 600-volt insulation, copper conductors, not more than three single insulated conductors, in
raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600-volt insulated conductors.
The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation.
In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG.
Conductor sizes may have been adjusted due to voltage drop or other engineering considerations.
Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors
shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up
adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be
considered incidental to the respective pay items provided.
Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract
Document.
108-2.3 Bare Copper Wire for Internal Safety. The light base ground shall be a #6 AWG (#2 AWG for
FAA Facilities) bare copper wire jumper bonded to the ground lug at the light fixture base or stake to a
ground rod installed beside the fixture.
108-2.4 Bare copper wire (counterpoise, bare copper wire ground and external ground rods). Wire
for counterpoise or external ground installations for airfield lighting systems shall be No. 6 AWG bare solid
copper wire for counterpoise and/or No. 6 AWG insulated stranded for grounding bond wire per ASTM B3
and ASTM B8, and shall be bare copper wire. For voltage powered circuits, the equipment grounding
conductor shall comply with NEC Article 250.
Ground rods shall be one piece copper-clad steel. The ground rods shall be of the length and diameter
specified on the plans, but in no case be less than 10 feet long nor less than 3/4 inch in diameter.
108-2.5 Cable connections. In-line connections or splices of underground primary cables shall be of the
type called for on the plans, and shall be one of the types listed below. No separate payment will be made
for cable connections.
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 3 of 11 APRIL 2025 | #35022.008.02
a. The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that
manufactured by 3MTM Company, “Scotchcast” Kit No. 82-B, or an approved equivalent, used for potting
the splice is acceptable.
b. The field-attached plug-in splice. Field attached plug-in splices shall be installed as shown on the
plans. The Contractor shall determine the outside diameter of the cable to be spliced and furnish
appropriately sized connector kits and/or adapters. Tape or heat shrink tubing with integral sealant shall be
in accordance with the manufacturer’s requirements. Primary Connector Kits manufactured by Amerace,
"Super Kit", Integro "Complete Kit", or approved equal is acceptable.
c. The factory-molded plug-in splice. Specification for L-823 Connectors, Factory-Molded to
Individual Conductors, is acceptable.
d. The taped or heat-shrink splice. Taped splices employing field-applied rubber, or synthetic rubber
tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D4388
and the plastic tape should comply with Military Specification MIL-I-24391 or Commercial Item
Description A-A-55809. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing rated for the
voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall be factory
coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced
forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor cables,
shielded cables, and armored cables shall be factory kits that are designed for the application. Heat
shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy
Division, or approved equivalent.
In all the above cases, connections of cable conductors shall be made using crimp connectors using a
crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices
and terminations shall be made per the manufacturer’s recommendations and listings.
All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic
process or approved equivalent, except that a light base ground clamp connector shall be used for
attachment to the light base. All exothermic connections shall be made per the manufacturer’s
recommendations and listings.
108-2.6 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport
cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to
the RPR proof of the qualifications of each proposed cable splicer for the airport cable type and voltage
level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years
continuous experience in terminating/splicing medium voltage cable.
108-2.7 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
108-2.8 Flowable backfill. Flowable material used to backfill trenches for power cable trenches shall
conform to the requirements of Item P-153, Controlled Low Strength Material.
108-2.9 Cable identification tags. Cable identification tags shall be made from a non-corrosive material
with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on
the plans.
108-2.10 Tape. Electrical tapes shall be ScotchTM Electrical Tapes –ScotchTM 88 (1-1/2 inch (38 mm) wide)
and ScotchTM 130C® linerless rubber splicing tape (2-inch (50 mm) wide), as manufactured by the
Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent.
108-2.11 Electrical coating. Electrical coating shall be Scotchkote™ as manufactured by 3MTM,
“LiquidRubber”,or an approved equivalent.
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 4 of 11 APRIL 2025 | #35022.008.02
108-2.12 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the
existing circuit’s insulation resistance shall be tested, in the presence of the RPR. The test shall be
performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall
record the results on forms acceptable to the RPR. When the work affecting the circuit is complete, the
circuit’s insulation resistance shall be checked again, in the presence of the RPR. The Contractor shall
record the results on forms acceptable to the RPR. The second reading shall be equal to or greater than the
first reading or the Contractor shall make the necessary repairs to the existing circuit to bring the second
reading above the first reading. All repair costs including a complete replacement of the L-823 connectors,
L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be
submitted in the Operation and Maintenance (O&M) Manual.
108-2.13 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) Red
(electrical power lines, cables, conduit and lighting cable) with continuous legend tape shall be polyethylene
film with a metalized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to
the respective bid item. Detectable warning tape for communication cables shall be orange. Detectable
warning tape color code shall comply with the APWA Uniform Color Code.
CONSTRUCTION METHODS
108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated on
the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to
carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splices,
from fixture to fixture.
Cable connections between lights will be permitted only at the light locations for connecting the
underground cable to the primary leads of the individual isolation transformers. The Contractor shall be
responsible for providing cable in continuous lengths for home runs or other long cable runs without
connections unless otherwise authorized in writing by the RPR or shown on the plans.
In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for
maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification
markers shall be installed on both sides of the L-823 connectors installed and on both sides of slack loops
where a future connector would be installed.
Provide not less than 5 feet but no more than 10 feet of cable slack on each side of all connections, isolation
transformers, light units, and at points where cable is connected to field equipment. Where provisions must
be made for testing or for future above grade connections, provide enough slack to allow the cable to be
extended at least one foot (30 cm) vertically above the top of the access structure. This requirement also
applies where primary cable passes through empty light bases, junction boxes, and access structures to
allow for future connections, or as designated by the RPR.
Primary airfield lighting cables installed shall have cable circuit identification markers attached on both
sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points,
such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for
imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch (6 mm) in
size. The cable circuit identification shall match the circuits noted on the const ruction plans.
108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct
banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed
in each single duct or conduit, and the current-carrying capacity of each cable shall be per the latest version
of the National Electric Code, or the code of the local agency or authority having jurisdiction.
The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct
banks.
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 5 of 11 APRIL 2025 | #35022.008.02
Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable
first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance
that the shortest routes are selected and that any potential interference is avoided.
Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical
Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to
installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The
mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts
and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and
swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed
except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item
of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re-
cleaned at the Contractor’s expense. The Contractor shall verify existing ducts proposed for use in this
project as clear and open. The Contractor shall notify the RPR of any blockage in the existing ducts.
The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the
insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-
seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately, heat shrinkable
tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more
than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The
pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with
the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer’s
recommendations. A non-hardening cable-pulling lubricant recommended for the type of cable being
installed shall be used where required.
The Contractor shall submit the recommended pulling tension values to the RPR prior to any cable
installation. If required by the RPR, pulling tension values for cable pulls shall be monitored by a
dynamometer in the presence of the RPR. Cable pull tensions shall be recorded by the Contractor and
reviewed by the RPR. Cables exceeding the maximum allowable pulling tension values shall be removed
and replaced by the Contractor at the Contractor’s expense.
The manufacturer’s minimum bend radius or NEC requirements (whichever is more restrictive) shall apply.
Cable installation, handling and storage shall be per manufacturer’s recommendations. During cold
weather, particular attention shall be paid to the manufacturer’s minimum installation temperature. Cable
shall not be installed when the temperature is at or below the manufacturer’s minimum installation
temperature. At the Contractor’s option, the Contractor may submit a plan, for review by the RPR, for
heated storage of the cable and maintenance of an acceptable cable temperature during installation when
temperatures are below the manufacturer’s minimum cable installation temperature.
Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be
coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket.
108-3.3 – Not Used
108-3.4 – Not Used
108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel
regularly engaged in this type of work and shall be made as follows:
a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be
assembled, and the compound shall be mixed and poured per the manufacturer’s instructions and to the
satisfaction of the RPR.
b. Field-attached plug-in splices. These shall be assembled per the manufacturer’s instructions. These
splices shall be made by plugging directly into mating connectors. The joint where the connectors come
together shall be finished by one of the following methods: (1) wrapped with at least one layer of rubber or
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 6 of 11 APRIL 2025 | #35022.008.02
synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm)
on each side of the joint (2) Covered with heat shrinkable tubing with integral sealant extending at least 1 -
1/2 inches (38 mm) on each side of the joint or (3) On connector kits equipped with water seal flap; roll-
over water seal flap to sealing position on mating connector.
c. Factory-molded plug-in splices. These shall be made by plugging directly into mating connectors.
The joint where the connectors come together shall be finished by one of the following methods: (1)
Wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plasti c tape, one-half
lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. (2) Covered with heat shrinkable
tubing with integral sealant extending at least 1-1/2 inches (38 mm) on each side of the joint. or (3) On
connector kits so equipped with water seal flap; roll-over water seal flap to sealing position on mating
connector.
d. Taped or heat-shrink splices. A taped splice shall be made in the following manner:
Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket
allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of
bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be
penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery
paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly
cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp
conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed.
Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface
over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping, wipe the
entire area with a clean lint-free cloth. Do not use solvents.
Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as
recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating
the tape, stretching it just short of its breaking point. The manufacturer's recommendation for stretching
tape during splicing shall be followed. Always attempt to exactly half-lap to produce a uniform buildup.
Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of
approximately one inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl
pressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as
solvents to the tape. No further cable covering or splice boxes are required.
Heat shrinkable tubing shall be installed following manufacturer’s instructions. Direct flame heating shall
not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat -
shrink application shall be clean and free of contaminates prior to application.
e. Assembly. Surfaces of equipment or conductors being terminated or connected shall be prepared in
accordance with industry standard practice and manufacturer’s recommendations. All surfaces to be
connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other
foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean
all surfaces at least 1/4 inch (6.4 mm) beyond all sides of the larger bonded area on all mating surfaces.
Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to
original condition after completing the connection.
108-3.6 Bare counterpoise wire installation for lightning protection and grounding. As shown on the
plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed
for lightning protection of the underground cables. The RPR shall select one of two methods of lightning
protection for the airfield lighting circuit based upon sound engineering practice and lightning strike
density.
a. Equipotential – Not Used.
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 7 of 11 APRIL 2025 | #35022.008.02
b. Isolation – Counterpoise size is as shown on the plans.
The counterpoise conductor shall be installed halfway between the pavement edge and the light base,
mounting stake, raceway, or cable being protected.
The counterpoise conductor shall be installed 8 inches (203 mm) minimum below grade. The
counterpoise is not connected to the light base or mounting stake. An additional grounding electrode is
required at each light base or mounting stake. The grounding electrode is bonded to the light base or
mounting stake with a 6 AWG solid copper conductor.
See AC 150/5340-30, Design and Installation Details for Airport Visual Aids and NFPA 780, Standard
for the Installation of Lightning Protection Systems, Chapter 11, for a detailed description of the Isolation
Method of lightning protection.
c. Common Installation requirements. When a metallic light base is used, the grounding electrode
shall be bonded to the metallic light base or mounting stake with a No. 6 AWG bare, annealed or soft drawn,
solid copper conductor.
When a nonmetallic light base is used, the grounding electrode shall be bonded to the metallic light
fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. ]
Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed in the
NFPA 70 (NEC) or NFPA 780.
Where raceway is installed by the directional bore, jack and bore, or other drilling method, the
counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and
bore, or other drilling method raceway, external to the raceway or sleeve.
The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the
plans but not more than 500 feet (150 m) apart around the entire circuit. The counterpoise system shall be
continuous and terminate at the transformer vault or at the power source. It shall be securely attached to
the vault or equipment external ground ring or other made electrode-grounding system. The connections
shall be made as shown on the plans and in the specifications.
Where an existing airfield lighting system is being extended or modified, the new counterpoise
conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and
existing airfield lighting counterpoise systems.
d. Parallel Voltage Systems. Provide grounding and bonding in accordance with NFPA 70, National
Electrical Code.
108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall be
installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a
complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for
airfield cable are installed in the same trench, the number and location of counterpoise wires above the
conduits shall be adequate to provide a complete area of protection measured 45 degrees each side of
vertical.
Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed
above the duct bank. Reference details on the construction plans.
108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on
the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at
ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct
bank. The new counterpoise conductor shall be bonded to the existing counterpoise system.
108-3.9 Bare Wire Installation for Light Base Ground. As shown on the details or included in the job
specifications, a copper grounding wire shall be installed for safety (personnel protection) per paragraph
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 8 of 11 APRIL 2025 | #35022.008.02
12.6 of AC-150-5340-30 (Latest Edition), “Design and Installation Details for Airport Visual Aids”. The
safety ground shall be connected to the external ground lug on the fixture base and to a ground rod installed
beside the fixture. The resistance to ground of the base must be 25 ohms or less per measurement with a
ground tester. See the NEC Handbook for additional information about grounding electrode installation
and testing. The light base ground shall be incidental to the installation of each base, l ight or sign.
108-3.10 Insulated Wire Installation for Light Fixture Bonding. As shown on the details or included in
the job specifications, a copper grounding wire shall be installed for safety (personnel protection) per
paragraph 12.7 of AC-150-5340-30 (Latest Edition), “Design and Installation Details for Airport Visual
Aids”. The safety ground shall be connected to the ground lug on the fixture base plate or fixture to the
internal ground lug on the base can. The light fixture bond shall be incidental to the installation of each
base, light or sign.
108-3.11 Exothermic bonding. Bonding of counterpoise wire shall be by the exothermic welding process
or equivalent method accepted by the RPR. Only personnel experienced in and regularly engaged in this
type of work shall make these connections.
Contractor shall demonstrate to the satisfaction of the RPR, the welding kits, materials and procedures to
be used for welded connections prior to any installations in the field. The installations shall comply with
the manufacturer’s recommendations and the following:
a. All slag shall be removed from welds.
b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not
recommended unless the base has been specially modified. Consult the manufacturer’s installation
directions for proper methods of bonding copper wire to the light base. See AC 150/5340-30 for galvanized
light base exception.
c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly
coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar Bitumastic®
material to prevent surface exposure to corrosive soil or moisture.
108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the
airport electrical systems and underground cable circuits before and after installation. The Contractor shall
perform all tests in the presence of the RPR. The Contractor shall demonstrate the electrical characteristics
to the satisfaction of the RPR. All costs for testing are incidental to the respective item being tested. For
phased projects, the tests must be completed by phase. The Contractor must maintain the test results
throughout the entire project as well as during the warranty period that meet the following:
a. Earth resistance testing methods shall be submitted to the RPR for approval. Earth resistance testing
results shall be recorded on an approved form and testing shall be performed in the presence of the RPR.
All such testing shall be at the sole expense of the Contractor.
b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by
construction activities the Contractor shall test the conductors for continuity with a low resistance
ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The
RPR shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor.
After installation, the Contractor shall test and demonstrate to the satisfaction of the RPR the following:
c. That all affected lighting power and control circuits (existing and new) are continuous and free from
short circuits.
d. That all affected circuits (existing and new) are free from unspecified grounds.
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 9 of 11 APRIL 2025 | #35022.008.02
e. That the insulation resistance to ground of all new non-grounded high voltage series circuits or cable
segments is not less than 100 megohms. Verify continuity of all series airfield lighting circuits prior to
energization.
f. That the insulation resistance to ground of all new non-grounded conductors of new multiple circuits
or circuit segments is not less than 100 megohms.
g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams.
h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include
operating each control not less than 10 times and the continuous operation of each lighting and power circuit
for not less than 1/2 hour.
i. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing
connections to other ground electrodes. The fall-of-potential ground impedance test shall be used, as
described by American National Standards Institute/Institute of Electrical and Electronic Engineers
(ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp-on style ground impedance
test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration
sheets shall be submitted for review and approval by the RPR prior to performing the testing.
Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the RPR.
Where connecting new cable to existing cable, insulation resistance tests shall be performed on the new
cable prior to connection to the existing circuit.
There are no approved “repair” procedures for items that have failed testing other than complete
replacement.
METHOD OF MEASUREMENT
108-4.1 The Contract Linear Foot Price paid for L-824, Type C, 1/C #8, 5 kV Cable shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the
work involved for installing Cable in duct bank or conduit and tested, complete in place, including layout,
debris control and cleanup, as shown on the Drawings and as specified in this Item. The measurement for
this item shall include additional quantities required for slack.
108-4.2 The Contract Linear Foot Price paid for Bare, 1/C #6, Counterpoise Wire shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the
work involved for installing Counterpoise Wire including trenching, ground rods and grounding connectors
complete in place and tested, including layout, dust and debris control and cleanup, as shown on the
Drawings and as specified in this Item. The measurement for this item shall include additional quant ities
required for slack.
BASIS OF PAYMENT
108-5.1 Payment will be made at the contract unit price for cable installed in duct bank or conduit, in place
by the Contractor and accepted by the RPR. This price shall be full compensation for furnishing all materials
and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals,
including ground rods and ground connectors and trench marking tape, necessary to complete this item.
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 10 of 11 APRIL 2025 | #35022.008.02
Payment will be made under:
Item L-108-5.1 Bare #6 CU Counterpoise Cable Installed in Trench or Bore Including
Ground Rods – per linear foot
Item L-108-5.2 New L-824 Type C #8, 5 kV Cable Installed in Existing or New Conduit-
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.
Advisory Circulars (AC)
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-53 Airport Lighting Equipment Certification Program
Commercial Item Description
A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation)
A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic
ASTM International (ASTM)
ASTM B3 Standard Specification for Soft or Annealed Copper Wire
ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors,
Hard, Medium-Hard, or Soft
ASTM B33 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for
Electrical Purposes
ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and
Electrically Insulating Rubber Tapes
Mil Spec
MIL-PRF-23586F Performance Specification: Sealing Compound (with Accelerator),
Silicone Rubber, Electrical
MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
NFPA-780 Standard for the Installation of Lightning Protection Systems
American National Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
CENTURY WEST ENGINEERING L-108 Underground Power Cable for Airports - 11 of 11 APRIL 2025 | #35022.008.02
Federal Aviation Administration Standard
FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding
Requirements for Facilities and Electronic Equipment
END OF ITEM L-108
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 1 of 12 APRIL 2025 | #35022.008.02
Item L-109 Airport Transformer Vault and Vault Equipment
DESCRIPTION
109-1.1 This item shall consist of removing an existing airport transformer vault and equipment and
constructing an airport transformer vault per these specifications and per the design and dimensions shown
in the plans. This work shall also include the installation of conduits in the floor and foundation, painting
and lighting of the vault or metal housing, and the furnishing of all incidentals that are necessary to produce
a completed unit. Included as a separate part under this item or as a separate item where an existing vault
is to be used shall be the furnishing of all vault equipment, wiring, electrical buses, cable, conduit, potheads,
and grounding systems or reconfiguring the equipment within the existing vault building per the plans. This
work shall also include the painting of equipment and conduit; the marking and labeling of equipment and
the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals . The
vault and equipment installed shall be installed in operating condition as a complete unit to the satisfaction
of the RPR
The contractor will remove or salvage all indicated equipment and reinstall as shown in plans in new vault.
All equipment removed shall be salvaged to the airport or disposed of if the airport doesn’t want to keep
the removed equipment. The existing building to be removed per airport, state and local requirements.
EQUIPMENT AND MATERIALS
109-2.1 General.
a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be certified in
AC 150/5345-53, Airport Lighting Equipment Certification Program (ALECP) and listed in the ALECP
Addendum.
b. All other equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer’s certification of compliance with the applicable specification when
requested by the RPR.
c. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide materials
per these specifications. Materials supplied and/or installed that do not comply with these specifications
shall be removed (when directed by the RPR) and replaced with materials that comply with these
specifications at the Contractor’s cost.
d. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets
are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and
boldly mark each copy to identify products or models applicable to this project. Indicate all optional
equipment and delete any non-pertinent data. Submittals for components of electrical equipment and
systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made
bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible
for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of
submittals.
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 2 of 12 APRIL 2025 | #35022.008.02
e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronic pdf format tabbed by specification
section. The RPR reserves the right to reject any and all equipment, materials or procedures that do not
meet the system design and the standards and codes, specified in this document.
f. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least 12 months from final acceptance by the
Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion,
with no additional cost to the Owner.
CONSTRUCTION OF VAULT
109-3.1 Electrical vault building. The electrical vault building must comply with NEC Article 110.31,
Enclosure for Electrical Installations, Item (A) Electrical Vaults. Construct the building of materials having
adequate structural strength for the conditions and installed location, has a minimum fire rating of two or
three hours as determined by the authority having jurisdiction (AHJ), and is bullet resistant to minimum
UL 752 Level 4.
109-3.2 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
109-3.3 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another RPR approved third party
certification program. Precast concrete structures shall conform to ASTM C478. Contractor shall submit in
deferred submittal structural plans reviewed and stamped by WA state structural engineer including any
required Geotechnical information for proposed building and foundation for RPR and airport review.
109-3.4 Reinforcing steel. Reinforcing steel bars shall be intermediate or structural grade deformed-type
bars and shall be per ASTM A615.
109-3.5 Brick. Brick shall be per ASTM C62, Grade SW.
109-3.6 Rigid steel conduit. Rigid steel conduit and fittings shall be per Underwriters Laboratories
Standards 6 and 514B.
109-3.7 Plastic Conduit and fittings. Plastic Conduit and fittings shall conform to the requirements of
UL-651 and UL-654 schedule 40 polyvinyl chloride (PVC) suitable for use above or below ground.
109-3.8 Lighting. Vault or metal-housing light fixtures shall be of a vapor-proof type.
109-3.9 Outlets. Convenience outlets shall be heavy-duty duplex units designed for industrial service.
109-3.10 Switches. Vault or metal-housing light switches shall be single-pole switches.
109-3.11 Paint.
a. Priming paint for non-galvanized metal surfaces shall be a high solids alkyd primer compatible with
the manufacturer’s recommendations for the intermediate or topcoat.
b. White paint for body and finish coats on metal and wood surfaces shall be ready-mixed paint
conforming to the Master Painter’s Institute (MPI), Reference #9, Exterior Alkyd, Gloss.
c. Priming paint for wood surfaces shall be mixed on the job by thinning the specified white paint by
adding 1/2 pint (0.24 liter) of raw linseed oil to each gallon (liter).
d. Paint for the floor, ceiling, and inside walls shall be per Porter Paint Company 69, 71, and 79 or
equivalent. Walls and ceiling shall be light gray and the floor shall be medium gray.
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 3 of 12 APRIL 2025 | #35022.008.02
e. The roof coating shall be hot asphalt material per ASTM D2823. Asbestos-free roof coating per
ASTM D4479 may be substituted if required by local codes.
109-3.12 Ground bus. Ground bus shall be 1/8 3/4 inch (3 19 mm) minimum copper bus bar.
109-3.13 Square duct. Duct shall be square similar to that manufactured by the Square D Company (or
equivalent), or the Trumbull Electric Manufacturing Company (or equivalent). The entire front of the duct
on each section shall consist of hinged or removable cover for ready access to the interior. The cross-section
of the duct shall be not less than 4 4 inch (100 100 mm) except where otherwise shown in the plans.
109-3.14 Ground rods. Ground rods shall be in accordance with Item L-108.
109-3.15 Vault prefabricated metal housing. The prefabricated metal housing shall be a commercially
available unit.
109-3.16 FAA-approved equipment. Certain items of airport lighting equipment installed in vaults are
covered by individual ACs listed below:
AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport Lighting
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting
Circuits
AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors
AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot
Control of Airport Lighting Circuits.
AC 150/5345-49 Specification for L-854, Radio Control Equipment
AC 150/5345-56 Specification for L-890 Airport Lighting Control and Monitoring System
(ALCMS)
109-3.17 Other electrical equipment. Distribution transformers, oil switches, cutouts, relays, terminal
blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical
equipment not covered by FAA equipment specifications and ACs shall conform to the applicable rulings
and standards of the Institute of Electrical and Electronic Engineers (IEEE) or the National Electrical
Manufacturers Association (NEMA). When specified, test reports from a testing laboratory indicating that
the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -
grade product. This equipment shall be supplied in the quantities required for the specific project and shall
incorporate the electrical and mechanical characteristics specified in the proposal and plans. Equipment
selected and installed by the Contractor shall maintain the interrupting current rating of the existing systems
or specified rating whichever is greater.
109-3.18 Wire. Wire (in conduit) rated up to 5,000 volts shall be per AC 150/5345-7, Specification for L-
824 Underground Electrical Cables for Airport Lighting Circuits. For ratings up to 600 volts, moisture and
heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type THWN-
2 shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans
or in the proposal.
a. Control circuits. Unless otherwise indicated on the plans, wire shall be not less than No. 12
American wire gauge (AWG) and shall be insulated for 600 volts. If telephone control cable is specified,
No. 19 AWG telephone cable per ANSI/Insulated Cable Engineers Association (ICEA) S-85-625
specifications shall be used.
b. Power circuits.
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 4 of 12 APRIL 2025 | #35022.008.02
(1) 600 volts maximum – Wire shall be No. 6 AWG or larger and insulated for at least 600 volts.
(2) 3,000 volts maximum – Wire shall be No. 6 AWG or larger and insulated for at least 3,000
volts.
(3) Over 3,000 volts-Wire shall be No. 6 AWG or larger and insulated for at least the circuit voltage.
109-3.19 Short circuit / coordination / device evaluation / arc flash analysis. The Contractor shall,
based upon the equipment provided, include as a part of the submittal process the electrical system “Short
Circuit / Coordination / Device evaluation / Arc Flash Analysis”. The analysis shall be performed by the
equipment manufacturer and submitted in a written report. The analysis shall be signed and sealed by a
registered professional Engineer from the state in which the project is located. The analysis shall comply
with NFPA-70E and IEEE 1584.
The analysis will include: one line diagrams, short circuit analysis, coordination analysis, equipment
evaluation, arc flash analysis and arc flash labels containing at a minimum, equipment name,
voltage/current rating, available incident energy and flash protection boundary.
The selected firms field service Engineer shall perform data gathering for analysis completion and device
settings, perform device setting as recommended by the analysis and will furnish and install the arc flash
labels. The components worst case incident energy will be considered the available arc flash energy at that
specific point in the system. Submit three written copies and one electronic copy of the report.
CONSTRUCTION METHODS
CONSTRUCTION OF VAULT
109-4.1 General. The Contractor shall construct the transformer vault or prefabricated metal housing at the
location indicated in the plans. Vault construction shall be reinforced concrete, concrete masonry, or brick
wall as specified. The mounting pad or floor details, installation methods, and equipment placement are
shown in the plans. Precast concrete structures shall be furnished by a plant meeting National Precast
Concrete Association Plant Certification Program or another engineer approved third party certification
program.
The Contractor shall clear, grade, and seed the area around the vault for a minimum distance of 10 feet (3
m) on all sides. The slope shall be not less than 1/2 inch per foot (12 mm per 0.3 m) away from the vault or
metal housing in all directions.
The vault shall provide adequate protection against weather elements, including rain, wind-driven dust,
snow, ice and excessive heat. The vault shall have sufficient filtered ventilation, to assure that the interior
room temperatures and conditions do not exceed the recommended limits of the electrical equipment to be
installed in the vault. The Contractor is responsible for contacting the manufacturer of the equipment to be
installed to obtain environmental limitations of the equipment to be installed.
The electrical vault shall provide reasonable protection of the equipment that it is intended to house.
Because most of the equipment located in the vault is likely housed in NEMA 1 enclosures, the
vault itself shall be designed to provide sufficient protection against weather elements.
Assure that the vault that is to be supplied has sufficient environmental controls to provide adequate
ventilation to maintain temperatures within operational requirements of the equipment to be
installed. In addition, make sure that vault has sufficient seals and/or filters on doors and other
openings to assure that wind-driven dust does not affect the operation of equipment.
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 5 of 12 APRIL 2025 | #35022.008.02
109-4.2 Foundation and walls.
a. Reinforced concrete construction. The Contractor shall construct the foundation and walls per the
details shown in the plans. Unless otherwise specified, internal ties shall be of the mechanical type so that
when the forms are removed the ends of the ties shall be at least one inch (25 mm ) beneath the concrete
surface; the holes shall be plugged and finished to prevent discoloration. Reinforcing steel shall be placed,
as shown in the drawings, and secured in position to prevent displacement during the concrete placement.
The external surfaces of the concrete shall be thoroughly worked during the placing operation to force
all coarse aggregate from the surface. Thoroughly work the mortar against the forms to produce a smooth
finish free from air pockets and honeycomb.
The surface film of all pointed surfaces shall be removed before setting occurs. As soon as the pointing
has set sufficiently, the entire surface inside and outside of the vault shall be thoroughly wet with water and
rubbed with a No. 16 carborundum stone, or equivalent quality abrasive, bringing the surface to a paste. All
form marks and projections shall be removed. The surface produced shall be smooth and dense without pits
or irregularities. The materials which have been ground into a paste during the rubbing process shall be
spread or brushed uniformly over the entire surface (except the interior surfaces that are to be painted shall
have all paste removed by washing before painting) and permitted to reset. Final exterior finish shall be
obtained by rubbing with No. 30 carborundum stone, or an equivalent quality abrasive. The surface shall
be rubbed until the entire surface is smooth and uniform in color.
b. Brick and concrete construction. When this type of construction is specified, the foundation shall
be concrete conforming to the details shown in the plans. The outer edge of the foundation at the floor level
shall be beveled 1-1/2 inches (38 mm) at 45 degrees. Brick walls shall be 8 inches (200 mm) thick, laid in
running bond with every sixth course a header course. Brick shall be laid in cement mortar (one part
masonry cement and 3 parts sand) with full mortar bed and shoved joints. All joints shall be completely
filled with mortar, and facing brick shall be back-parged with mortar as work progresses. All joints shall
be 3/8 inch (9 mm) thick, exterior joints tooled concave, and interior joints struck flush. Both interior and
exterior brick surfaces shall be cleaned and nail holes, cracks and other defects filled with mortar. When
specified, a nonfading mineral pigment mortar coloring shall be added to the mortar. Steel reinforcing bars,
3/8 inch (9 mm) in diameter and 12 inches (300 mm) long, shall be set vertically in the center of the brick
wall on not more than 2 feet (60 cm) centers to project 2-1/2 inches (60 mm) into the concrete roof slab.
Lintels for supporting the brickwork over doors, windows, and louvers shall consist of two 4 3 3/8 inch
(100 75 9 mm) steel angles. Lintels shall be painted with one coat of corrosion-inhibiting primer before
installation, and all exposed parts shall be painted similar to doors and window sash after installation.
Window sills may be concrete poured in place or precast concrete as indicated in the plans. All exposed
surfaces shall have a rubbed finish as specified under reinforced concrete construction. After completion,
all interior and exterior faces of walls shall be scrubbed with a solution of muriatic acid and water in the
proportions of not less than one part acid to 10 parts of water. All traces of efflorescence, loose mortar, and
mortar stain shall be removed, and the walls washed down with clear water.
c. Concrete masonry construction. When this type of construction is specified, the foundation shall
be concrete conforming to the details shown in the plans. The concrete masonry units shall be standard
sizes and shapes and shall conform to ASTM C90 and shall include the closures, jambs, and other shapes
required by the construction as shown in the plans. Standard construction practice shall be followed for this
type of work including mortar, joints, reinforcing steel for extensions into roof slab, etc. Plaster for interior
walls, if specified, shall be Portland cement plaster.
109-4.3 Roof. The roof shall be reinforced concrete as shown in the plans. Reinforcing steel shall be placed
as shown in the drawing and secured in position to prevent displacement during the pouring of the concrete.
The concrete shall be poured monolithically and shall be free of honeycombs and voids. The surface shall
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 6 of 12 APRIL 2025 | #35022.008.02
have a steel-troweled finish and shall be sloped as shown in the drawing. The underside of the roof slab
shall be finished in the same manner as specified for walls.
One brush or mop coat of hot asphalt roof coating shall be applied to the top surface of the roof slab. The
asphalt material shall be heated to within the range specified by the manufacturer and immediately applied
to the roof. The finished coat shall be continuous over the roof surface and free from holidays and blisters.
Smears and dribbles of asphalt on the roof edges and building walls shall be removed.
109-4.4 Floor. Construct building foundation in accordance with the details shown in the plans. The floor
shall be reinforced concrete as shown in the drawings. When present, all sod, roots, refuse, and other
perishable material shall be removed from the area under the floor to a depth of 8 inches (200 mm), unless
a greater depth is specified in the invitation for bids. This area shall be backfilled with materials consisting
of sand, cinders, gravel, or stone. Fill shall be placed in layers not to exceed 4 inches (100 mm) and shall
be thoroughly compacted by tamping or rolling. A layer of building paper shall be placed over the fill prior
to placing concrete. The floor surfaces shall have a steel-troweled finish. The floor shall be level unless a
drain is specified, in which case the floor shall be pitched 1/4 inch (6 mm) per foot downward toward the
drain. A 1/4-inch (6-mm) asphalt felt expansion joint shall be placed between floor and foundation walls.
The floor shall be poured monolithically and shall be free of honeycombs and voids.
109-4.5 Floor drain. If shown in the plans, a floor drain and dry well shall be installed in the center of the
floor of the equipment room. The dry well shall be excavated 4 × 4 feet (1.2 × 1.2 m) square and to a depth
of 4 feet (1.2 m) below the finished floor elevation and shall be backfilled to the elevation of the underside
of the floor with gravel - which shall all pass a 2-inch (50 mm) mesh sieve and shall all be retained on a
1/4-inch (6.3 mm) mesh sieve. The gravel backfill shall be placed in 6 inch (150 mm) maximum layers, and
the entire surface of each layer shall be tamped either with a mechanical tamper or with a hand tamper
weighing not less than 25 pounds (11 kg) and having a face area of not more than 36 square inches (232
square cm) nor less than 16 square inches (103 square cm). The drain inlet shall be set flush in the concrete
floor. The drain shall have a clear opening of not less than 8 inches (200 mm) in diameter.
109-4.6 Conduits in floor and foundation. Conduits shall be installed in the floor and through the
foundation walls per the details shown in the plans. All underground conduit shall be painted with an asphalt
compound. Conduit shall be installed with a coupling or metal conduit adapter flush with the top of the
floor. All incoming conduit shall be closed with a pipe plug to prevent the entrance of foreign material
during construction. Space conduit entrances shall be left closed.
109-4.7 Doors. Doors shall be metal-clad fireproof Class A (three (3) hour rated) doors conforming to
requirements of the National Electrical Code (NEC) and local electrical codes. Panic bar exit hardware
shall be installed per NEC requirements. Refer to the new electrical vault detail plan sheets for construction
requirements.
109-4.8 Painting. The floor, ceiling, and inside walls of concrete construction shall first be given a
hardening treatment, after which the Contractor shall apply two coats of paint as specified below, except
that interior face brick walls need not be painted. The hardening treatment shall consist of applying two
coats of either a commercial floor hardener or a solution made by dissolving 2 pounds (0.9 kg) of
magnesium fluorosilicate or zinc sulfate crystals in one gallon (liter) of water. Each coat shall be allowed
to dry at least 48 hours before the next application. After the second treating coat has dried, the surfaces
shall be brushed clean of all crystals and thoroughly washed with clear water. Paint for walls and ceiling
shall be a light gray color approved by the RPR. The floor paint shall be a medium gray color approved by
the RPR. Before painting, the surfaces shall be dry and clean. The first coat shall be thinned by adding 2/3-
quart (0.63 liters) of spar varnish and 1/3-quart (0.31 liters) of turpentine to each gallon (liter) of paint. The
second coat shall be applied without thinning. All doors, lintels, and windows shall be cleaned to remove
any rust or foreign material and shall be given one body and one finish coat of white paint. Bare metal
surfaces shall be given a prime coat of corrosion-inhibiting primer prior to the body and finish coats.
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 7 of 12 APRIL 2025 | #35022.008.02
109-4.9 Lights and switches. The Contractor shall furnish and install a minimum of two duplex
convenience outlets in the vault room. Where a control room is specified, at least two duplex outlets shall
be installed.
INSTALLATION OF EQUIPMENT IN VAULT
109-5.1 General. The Contractor shall furnish, install, and connect all equipment, equipment accessories,
conduit, cables, wires, buses, grounds, and support necessary to ensure a complete and operable electrical
distribution center for the airport lighting system as specified herein and shown in the plans. When
specified, an emergency power supply and transfer switch shall be provided and installed.
The equipment installation and mounting shall comply with the requirements of the National Electrical
Code and local code agency having jurisdiction. All electrical work shall comply with the NEC and local
code agency having jurisdiction including the separation of under 600V work from 5,000V work.”
109-5.2 Power supply equipment. Transformers, regulators, booster transformers, and other power supply
equipment items shall be furnished and installed at the location shown in the plans or as directed by the
RPR. The power supply equipment shall be set on steel “H” sections, “I” beams, channels, or concrete
blocks to provide a minimum space of 1-1/2 inch (38 mm) between the equipment and the floor. The
equipment shall be placed so as not to obstruct the oil-sampling plugs of the oil-filled units; and name-
plates shall, so far as possible, not be obscured.
If specified in the plans and specifications, equipment for an alternate power source or an emergency power
generator shall be furnished and installed. The alternate power supply installation shall include all
equipment, accessories, an automatic changeover switch, and all necessary wiring and connections. The
emergency power generator set shall be the size and type specified.
109-5.3 Constant Current Regulators. Constant current regulators (CCRs) shall be dry type, air cooled,
L-828, designed to supply one, three or five-precision output current levels (6.6 amp CCRs are required) to
power series lighting circuits on airport runways and taxiways.
Regulators shall be ferro-resonant type.
Each regulator shall be furnished with a control module capable of providing L-827 monitoring and control
and capable of fully integrating with, or replicating, the existing and modified functions of the existing
Airfield Lighting Control and Monitoring System (ALCMS).
Each regulator shall be capable of fully integrating with the functions of the airfield lighting control system.
See Pilot Operated Lighting Controls.
The regulators shall use solid-state circuitry to accurately regulate the output current from the phase-linear
power transformer to within +/-3% of the preset current level from no load to full load and with input
voltage variations of -5% to +10% of nominal (-40° to +55°C). The nominal output current levels shall be
maintained even when 50% of the isolation transformers in the series lighting circuit have open secondaries.
Brightness-step selection shall be either by manual operation of the rotary control switch or push buttons
on the regulator’s front panel or by 48 V ac or 120 V ac remote control signals from a distant location.
Efficient operation (which results in high primary power factor) at low loads shall be ensured by a half-
power tap on the output winding of the main transformer. Regulator supply voltages shall be 240V, 1
phase, 60 Hz and set at the factory according to user requirements.
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 8 of 12 APRIL 2025 | #35022.008.02
Protective circuitry shall automatically de-energize the regulator when an overcurrent or open-circuit is
sensed in the series lighting circuit. The regulators shall be shipped ready for use and can be floor mounted
or mounted on a rack or shelf.
Other features and characteristics shall include:
a. Primary contactor shall never open or close under load.
b. LED indicators for open-circuit, overcurrent, W-VA and system-in-operation.
c. Remote input shall have 1,000 V ac surge withstand capability.
d. Built-in true RMS-reading ammeter (10 A maximum scale.)
e. Minimum power factor of 0.90 (at full load, using proper tap.)
f. On/off switching capability under any load.
g. Overcurrent, open-circuit, undervoltage, transient protection from lightning (25,000 amp surge)
and other sources on output lines and remote input lines.
h. Input lightning protection assemblies.
i. Output current surge limitation—protects series incandescent lamps.
j. After a supply power loss, operation shall resume within 5 seconds after input power is restored
at preset brightness level.
k. Pressure-type terminal blocks for connections of external remote control wiring.
l. The regulator shall use no solid-state components directly in the output (series) circuit and shall
not be susceptible to extraneous signals which can affect solid-state design CCRs.
m. The regulators shall be designed not to cause any electromagnetic interference which can affect
the operation of other airport equipment.
n. Automatic shutdown if supply voltage is +/- 15% of optimum.
o. Automatic shutdown if series circuit is disconnected.
p. Regulators shall have full self-diagnostic capabilities.
109-5.4 Pilot Operated Lighting Controls.
a. Radio Controller shall be FAA Type I, L-854 air-to-ground radio control unit furnished and
installed in accordance with this specification at the locations and in accordance with the dimensions,
design, and details shown in the plans. The operating frequency shall match that of other L-854
controllers on the Airport.
The work shall include the furnishing and installation of a Type I air-to-ground radio receiver
and decoder with power relays mounted in a weatherproof enclosure and a remote antenna. The
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 9 of 12 APRIL 2025 | #35022.008.02
item shall also include all cable connections, equipment mounting and the testing of the
installations, and all incidentals necessary to place the radio control unit in operation as a
completed assembly to the satisfaction of the Owner.
b. Photocell Control shall be 120V, SPST, 2000W, enclosed in a heavy-duty die cast zinc housing,
gasketed for maximum weather protection. Delay of up to two minutes prevents false switching
due to light from vehicles, lightning, etc. Turn ON / Turn OFF: Turn-On is 1 to 5 fc, Turn-OFF
is 3 to 15 fc, without the slide in position. ON/OFF adjustment shall be easily done by moving a
light level selector with no tools required. The unit shall fail in the ON position. Temperature
Range: -40° to +140°F (-40° to +60°C). Coordinate the operation with the Airport.
c. Control System Functions shall be as follows:
(1) The photocell shall activate the regulator(s) to the lowest step.
(2) The L-854 controller shall activate the regulator(s) to step 2 with three clicks and step 3
with five or seven clicks.
OR
(3) The L-854 controller shall activate the regulator(s) to the lowest step with three clicks,
step 2 with five clicks and steps 3 and/or 5 with seven clicks.
109-5.5 Switchgear and panels. Oil switches, fused cutouts, relays, transfer switches, panels, panel boards,
and other similar items shall be furnished and installed at the location shown in the plans or as directed by
the RPR. Wall or ceiling mounted items shall be attached to the wall or ceiling with galvanized bolts of not
less than 3/8-inch (9 mm) diameter engaging metal expansion shields or anchors in masonry or concrete
vaults.
109-5.6 Duct and conduit. The Contractor shall furnish and install square-type exposed metallic ducts with
hinged covers for the control circuits in the vault. These shall be mounted along the walls behind all floor-
mounted equipment and immediately below all wall-mounted equipment. The hinged covers shall be placed
to open from the front side with the hinges at the front bottom.
Wall brackets for square ducts shall be installed at all joints 2 feet (60 cm) or more apart with intermediate
brackets as specified. Conduit shall be used between square ducts and equipment or between different items
of equipment when the equipment is designed for conduit connection. When the equipment is not designed
for conduit connection, conductors shall enter the square-type control duct through insulating bushings in
the duct or on the conduit risers.
109-5.7 Wiring and connections. The Contractor shall make all necessary electrical connections in the
vault per the wiring diagrams furnished and as directed by the RPR. In wiring to the terminal blocks, the
Contractor shall leave sufficient extra length on each control lead to make future changes in connections at
the terminal block. This shall be accomplished by running each control lead the longest way around the box
to the proper terminal. Leads shall be neatly laced in place.
109-5.8 Marking and labeling. All equipment, control wires, terminal blocks, etc., shall be tagged,
marked, or labeled as specified below:
a. Wire identification. The Contractor shall furnish and install self-sticking wire labels or identifying
tags on all control wires at the point where they connect to the control equipment or to the terminal blocks.
Wire labels, if used, shall be of the self-sticking preprinted type and of the manufacturer’s recommended
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 10 of 12 APRIL 2025 | #35022.008.02
size for the wire involved. Identification -markings designated in the plans shall be followed. Tags, if used,
shall be of fiber not less than 3/4 inch (19 mm) in diameter and not less than 1/32 inch (1 mm) thick.
Identification markings designated in the plans shall be stamped on tags by means of small tool dies. Each
tag shall be securely tied to the proper wire by a nonmetallic cord.
b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and
distribution and control relay cases with white oil paint as designated by the RPR. The letters and numerals
shall be not less than one inch (25 mm) in height and shall be of proportionate width. The Contractor shall
also mark the correct circuit designations per the wiring diagram on the terminal marking strips, which are
a part of each terminal block.
METHOD OF MEASUREMENT
109-6.1 The quantity of modified vaults to be paid for under this item shall consist of the number of vaults
constructed in place and accepted as a complete unit.
109-6.2 The quantity of new vaults to be paid for under this item shall consist of the number of vaults
demolished in place.
109-6.3 The quantity of equipment to be paid for under this item shall consist of all equipment installed,
connected and accepted as a complete unit ready for operation within an existing vault or prefabricated
metal housing.
BASIS OF PAYMENT
109-7.1 Payment will be made at the contract unit price for each completed and accepted vault or
prefabricated metal housing equipment installation. This price shall be full compensation for furnishing all
materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment,
tools, and incidentals necessary to complete the item.
Payment will be made under:
Item L-109-7.1 New Airfield Lighting Vault Building - per lump sum
Item L-109-7.2 Demolish Existing Airfield Lighting Vault Building – per lump sum
Item L-109-7.3 Install New 7.5 kW Ferroresonant Constant Current Regulator in Airfield
Lighting Vault - per each
Item L-109-7.4 Install New 10 kW Ferroresonant Constant Current Regulator in Airfield
Lighting Vault - per each
Item L-109-7.5 Airfield Lighting Vault Space Utilization Improvements - per each
Item L-109-7.6 New L-841 Relay Cabinet - per each
Item L-109-7.7 New L-854 Pilot Controlled Radio – per each
Item L-109-7.8 New Airfield Lighting Patch Panel - per each
Item L-109-7.9 Relocate Existing PAPIs & REILs Boost Transformer - per each
Item L-109-7.10 Relocate Existing Automatic Transfer Switch - per each
Item L-109-7.11 Relocate Existing Automatic Transfer Switch Monitoring Cabinet - per
each
Item L-109-7.12 Relocate Existing Main Service Panel LV- per each
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 11 of 12 APRIL 2025 | #35022.008.02
Item L-109-7.13 Contractor Supplied Structural Stamped Vault Building Drawings by
Washington PE, including any City required permits – per 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.
Advisory Circulars (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport Lighting
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors
AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot
Control of Airport Lighting Circuits
AC 150/5345-49 Specification L-854, Radio Control Equipment;
AC 150/5345-53 Airport Lighting Equipment Certification Program
American National Standards Institute / Insulated Cable Engineers Association (ANSI/ICEA)
ANSI/ICEA S-85-625 Standard for Telecommunications Cable Aircore, Polyolefin Insulated,
Copper Conductor Technical Requirements
ASTM International (ASTM)
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM C62 Standard Specification for Building Brick (Solid Masonry Units Made
from Clay or Shale)
ASTM C90 Standard Specification for Loadbearing Concrete Masonry Units
ASTM D2823 Standard Specification for Asphalt Roof Coatings, Asbestos Containing
ASTM D4479 Standard Specification for Asphalt Roof Coatings – Asbestos-Free
Commercial Item Description (CID)
A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation)
Institute of Electrical and Electronic Engineers (IEEE)
IEEE 1584 Guide for Performing Arc-Flash Hazard Calculations
CENTURY WEST ENGINEERING L-109 Airport Transformer Vault and Vault Equipment - 12 of 12 APRIL 2025 | #35022.008.02
Master Painter’s Institute (MPI)
MPI Reference #9 Alkyd, Exterior, Gloss (MPI Gloss Level 6)
Underwriters Laboratories (UL)
UL Standard 6 Electrical Rigid Metal Conduit – Steel
UL Standard 514B Conduit, Tubing, and Cable Fittings
UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings
UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
NFPA-70E Standard for Electrical Safety in the Workplace
NFPA-780 Standard for the Installation of Lightning Protection Systems
END OF ITEM L-109
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 1 of 9 APRIL 2025 | #35022.008.02
Item L-110 Airport Underground Electrical Duct Banks and Conduits
DESCRIPTION
110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple
conduits encased in concrete, buried in sand or directionally bored)) installed per this specification at the
locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing
and installing of all underground electrical duct banks and individual and multiple underground conduits.
It shall also include all trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete
encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the
installation as a completed system ready for installation of cables per the plans and specifications. This item
shall also include furnishing and installing conduits and all incidentals for providing positive drainage of
the system. Verification of existing ducts is incidental to the pay items provided in this specification.
EQUIPMENT AND MATERIALS
110-2.1 General.
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when requested by the
Resident Project Representative (RPR).
b. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications and acceptable to the RPR. Materials supplied and/or installed that do not
comply with these specifications shall be removed and replaced with materials, that comply with these
specifications, at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets
are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and
boldly mark each copy to identify products or models applicable to this project. Indicate all optional
equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems
shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold
and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for
delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format, tabbed
by specification section. The RPR reserves the right to reject any and all equipment, materials or procedures
that do not meet the system design and the standards and codes specified in this document.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least 12 months from final acceptance by the
Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion,
with no additional cost to the Owner.
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 2 of 9 APRIL 2025 | #35022.008.02
110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized
inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242.
All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other
similar environments shall be painted with a 10-mil thick coat of asphaltum sealer or shall have a factory-
bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mils of
asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory
PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. In lieu
of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is in contact with direct
earth.”
110-2.3 Plastic conduit. Plastic conduit and fittings-shall conform to the following requirements:
• UL 514B covers W-C-1094-Conduit fittings all types, classes 1 thru 3 and 6 thru 10.
• UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC).
• UL 651 covers W-C-1094-Rigid PVC Conduit, types I and II, Class 4.
• UL 651A covers W-C-1094-Rigid PVC Conduit and high-density polyethylene (HDPE) Conduit
type III and Class 4.
Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall
be one of the following, as shown on the plans:
a. Type I–Schedule 40 and Schedule 80 PVC suitable for underground use either direct-buried or
encased in concrete.
b. Type II–Schedule 40 PVC suitable for either above ground or underground use.
c. Type III – Schedule 80 PVC suitable for either above ground or underground use either direct-buried
or encased in concrete.
d. Type III –HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with
directional boring under pavement.
The type of solvent cement shall be as recommended by the conduit/fitting manufacturer.
110-2.4 Split conduit. Split conduit shall be pre-manufactured for the intended purpose and shall be made
of steel or plastic.
110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the
intended purpose. They shall be of double wall construction made of high grade, high density polyethylene
complete with interlocking cap and base pads. They shall be designed to accept No. 4 reinforcing bars
installed vertically.
110-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
110-2.7 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another RPR approved third party
certification program. Precast concrete structures shall conform to ASTM C478.
110-2.8 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall
conform to the requirements of Item P-153, Controlled Low Strength Material.
110-2.9 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) red
(electrical power lines, cables, conduit and lighting cable), orange (telephone/fiber optic cabling) with
continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6
inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item.
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 3 of 9 APRIL 2025 | #35022.008.02
110-2.10 Static Ground Rod Station. L-867B Basecan, 10’x3/4” copperclad ground rod, exothermic
welds and the replacement of 1” sch. 40 PVC conduit and ground wire between the ground rod station and
point of cable intercept at edge of concrete pavement at parking stand at each location. See plans for more
information.
CONSTRUCTION METHODS
110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate
locations indicated on the plans. The RPR shall indicate specific locations as the work progresses, if
required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated
on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall
be not less than 2 inches (50 mm) inside diameter or comply with the National Electri cal Code based on
cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward
access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be
at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all
one way, the duct bank and conduit lines shall be graded from the center in both directions toward access
points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may
accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less than 18 inches (0.5
m) below the subgrade; in other locations, the top of the duct bank or underground conduit shall be not less
than 18 inches (0.5 m) below finished grade.
The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct
bank. An iron-shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be
pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger
than the conduit hole.
The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors
IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes,
etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing
cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned.
All raceway systems left open, after initial cleaning, for any reason shall be recl eaned at the Contractor’s
expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify
existing ducts proposed for use in this project as clear and open. The Contractor shall notify the RPR of any
blockage in the existing ducts.
For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a
duct bank, shall be provided with a 200-pound (90 kg) test polypropylene pull rope. The ends shall be
secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit.
Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable
tapered plugs, designed for this purpose.
All conduits shall be securely fastened in place during construction and shall be plugged to prevent
contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed.
Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m).
Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under
pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When
under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill
for protection.
All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in
current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete.
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 4 of 9 APRIL 2025 | #35022.008.02
Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored.
Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment
unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of
trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders
shall not be used to excavate the trench.
When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the
required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand
containing no mineral aggregate particles that would be retained on a 1/4-inch (6.3 mm) sieve. Flowable
backfill may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated
before bidding. All such rock removal shall be performed and paid for under Item P -152.
Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct
banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for
approval by the RPR. If not shown on the plans, the warning tape shall be located 6 inches above the
duct/conduit or the counterpoise wire if present.
Joints in plastic conduit shall be prepared per the manufacturer’s recommendations for the particular type
of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent
on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be
slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is
placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60
cm).
Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using
manufactured sweep bends.
Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank
grade is an unsuitable material, as determined by the RPR, the unsuitable material shall be removed per
Item P-152 and replaced with suitable material. Additional duct bank supports shall be installed, as
approved by the RPR.
All excavation shall be unclassified and shall be considered incidental to Item L-110. Dewatering necessary
for duct installation, and erosion per federal, state, and local requirements is incidental to Item L-110.
Unless otherwise specified, excavated materials that are deemed by the RPR to be unsuitable for use in
backfill or embankments shall be removed and disposed of offsite.
Any excess excavation shall be filled with suitable material approved by the RPR and compacted per Item
P-152.
It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation.
Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are
adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables,
except as specified on the plans. Installation of new cable where such crossings must occur shall proceed
as follows:
a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely
no damage has occurred
b. Trenching, etc., in cable areas shall then proceed with approval of the RPR, with care taken to
minimize possible damage or disruption of existing cable, including careful backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction, the
Contractor shall be responsible for the complete repair.
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 5 of 9 APRIL 2025 | #35022.008.02
110-3.2 Duct banks. Unless otherwise shown in the plans, duct banks shall be installed so that the top of
the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base
course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18
inches (0.5 m) below finished grade where installed in unpaved areas.
Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m) beyond
the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved
area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any
obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans,
all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial
set. The Contractor shall space the conduits not less than 3 inches (75 mm) apart (measured from outside
wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type
of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not
less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with
female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not
cover the ends or plugs with concrete.
Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be
driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior
to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars
attached to the vertical bars. Spacers shall be installed at 5-foot (1.5-m) intervals. Spacers shall be in the
proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the
RPR for review prior to use.
When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing
mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional
supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the
plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete
footings, piers, or piles located at approximately 5-foot (1.5-m) intervals.
All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face.
All excavation shall be included in the contract price for the duct.
Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm)
minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize
the 3-inch (75-mm) wide tape only for single conduit runs. Utilize the 6-inch (150-mm) wide tape for
multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width,
utilize more than one tape for sufficient coverage and identification of the duct bank as required.
When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located
and exposed by hand tools. Prior to being placed in duct, the RPR shall be notified so that he may inspect
the cable and determine that it is in good condition. Where required, split duct shall be installed as shown
on the drawings or as required by the RPR.
110-3.3 Conduits without concrete encasement. Trenches for single-conduit lines shall be not less than
6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at
the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement
shall be made to conform accurately to grade so as to provide uniform support for the conduit along its
entire length.
Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose
measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material
shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a
1/4-inch (6.3 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may
alternatively be used.
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 6 of 9 APRIL 2025 | #35022.008.02
Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the
Airport’s secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished
grade. Conduits outside the Airport’s secured area shall be installed so that the tops of the conduits are at
least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5.
When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating
are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches
(75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 63
inches (75 mm) apart in a vertical direction. Where two or more individual conduits intended to carry
conductors of differing voltage insulation rating are installed in the same trench without concrete
encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to
outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction.
Trenches shall be opened the complete length between normal termination points before conduit is installed
so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them.
Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the
soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this
purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall
be installed at 5-foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the
conduits. Locking collars and spacers shall be submitted to the RPR for review prior to use.
110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks
shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 inches (100 - 150 mm) thick
extending approximately one inch (25 mm) above the surface. The markers shall also be located directly
above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or
building. Each cable or duct run from a line of lights and signs to the equipment vault must be ma rked at
approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change
of direction of cable or duct run.
The Contractor shall impress the word “DUCT” or “CONDUIT” on each marker slab. Impression of letters
shall be done in a manner, approved by the RPR, for a neat, professional appearance. All letters and words
must be neatly stenciled. After placement, all markers shall be given one coat of high-visibility orange
paint, as approved by the RPR. The Contractor shall also impress on the slab the number and size of conduits
beneath the marker along with all other necessary information as determined by the RPR. The letters shall
be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm) and 1/4 inch
(6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is
incidental to the respective duct pay item.
110-3.5 Backfilling for conduits. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill
(loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them
with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 except
that material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter.
Flowable backfill (“CLSM”) (P-153) may alternatively be used in lieu of P-152 to within 12-inches of
finished grade. P-152 shall be used to fill to finished grade.
Trenches shall not contain pools of water during back filling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 7 of 9 APRIL 2025 | #35022.008.02
110-3.6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be backfilled
and compacted per Item P-152 “Excavation and Embankment” except that the material used for backfill
shall be select material not larger than 4 inches (100 mm) in diameter. In addition to the requirements of
Item P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made
for each 250 linear feet (76 m) of duct bank or one work period’s construction, whichever is less.
Flowable backfill (P-153) may alternatively be used in lieu of P-152 to within 12-inches of finished grade.
P-152 shall be used to fill to finished grade.
Trenches shall not contain pools of water during backfilling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the
backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The
Contractor shall be held responsible for maintaining all disturbed s urfaces and replacements until final
acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following
restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect
the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection
and removal shall be considered incidental to the pay item of which it is a component part.
METHOD OF MEASUREMENT
110-4.1 Contract Unit Price paid per Linear-Foot for Single-way 2" Conduit, Direct Buried shall include
full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the
work involved for installing Conduit including locator tape, sawcutting of existing pavement, trenching and
backfill with designated material, complete in place, including layout, dust and debris control and cleanup,
as shown on the Drawings and as specified in these technical specifications.
110-4.2 Contract Unit Price paid per Linear-Foot for Single-way 2" Conduit, Concrete Encased shall
include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing
all the work involved for installing Conduit including locator tape, sawcutting of existing pavement,
trenching and backfill with designated material, complete in place, including layout, dust and debris control
and cleanup, as shown on the Drawings and as specified in these technical specifications.
110-4.3 The Contract Unit Price paid per Linear-Foot for Multiple-way (2) 2-inch Conduits, Concrete
Encased shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals,
and for doing all the work involved for installing Conduits including locator tape, sawcutting of existing
pavement, trenching and backfill with designated material, complete in place, including layout, dust and
debris control and cleanup, as shown on the Drawings and as specified in these Special Provisions.
110-4.4 The Contract Unit Price paid per Linear-Foot for Multiple-way (4) 2-inch Schedule 80 HDPE
Directional Bore shall include full compensation for furnishing all labor, materials, tools, equipment and
incidentals, and for doing all the work involved for installing Conduits, including encasement, locator tape,
sawcutting of existing pavement, trenching and backfill with designated material, complete in place,
including layout, dust and debris control and cleanup, as shown on the Drawings and as specified in these
Special Provisions.
110-4.5 The Contract Unit Price paid per each for Static Ground Rod Station shall include full compensation
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved for
installing Conduits, ground wire, exothermic welded connections including encasement, locator tape,
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 8 of 9 APRIL 2025 | #35022.008.02
sawcutting of existing pavement, trenching and backfill with designated material, complete in place,
including layout, dust and debris control and cleanup, as shown on the Drawings and as specified in these
Special Provisions.
BASIS OF PAYMENT
110-5.1-5.4 Payment will be made at the contract unit price per linear foot for each type and size of conduit
and duct bank completed and accepted, including trench and backfill with the designated material, and, for
drain lines, the termination at the drainage structure. This price shall be full compensation for removal and
disposal of existing duct banks and conduits as shown on the plans, furnishing all materials and for all
preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals
necessary to complete this item per the provisions and intent of the plans and specifications.
110-5.5 Payment will be made at the contract unit price per each for each Static Ground Rod Station,
conduit, ground rod, ground wire, completed and accepted, including trench and backfill with the
designated material. This price shall be full compensation for furnishing all materials and for all preparation,
assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary
to complete this item per the provisions and intent of the plans and specifications.
Payment will be made under:
Item L-110-5.1 (1) 2” PVC Sch. 40, Direct Buried - per linear foot
Item L-110-5.2 (1) 2” PVC Sch. 40, Concrete Encased - per linear foot
Item L-110-5.3 (2) 2” PVC Sch. 40, Concrete Encased - per linear foot
Item L-110-5.4 (4) 2” Sch. 80 HDPE, Directional Bore - per linear foot
Item L-110-5.5 Static Ground Rod Station Restoration – per each
REFERENCES (ALL REFERENCES ARE CURRENT EDITION)
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 Circular (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
ASTM International (ASTM)
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
Underwriters Laboratories (UL)
UL Standard 6 Electrical Rigid Metal Conduit - Steel
UL Standard 514B Conduit, Tubing, and Cable Fittings
CENTURY WEST ENGINEERING L-110 Airport Underground Electrical Duct Banks and Conduits - 9 of 9 APRIL 2025 | #35022.008.02
UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
UL Standard 1242 Electrical Intermediate Metal Conduit Steel
UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings
UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit
END OF ITEM L-110
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 1 of 8 APRIL 2025 | #35022.008.02
Item L-115 Electrical Manholes and Junction Structures
DESCRIPTION
115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes,
junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines,
grades and dimensions shown on the plans or as required by the Resident Project Representative (RPR).
This item shall include the installation of each electrical manhole and/or junction structures with all
associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances,
testing, dewatering and restoration of surfaces to the satisfaction of the RPR including removal of existing
handholes and junction structures as shown on the plans.
EQUIPMENT AND MATERIALS
115-2.1 General.
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when so requested by
the RPR.
b. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications. Materials supplied and/or installed that do not comply with these
specifications shall be removed (when directed by the RPR) and replaced with materials that comply with
these specifications at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets
are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and
boldly mark each copy to identify products or models applicable to this project. Indicate all optional
equipment and delete any non-pertinent data. Submittals for components of electrical equipment and
systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made
bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible
for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of
submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format. The
RPR reserves the right to reject any and all equipment, materials or procedures that do not meet the system
design and the standards and codes, specified in this document.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least 12 month from the date of final acceptance
by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s
discretion, with no additional cost to the Owner.
115-2.2 Concrete structures. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete
for Miscellaneous Structures. Cast-in-place concrete structures shall be as shown on the plans.
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 2 of 8 APRIL 2025 | #35022.008.02
115-2.3 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another engineer approved third party
certification program. Provide precast concrete structures where shown on the plans.
Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall
have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be
designed to withstand 100,000 lb aircraft loads, unless otherwise shown on the plans. Openings or
knockouts shall be provided in the structure as detailed on the plans.
Threaded inserts and pulling eyes shall be cast in as shown on the plans.
If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design
calculations, and other information requested by the RPR shall be submitted by the Contractor to allow for
a full evaluation by the RPR. The RPR shall review per the process defined in the General Provisions.
115-2.4 Junction boxes. Junction boxes shall be L-867 Class 1 (non-load bearing) or L-868 Class 1 (load
bearing) airport light bases that are encased in concrete. The light bases shall have a L-894 blank cover,
gasket, and stainless steel hardware. All bolts, studs, nuts, lock washers, and other similar fasteners used
for the light fixture assemblies must be fabricated from 316L (equivalent to EN 1.4404), 18-8, 410, or 416
stainless steel. If 18-8, 410, or 416 stainless steel is utilized it shall be passivated and be free from any
discoloration. Covers shall be 3/8-inch (9-mm) thickness for L-867 and 3/4-inch (19-mm) thickness for L-
868. All junction boxes shall be provided with both internal and external ground lugs.
115-2.5 Mortar. The mortar shall be composed of one part of cement and two parts of mortar sand, by
volume. The cement shall be per the requirements in ASTM C150, Type I. The sand shall be per the
requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount
not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM
C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other
substances injurious to the finished product.
115-2.6 Concrete. All concrete used in structures shall conform to the requirements of Item P-610,
Concrete for Miscellaneous Structures.
115-2.7 Frames and covers. The frames shall conform to one of the following requirements:
a. ASTM A48 Gray iron castings
b. ASTM A47 Malleable iron castings
c. ASTM A27 Steel castings
d. ASTM A283, Grade D Structural steel for grates and frames
e. ASTM A536 Ductile iron castings
f. ASTM A897 Austempered ductile iron castings
All aircraft-rated castings specified shall withstand a maximum tire pressure of 250 psi and maximum load
of 100,000 lbs.
All H-20 rated castings specified shall withstand a maximum load of 32,000 lbs.
All castings or structural steel units shall conform to the dimensions shown on the plans and shall be
designed to support the loadings specified.
Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by
traffic, but which will allow easy removal for access to the structure.
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 3 of 8 APRIL 2025 | #35022.008.02
All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet
the requirements of ASTM A123.
Each cover shall have the word “ELECTRIC” or other approved designation cast on it. Each frame and
cover shall be as shown on the plans or approved equivalent. No cable notches are required.
Each manhole shall be provided with a “DANGER -- PERMIT-REQUIRED CONFINED SPACE, DO
NOT ENTER” safety warning sign as detailed in the Contract Documents and in accordance with OSHA
1910.146 (c)(2).
115-2.8 Ladders. Ladders, if specified, shall be galvanized steel or as shown on the plans.
115-2.9 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the
requirements of ASTM A615, Grade 60.
115-2.10 Bedding/special backfill. Bedding or special backfill shall be as shown on the plans.
115-2.11 Flowable backfill. Flowable material used to backfill shall conform to the requirements of Item
P-153, Controlled Low Strength Material.
115-2.12 Cable trays. Cable trays shall be of galvanized steel. Cable trays shall be located as shown on
the plans.
115-2.13 Plastic conduit. Plastic conduit shall comply with Item L-110, Airport Underground Electrical
Duct Banks and Conduits.
115-2.14 Conduit terminators. Conduit terminators shall be pre-manufactured for the specific purpose
and sized as required or as shown on the plans.
115-2.15 Pulling-in irons. Pulling-in irons shall be manufactured with 7/8-inch diameter hot-dipped
galvanized steel or stress-relieved carbon steel roping designed for concrete applications (7 strand, 1/2-inch
diameter with an ultimate strength of 270,000 psi). Where stress-relieved carbon steel roping is used, a
rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with
a polyester coating to prevent corrosion.
115-2.16 Ground rods. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the
length and diameter specified on the plans, but in no case shall they be less than 10 feet long nor less than
3/4 inch in diameter.
115-2.17 Static ground rod stations. Ground rods in ground rod stations shall be one piece, copper clad
steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they
be less than 10 feet long nor less than 3/4 inch in diameter. The ground rod station shall have a L-867B
steel basecan with blank lid and will only allow exothermic welds for ground wiring. The pay item for
ground rod stations will be in L-110.
CONSTRUCTION METHODS
115-3.1 Unclassified excavation. It is the Contractor’s responsibility to locate existing utilities within the
work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired
or replaced to the satisfaction of the RPR without additional expense to the Owner.
The Contractor shall perform excavation for structures and structure footings to the lines and grades or
elevations shown on the plans or as staked by the RPR. The excavation shall be of sufficient size to permit
the placing of the full width and length of the structure or structure footings shown.
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 4 of 8 APRIL 2025 | #35022.008.02
All excavation shall be unclassified and shall be considered incidental to Item L-115. Dewatering necessary
for structure installation and erosion per federal, state, and local requirements is incidental to Item L-115.
Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock
and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either
level, stepped or serrated, as directed by the RPR. All seams, crevices, disintegrated rock and thin strata
shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to
disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the
concrete or reinforcing is to be placed.
The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the
excavation and the structure as required for safety or conformance to governing laws. The cost of bracing,
sheeting and shoring shall be included in the unit price bid for the structure.
Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be
removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that
will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the
structure.
After each excavation is completed, the Contractor shall notify the RPR. Structures shall be placed after the
RPR has approved the depth of the excavation and the suitability of the foundation material.
Prior to installation the Contractor shall provide a minimum of 6 inches (150 mm) of sand or a material
approved by the RPR as a suitable base to receive the structure. The base material shall be compacted and
graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground
cover requirements, as indicated on the plans.
115-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to the
dimensions and form indicated on the plans. The concrete and construction methods shall conform to the
requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans
and shall be approved by the RPR before the concrete is placed.
115-3.3 Precast unit installations. Precast units shall be installed plumb and true. Joints shall be made
watertight by use of sealant at each tongue-and-groove joint and at roof of manhole. Excess sealant shall
be removed and severe surface projections on exterior of neck shall be removed.
115-3.4 Placement and treatment of castings, frames and fittings. All castings, frames and fittings shall
be placed in the positions indicated on the Plans or as directed by the RPR and shall be set true to line and
to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall
be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the
mortar or concrete has set.
Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless
shown otherwise on the approved shop drawings and written approval is granted by the casting
manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or
deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts
shall be reported immediately to the RPR and approval of the method of correction shall be obt ained.
Approved corrections shall be made at Contractor’s expense.
Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall
be preset by the use of templates or such other methods as may be required to locate the anchors and anchor
bolts accurately.
Pulling-in irons shall be located opposite all conduit entrances into structures to provide a strong,
convenient attachment for pulling-in blocks when installing cables. Pulling-in irons shall be set directly
into the concrete walls of the structure.
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 5 of 8 APRIL 2025 | #35022.008.02
115-3.5 Installation of ladders. Ladders shall be installed such that they may be removed if necessary.
Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the
structure or drilled and grouted in place after erection of the structure.
115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides
of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are
being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless
otherwise directed, before more than 6 inches (150 mm) of material is placed above the top of the structure
and before any bracing is removed. Voids left by the sheeting shall be carefully refil led with selected
material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved.
The RPR may direct the Contractor to delay the removal of sheeting and bracing if, in his judgment, the
installed work has not attained the necessary strength to permit placing of backfill.
115-3.7 Backfilling. After a structure has been completed, the area around it shall be backfilled in
horizontal layers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density
requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the
same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the RPR.
Backfill shall not be placed against any structure until approval is given by the RPR. In the case of concrete,
such approval shall not be given until tests made by the laboratory under supervision of the RPR establish
that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in
withstanding any pressure created by the backfill or the methods used in placing it.
Where required, the RPR may direct the Contractor to add, at his own expense, sufficient water during
compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all
damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or
compacting of backfill.
115-3.8 Connection of duct banks. To relieve stress of joint between concrete-encased duct banks and
structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into
duct bank reinforcement at the time the duct bank is installed.
115-3.9 Grounding. A ground rod shall be installed in the floor of all concrete structures so that the top of
rod extends 6 inches (150 mm) above the floor. The ground rod shall be installed within one foot (30 cm)
of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where
the soil condition does not permit driving the ground rod into the earth without damage to the ground rod,
the Contractor shall drill a 4-inch (100 mm) diameter hole into the earth to receive the ground rod. The hole
around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground
rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and
installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout
around the ground rod.
A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the
concrete structure walls. The ground bus shall be a minimum of one foot (30 cm) above the floor of the
structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall
bond the grounding bus to all cable trays and other metal hardware within the concrete structure.
Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections
to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per
UL 467. Hardware connections may be mechanical, using a lug designed for that purpose.
115-3.10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired by
applying a liquid cold-galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound
applied per the manufacturer’s recommendations.
Prior to acceptance, the entire structure shall be cleaned of all dirt and debris.
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 6 of 8 APRIL 2025 | #35022.008.02
115-3.11 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material,
dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than
their original condition. All sodding, grading and restoration shall be considered incidental to the respective
Item L-115 pay item.
The Contractor shall grade around structures as required to provide positive drainage away from the
structure.
Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill
compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original
materials.
Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly
visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This
FOD inspection and removal shall be considered incidental to the pay item of which it is a component part.
After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire
site free, clear and in good condition.
115-3.12 Inspection. Prior to final approval, the electrical structures shall be thoroughly inspected for
conformance with the plans and this specification. Any indication of defects in materials or workmanship
shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not
exceed 25 ohms. Each ground rod shall be tested using the fall-of-potential ground impedance test per
American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE)
Standard 81. This test shall be performed prior to establishing connections to other ground electrodes.
115-3.13 Manhole elevation adjustments. The Contractor shall adjust the tops of existing manholes in
areas designated in the Contract Documents to the new elevations shown. The Contractor shall be
responsible for determining the exact height adjustment required to raise or lower the top of each manhole
to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in the
field and subtracted/added from the proposed top elevation.
The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or
manhole access. The Contractor shall install precast concrete sections or grade rings of the required
dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls
to shorten the existing structure, as required by final grades. The Contractor shall reinstall the manhole top
section or ring and cover on top and check the new top elevation.
The Contractor shall construct a concrete slab around the top of adjusted structures located in graded areas
that are not to be paved. The concrete slab shall conform to the dimensions shown on the plans.
115-3.14 Duct extension to existing ducts. Where existing concrete encased ducts are to be extended, the
duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be
standard manufactured connectors designed and approved for the purpose. The duct extensions shall be
installed according to the concrete encased duct detail and as shown on the plans.
METHOD OF MEASUREMENT
115-4.1 Electrical handholes and junction structures shall be measured by each unit completed in place
and accepted. The following items shall be included in the price of each unit: All required excavation and
dewatering; sheeting and bracing; all required backfilling with on-site materials (including with CLSM) is
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 7 of 8 APRIL 2025 | #35022.008.02
incidental; restoration of all surfaces and finished grading and turfing; all required connections; temporary
cables and connections; and ground rod testing
BASIS OF PAYMENT
115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the
Contract unit price per each, complete and in place. This price shall be full compensation for furnishing
all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and
installation of appurtenances and connections to duct banks and other structures as may be required to
complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to
complete the structure.
Payment will be made under:
Item L-115-5.1 Install New H-20 Load Rated Concrete Handhole - Per Each
Item L-115-5.2 Install New Aircraft Load Rated Concrete Handhole - 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.
American National Standards Institute / Insulated Cable Engineers Association (ANSI/ICEA)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
Advisory Circular (AC)
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction
Boxes, and Accessories
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
Commercial Item Description (CID)
A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation)
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
CENTURY WEST ENGINEERING L-115 Electrical Manholes and Junction Structures - 8 of 8 APRIL 2025 | #35022.008.02
ASTM A536 Standard Specification for Ductile Iron Castings
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM A897 Standard Specification for Austempered Ductile Iron Castings
ASTM C144 Standard Specification for Aggregate for Masonry Mortar
ASTM C150 Standard Specification for Portland Cement
ASTM C206 Standard Specification for Finishing Hydrated Lime
FAA Engineering Brief (EB)
EB #83 In Pavement Light Fixture Bolts
Mil Spec
MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
END OF ITEM L-115
CENTURY WEST ENGINEERING L-125 Installation of Airport Lighting Systems - 1 of 5 APRIL 2025 | #35022.008.02
Item L-125 Installation of Airport Lighting Systems
DESCRIPTION
125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this
specification, the referenced specifications, and the applicable advisory circulars (ACs). The systems shall
be installed at the locations and in accordance with the dimensions, design, and details shown in the plans.
This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to
place the systems in operation as completed units to the satisfaction of the Resident Project Representative
(RPR).
EQUIPMENT AND MATERIALS
125-2.1 General.
a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA)
specifications shall be certified under the Airport Lighting Equipment Certification Program in accordance
with AC 150/5345-53, current version. FAA certified airfield lighting shall be compatible with each other
to perform in compliance with FAA criteria and the intended operation. If the Contractor provides
equipment that does not performs as intended because of incompatibility with the system, the Contractor
assumes all costs to correct the system for to operate properly.
b. Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide
materials in accordance with these specifications and acceptable to the RPR. Materials supplied and/or
installed that do not comply with these specifications shall be removed, when directed by the RPR and
replaced with materials, which do comply with these specifications, at the sole cost of the Contractor.
c. All materials and equipment used shall be submitted to the RPR for approval prior to ordering the
equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Clearly
mark each copy to identify pertinent products or models applicable to this project. Indicate all optional
equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems
shall identify the equipment for which they apply on each submittal sheet. Markings shall be clearly made
with arrows or circles (highlighting is not acceptable). The Contractor shall be responsible for delays in the
project accruing directly or indirectly from late submissions or resubmissions of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor's submittals shall be submitted in electronic PDF format. The RPR
reserves the right to reject any or all equipment, materials or procedures, which, in the RPR’s opinion, does
not meet the system design and the standards and codes, specified herein.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least 12 months or 4 years for LED fixtures from
final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at
the Owner's discretion, with no additional cost to the Owner.
CENTURY WEST ENGINEERING L-125 Installation of Airport Lighting Systems - 2 of 5 APRIL 2025 | #35022.008.02
EQUIPMENT AND MATERIALS
125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground Electrical
Duct Banks and Conduits.
125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108 Underground
Power Cable for Airports.
125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88
respectively, as manufactured by 3M Company or an approved equal.
125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of Underground
Cable for Airports.
125-2.6 Retroreflective Markers. Not required.
125-2.7 Runway and Taxiway Lights. Runway and taxiway lights shall conform to the requirements of
AC 150/5345-46. Lamps shall be of size and type indicated, or as required by fixture manufacturer for each
lighting fixture required under this contract. Filters shall be of colors conforming to the specification for
the light concerned or to the standard referenced.
125.2.8 In-pavement Runway and Taxiway Fixture Aiming
a. L-850C, Edge. The axis of the fixture shall be parallel to the centerline of the runway. The
indicator arrow on the top of the fixture shall point toward the runway centerline.
Lights
Type Class Mode Style Option Base Color Transformer Notes
L-861T 2 1 N/A 4 L-867 Blue 10/15W LED
L-861 N/A N/A N/A N/A L-867 Existing Existing Salvaged fixture
reinstalled on new
base can.
L-850C N/A N/A N/A N/A L-868 Existing Existing Salvaged fixture
reinstalled on new
base can.
125-2.8 Runway and Taxiway Signs. Runway and Taxiway Guidance Signs should conform to the
requirements of AC 150/5345-44.
Signs
Type Size Style Class Mode Notes
L-858R 2 2 1 2 LED
L-858Y 2 2 1 2 LED
L-858L 2 2 1 2 LED
L-858B 2 2 1 2 LED
CENTURY WEST ENGINEERING L-125 Installation of Airport Lighting Systems - 3 of 5 APRIL 2025 | #35022.008.02
125-2.9 Runway End Identifier Light (REIL). Not required.
125-2.10 Precision Approach Path Indicator (PAPI). Not required.
125-2.11 Circuit Selector Cabinet. The circuit selector cabinet shall meet the requirements of AC
150/5345-5, Type L-847, three circuit control as indicated , Class A, indoor, Rating 1, for 6.6 amperes.
125-2.12 Light Base and Transformer Housings. Light Base and Transformer Housings should conform
to the requirements of AC 150/5345-42. Light bases shall be Type L-867, Class 1A, or L-868, Class 1A,
Size B shall be provided as indicated or as required to accommodate the fixture or device installed thereon.
Base plates, cover plates, and adapter plates shall be provided to accommodate various sizes of fixtures.
Provide with grounding lug as shown on the drawing.
The Contractor is required to maintain an adequate supply of grade adjustment shims on the project site at
all times.
As indicated in the plans the contractor will be responsible for providing L-867 basecan extensions and/or
spacer rings to meet required final grading adjustments around existing basecans.
All L-868 bases installed in concrete pavement shall be installed with no more than one spacer ring of a
thickness as required to accommodate conduit depths with new/existing grade.
All L-868 bases installed in asphalt pavement shall be installed with a 6” deep extension and one 1/2-inch
spacer ring for adjustment to pavement elevation changes or future mill and overlay construction.
125-2.13 Isolation Transformers. Isolation Transformers shall be Type L-830, size as required for each
installation. Transformer shall conform to AC 150/5345-47.
125-2.14 Hardware. All bolts, nuts, washers and lock washers shall be stainless steel. Install using
Loctite® Threadlocker Blue 242, Permatex® Medium Strength Threadlocker Blue, or approved equal.
125-2.14 Plug And Receptacle Cable Connectors. L-823, Type I, Class A, meeting the requirements of
FAA AC 150/5345-26, current edition.
INSTALLATION
125-3.1 Installation. The Contractor shall furnish, install, connect and test all equipment, accessories,
conduit, cables, wires, buses, grounds and support items necessary to ensure a complete and operable airport
lighting system as specified here and shown in the plans.
The equipment installation and mounting shall comply with the requirements of the National Electrical
Code and state and local code agencies having jurisdiction.
The Contractor shall install the specified equipment in accordance with the applicable advisory circulars
and the details shown on the plans.
125-3.2 Testing. All lights shall be fully tested by continuous operation for not less than 24 hours as a
completed system prior to acceptance. The test shall include operating the constant current regulator in each
step not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate properly
during each portion of the test.
125-3.3 Shipping and Storage. Equipment shall be shipped in suitable packing material to prevent damage
during shipping. Store and maintain equipment and materials in areas protected from weather and physical
damage. Any equipment and materials, in the opinion of the RPR, damaged during construction or storage
CENTURY WEST ENGINEERING L-125 Installation of Airport Lighting Systems - 4 of 5 APRIL 2025 | #35022.008.02
shall be replaced by the Contractor at no additional cost to the owner. Painted or galvanized surfaces that
are damaged shall be repaired in accordance with the manufacturer’s recommendations.
125-3.4 Elevated and In-pavement Lights. Water, debris, and other foreign substances shall be removed
prior to installing fixture base and light.
A jig or holding device shall be used when installing each light fixture to ensure positioning to the proper
elevation, alignment, level control, and azimuth control. Light fixtures shall be oriented with the light beams
parallel to the runway or taxiway centerline and facing in the required direction. The outermost edge of
fixture shall be level with the surrounding pavement. Surplus sealant or flexible embedding material shall
be removed. The holding device shall remain in place until sealant has reached its initial set.
METHOD OF MEASUREMENT
125-4.1 Runway and taxiway lights will be measured by the number of each type installed as completed
units in place including new basecans, basecan extensions and spacer rings, flange rings, baseplates, ready
for operation, and accepted by the RPR.
Guidance and mandatory signs will be measured by the number of each type and size installed as completed
units including new concrete foundations as indicated, in place, ready for operation, and accepted by the
RPR.
BASIS OF PAYMENT
125-5.1 Payment will be made at the Contract unit price for each complete runway or taxiway light,
guidance sign installed by the Contractor and accepted by the RPR. This payment will be full compensation
for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all
labor, equipment, tools and incidentals necessary to complete this item including any excavation, backfill,
base rock, and drain pipe required.
Payment will be made under:
Item L-125-5.1 Salvage Existing In-Pavement L-850C Runway Edge Light and Reinstall
on Existing L-868 Base Can --per Each
Item L-125-5.2 Salvage Existing Elevated L-861 Runway Edge Light and Reinstall on
New L-867 Base Can – per Each
Item L-125-5.3 Install New L-861T(L) LED Taxiway Edge Light with New Isolation
Transformer and Hardware on Existing L-867 Base Can --per Each
Item L-125-5.4 Install New L-861T(L) LED Taxiway Edge Light with New Isolation
Transformer and Hardware including Base Can Extension/Spacer Rings
on Existing L-867 Base Can --per Each
Item L-125-5.5 Install New L-861T(L) LED Taxiway Edge Light with New Isolation
Transformer and Hardware on New L-867 Base Can --per Each
Item L-125-5.6 Install New L-852T(L) LED Taxiway Edge Light with New Isolation
Transformer on New L-868 Base Can – Per Each
Item L-125-5.7 Install New Size 2, 1 Module LED Airfield Guidance Sign with New
Isolation Transformer on Existing Concrete Foundation – per Each
Item L-125-5.8 Install New Size 2, 2 Module LED Airfield Guidance Sign with New
Isolation Transformer on Existing Concrete Foundation – per Each
CENTURY WEST ENGINEERING L-125 Installation of Airport Lighting Systems - 5 of 5 APRIL 2025 | #35022.008.02
Item L-125-5.9 Install New Size 2, 4 Module LED Airfield Guidance Sign with New
Isolation Transformer on Existing Concrete Foundation – per Each
Item L-125-5.10 Install New Size 2, 2 Module LED Airfield Guidance Sign with New
Isolation Transformer on New Concrete Foundation – per Each
Item L-125-5.11 Install New Size 2, 4 Module LED Airfield Guidance Sign with New
Isolation Transformer on New Concrete Foundation – per Each
Item L-125-5.12 Salvage Existing In-Pavement L-850C Runway Edge Light and Reinstall
on New L-868 Base Can --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.
Advisory Circulars (AC)
AC 150/5340-18 Standards for Airport Sign Systems
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting
Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems
AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction
Boxes, and Accessories
AC 150/5345-44 Specification for Runway and Taxiway Signs
AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures
AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport
Lighting Systems
AC 150/5345-51 Specification for Discharge-Type Flashing Light Equipment
AC 150/5345-53 Airport Lighting Equipment Certification Program
Engineering Brief (EB)
EB No. 67 Light Sources Other than Incandescent and Xenon for Airport and
Obstruction Lighting Fixtures
END OF ITEM L-125
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING T-901 Seeding - 1 of 5 APRIL 2025 | #35022.008.02
Item T-901 Seeding
DESCRIPTION
901-1.1 This item shall consist of soil preparation, seeding, fertilizing, and mulching the areas shown on
the plans or as directed by the Engineer in accordance with these specifications. This application includes
seeding for temporary erosion control as well as permanent establishment.
MATERIALS
901-2.1 Seed. The species and application rates of grass, legume, and cover-crop seed furnished shall be
those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181,
Federal Specification, Seeds, Agricultural.
Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the
Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot
number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum
weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer
duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a
recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall
include name and address of laboratory, date of test, lot number for each kind of seed, and the results of
tests as to name, percentages of purity and of germination, and percentage of weed content for each kind
of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or
otherwise damaged seed will be rejected.
Seeds shall be applied as follows:
Seed Properties and Rate of Application
Seed
% By Weight Minimum Seed
Purity (Percent)
Minimum
Germination
(Percent)
Rate of Application
lb/acre
(or lb/acre)
Creeping
Fescue 15 98 90 15
Perennial
Rye 60 98 90 60
Chewings
Fescue 25 98 90 25
Seeding shall be performed during the period between September 15th and April 30th inclusive, unless
otherwise approved by the Engineer.
901-2.2 Lime. Not required.
901-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures
containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They
shall be applied at the rate and to the depth specified and shall meet the requirements of applicable state
laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of
CENTURY WEST ENGINEERING T-901 Seeding - 2 of 5 APRIL 2025 | #35022.008.02
contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed
fertilizers.
The fertilizers may be supplied in one of the following forms:
a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader.
b. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or
c. A granular or pellet form suitable for application by blower equipment.
Fertilizers shall be commercial fertilizer and shall be spread at the rate meeting the manufacturer’s
recommendations.
901-2.4 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal
quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free
from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed,
compacting, and establishing turf, and shall be approved by the Engineer before being placed.
901-2.5 Mulch. Mulch shall consist of ground or chopped vegetative material spread evenly over
disturbed surfaces. The following materials may be used for mulch:
Mulch for wet application shall consist of cellulose fiber produced from virgin wood, straw, or paper fiber
product mixed with tackifier consisting of gum binder derived from guar. Mulch shall be applied at a rate
of 2,000 lbs. per acre. Sufficient tackifier shall be added to the mulch to achieve an application rate of 60
lbs./acre when applied. The soil for fill and topsoiling of areas to be repaired shall be at least of equal
quality to that which exists.
CONSTRUCTION METHODS
901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before
applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones
larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of
seed, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or
other causes has occurred after the completion of grading and before beginning the application of
fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing
irregularities, and repairing other incidental damage.
An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has
recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading
operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free
from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade.
When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any
grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or
otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil
shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows,
or other appropriate means.
901-3.2 Dry application method (Not Used).
901-3.3 Wet application method.
a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying
them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and
equipment described herein. The rates of application shall be as specified in the special provisions. The
application can be in a temporary erosion control method or as a permanent application.
CENTURY WEST ENGINEERING T-901 Seeding - 3 of 5 APRIL 2025 | #35022.008.02
b. Spraying equipment. The spraying equipment shall have a container or water tank equipped with
a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the
tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be
equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in
complete suspension at all times until used.
The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at
a pressure of 100 lb / sq inches. The pump shall be mounted in a line that will recirculate the mixture
through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipelines shall
be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have
controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge
connected and mounted immediately at the back of the nozzle.
The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be
rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least
60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the
recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the
amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shal l be
supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet. One shall be
a close-range ribbon nozzle, one a medium-range ribbon nozzle, and one a long-range jet nozzle. For case
of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release
couplings.
In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in
length shall be provided to which the nozzles may be connected.
c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the
fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with
each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified,
but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each
100 gallons of water.
All water used shall be obtained from fresh water sources and shall be free from injurious chemicals
and other toxic substances harmful to plant life. The Contractor shall identify to the Engineer all sources
of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or
from the tank at any time and have a laboratory test the samples for chemical and saline content. The
Contractor shall not use any water from any source that is disapproved by the Engineer following such
tests.
All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to
the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed, or they
shall be wasted and disposed of at approved locations.
d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the
applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed
shall again be properly graded and dressed to a smooth finish.
Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the
lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-
pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground
like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner
as might produce erosion or runoff.
CENTURY WEST ENGINEERING T-901 Seeding - 4 of 5 APRIL 2025 | #35022.008.02
Particular care shall be exercised to ensure that the application is made uniformly and at the
prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the
mixture in accordance with specifications shall be used to cover specified sections of known area.
Checks on the rate and uniformity of application may be made by observing the degree of wetting of
the ground or by distributing test sheets of paper or pans over the area at intervals and observing the
quantity of material deposited thereon.
On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and
fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on
which mulch is not to be used, the raking and rolling operations will be required after the soil has dried.
901-3.4 Maintenance of seeded areas. The Contractor shall protect seeded areas against traffic or other
use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged
following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow,
water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection
and acceptance of the work.
When either the dry or wet application method outlined above is used for work done out of season, it will
be required that the Contractor establish a good stand of grass of uniform color and density to the
satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square
foot or less, randomly dispersed, and do not exceed 3% of the area seeded.
METHOD OF MEASUREMENT
901-4.1 The quantity of Seeding to be paid for shall be the number of acres measured on the ground
surface, completed, and accepted. Temporary hydroseeding seeding used for erosion control purposes
shall also be measured under this item per acre measured or fraction thereof.
901-4.2 The quantity of Mulch to be paid for shall be the number of acres measured on the ground
surface, completed, and accepted. Temporary mulching used for erosion control purposes shall also be
measured under this item per acre measured or fraction thereof.
BASIS OF PAYMENT
901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and
payment shall be full compensation for furnishing and placing all material and for all labor, equipment,
tools, and incidentals necessary to complete the work prescribed in this item.
Payment will be made under:
Item T-901-5.1 Seeding - per acre
901-5.2 Payment shall be made at the contract unit price per acre or fraction thereof, which price and
payment shall be full compensation for furnishing and placing all material and for all labor, equipment,
tools, and incidentals necessary to complete the work prescribed in this item.
Payment will be made under:
Item T-901-5.2 Mulch - per acre
CENTURY WEST ENGINEERING T-901 Seeding - 5 of 5 APRIL 2025 | #35022.008.02
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 C602 Standard Specification for Agricultural Liming Materials
Federal Specifications (FED SPEC)
FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural
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-901
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING T-905 TOPSOIL - 1 of 4 APRIL 2025 | #35022.008.02
Item T-905 Topsoil
DESCRIPTION
905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil
from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and
placing and spreading the topsoil on prepared areas in accordance with this specification at the locations
shown on the plans or as directed by the RPR.
MATERIALS
905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material
toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2
inches or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be
incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and
herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and
intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be
incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture,
unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when
tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in
effect on the date of invitation of bids. The organic content shall be not less than 3% nor more th an 20%
as determined by the wet-combustion method (chromic acid reduction). There shall be not less than 20%
nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in
accordance with ASTM C117.
Natural topsoil may be amended by the Contractor with approved materials and methods to meet the
above specifications.
905-2.2 Inspection and tests. Within 10 days following acceptance of the bid, the RPR shall be notified
of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if
the selected soil meets the requirements specified and to determine the depth to which stripping will be
permitted. At this time, the Contractor may be required to take representative soil samples from several
locations within the area under consideration and to the proposed stripping depths, for testing purposes as
specified in paragraph 905-2.1.
CENTURY WEST ENGINEERING T-905 TOPSOIL - 2 of 4 APRIL 2025 | #35022.008.02
CONSTRUCTION METHODS
905-3.1 General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the
location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the
plans.
Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of
topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and
approved by the RPR before the various operations are started.
905-3.2 Preparing the ground surface. Immediately prior to dumping and spreading the topsoil on any
area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the
RPR, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The
surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and
all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or
the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to
respond to these operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be
maintained in a true and even condition. Where grades have not been established, the areas shall be
smooth-graded and the surface left at the prescribed grades in an even and compacted condition to prevent
the formation of low places or pockets where water will stand.
905-3.3 Obtaining topsoil. Prior to the stripping of topsoil from designated areas, any vegetation, briars,
stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent
operations, shall be removed using methods approved by the RPR. Heavy sod or other cover, which
cannot be incorporated into the topsoil by discing or other means shall be removed.
When suitable topsoil is available on the site, the Contractor shall remove this material from the
designated areas and to the depth as directed by the RPR. The topsoil shall be spread on areas already
tilled and smooth-graded or stockpiled in areas approved by the RPR. Any topsoil stockpiled by the
Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been
stockpiled on the site by others, and is required for topsoil purposes, shall be rem oved and placed by the
Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the
Contractor shall be graded if required and put into a condition acceptable for seeding.
When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply,
subject to the approval of the RPR. The Contractor shall notify the RPR sufficiently in advance of
operations in order that necessary measurements and tests can be made. The Contractor shall remove the
topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the
work and placed for spreading or spread as required. Any topsoil hauled to the site of the work and
stockpiled shall be rehandled and placed without additional compensation.
905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2
inches after compaction, unless otherwise shown on the plans or stated in the special provisions.
Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a
condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed
with a minimum of soil preparation or tilling.
After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other
effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter
shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be
satisfactorily compacted by rolling with a cultipacker or by other means approved by the RPR . The
CENTURY WEST ENGINEERING T-905 TOPSOIL - 3 of 4 APRIL 2025 | #35022.008.02
compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or
other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed.
METHOD OF MEASUREMENT
905-4.1 Topsoil shall be measured by the number of cubic yards of topsoil measured in its final position,
completed and accepted. Topsoil shall be measured by volume in cubic yards computed by the method of
end areas.
BASIS OF PAYMENT
905-5.1 Payment will be made at the contract unit price per cubic yard for topsoil. This price shall be full
compensation for furnishing all materials and for all preparation, placing, and spreading of the materials,
and for all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item T-905-5.1 Topsoil - 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.
ASTM International (ASTM)
ASTM C117 Materials Finer than 75 m (No. 200) Sieve in Mineral Aggregates by Washing
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
CENTURY WEST ENGINEERING T-905 TOPSOIL - 4 of 4 APRIL 2025 | #35022.008.02
END OF ITEM T-905
CENTURY WEST ENGINEERING W-100 Water Mains - 1 of 14 APRIL 2025 | #35022.008.02
Item W-100 Water Mains
DESCRIPTION
100-1.1 This work consists of constructing water mains 16 inches in diameter and smaller outside in
accordance with the plans, 2025 WSDOT Standard Specifications Section 7-09, and as modified herein
by the City of Renton.
100-1.2 Definitions
Trench Width. Trench excavation and backfill for the water main construction shall be in
accordance with the trench limits outlined in the table below. Existing soil conditions are
variable, and areas of soil instability may exist. The Contractor is responsible for protecting and
maintaining the trench integrity and shall be held accountable for liability of trench construction,
maintenance, and incidental trench deficiencies or accidents. All trench excavated materials shall
be disposed of off-site at an approved Contractor provided disposal site, unless otherwise
approved by the RPR. Excavation outside the excavation limits shown on the plan drawings shall
be at no additional expense.
Pipe Type Water Main Pipe Water Service Pipe
Trench Depth All All
Trench Pay Width (ft) 3 2
Unsuitable Material. Per Item P-152.
Gravel Backfill for Pipe Zone Bedding. Per WSDOT Standard Specification 7-09.1(1)C.
Pipe Zone Bedding. Per WSDOT Standard Specification 7-09.1(1)D.
Trench Backfill. Per WSDOT Standard Specification 7-09.1(1)E.
MATERIALS
100-2.1 Materials shall meet the requirements shown on the plans, 2025 WSDOT Standard Specifications
Section 7-09, and as modified herein.
100-2.2 Pipe for main line. All materials for water distribution and transmission shall be new and
undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall
submit the material source as required by the City of Renton. All direct and indirect drinking water system
components which come in contact with potable water shall have National Sanitation Foundation (NSF)
certification. All pipe and fittings shall be clearly marked with the manufacturer's name, type, class, and
thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall
be legible and permanent under normal conditions of handling and storage.
CENTURY WEST ENGINEERING W-100 Water Mains - 2 of 14 APRIL 2025 | #35022.008.02
100-2.3 Ductile Iron Pipe.
1. Ductile iron pipe shall be centrifugally cast in 18- or 20-foot nominal lengths and meet the
requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining
and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall
be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged
ductile iron pipe shall be Class 53 per AWWA C115.
2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.)
conforming to AWWA C111, unless otherwise specified.
3. Restrained joints shall be as specified in Section 100-2.5.
4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working
pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C115. Thicker Classes are
acceptable.
The Contractor shall furnish certification from the manufacturer of the pipe and gasket being
supplied that the inspection and all of the specified tests have been made and the results thereof
comply with the requirements of the above referenced standards.
100-2.4 Ductile Iron Pipe Fittings: Fittings for ductile iron pipe shall be ductile iron conforming to
AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104.
All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for
mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness
and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10.
Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA
C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern.
Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and
ells.
Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 /
AWWA C111. Gasket materials for flange joints shall be SBR, neoprene, Buna N, chlorinated butyl, or
cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified
as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and
threaded.
Sleeves less than or equal to 12 inches in diameter shall be 12 inches minimum length and shall be
mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15
inches minimum length and shall be mechanical joint.
Bolts and nuts for all fittings and valves with mechanical-joint end(s) shall be Cor-ten (low alloy steel)
conforming to ANSI/AWWA C110/A21.10 or stainless steel. Bolts and nuts for all pipe, fittings, and valves
with flanged end(s) shall be stainless steel and shall conform in size and length with ANSI/AWWA
C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM F593, Group 2. Shackle rods shall
be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS.
CENTURY WEST ENGINEERING W-100 Water Mains - 3 of 14 APRIL 2025 | #35022.008.02
Contractor shall provide Manufacturer's Certificate of Compliance for all fittings and bolts to be used.
100-2.5 Restrained-Joint Pipe and Restrained-Joint Fittings. Restrained joints (RJ) for ductile iron pipe,
fittings, and valves, where required on the plans, shall be flexible after assembly and be able to be
disassembled. Restrained joints shall meet the following criteria:
1. The restrained joint shall have a positive metal to metal contact locking system without the use
of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or
locking segments shall not be allowed as substitutes for restrained-joint pipes.
2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe
fittings, except as provided in item 3 below.
3. Where restrained joint fittings required on the plans cannot be furnished or where restrained
jointed fittings are required in areas that are known to be subject to location adjustments, the
Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint
glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be
substituted for restrained joint pipe.
Wedge Restraint Glands:
Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts
and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge
restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller.
Appurtenances:
100-2.6 Concrete Blocking. Per WSDOT Standard Specification 6-02.3(2)B.
100-2.7 Polyethylene Encasement. Polyethylene encasement (plastic film wrap) shall be eight mil
polyethylene, tube type conforming to AWWA C105. All ductile iron pipes, fittings, and valves shall be
installed with a polyethylene encasement, tube-type and in black color.
100-2.8 Meter Box. Per WSDOT Standard Specification 9-03.6(7) except as modified herein:
9-30.6(7) Meter Boxes
Section 9-30.6(7) is supplemented as follows:
(******)
Meter boxes shall be installed per the City of Renton Standard Details for water meters,
latest revision.
100-2.9 Double Check Valve Assembly Box. Boxes shall be installed per the City of Renton Standard
Details for water meters, latest revision.
Aggregates:
100-2.10 Gravel Backfill for Pipe Zone Bedding. Per WSDOT Standard Specification 9-03.12(3).
CENTURY WEST ENGINEERING W-100 Water Mains - 4 of 14 APRIL 2025 | #35022.008.02
100-2.11 Bank Run Gravel for Trench Backfill. Per WSDOT Standard Specification 9-03.19.
CONSTRUCTION METHODS
100-3.1 General. General construction of water main shall be per WSDOT Standard Specification 7-09.3.
100-3.2 Grade and Alignment. Per WSDOT Standard Specification 7-09.3(5).
100-3.3 Trench Excavation. Per WSDOT Standard Specification 7-09.3(7).
100-3.4 Removal and Replacement of Unsuitable Materials. When determined by the RPR that the
material at the bottom of the trench excavation is not stable enough to provide adequate support for
airfield loading or is otherwise deemed unstable or unsuitable by the RPR, the Contractor shall
overexcavate and provide trench stabilization as shown on the plans. The excavation, haul, and disposal
of all unsuitable materials shall be measured and paid per Item P-152. Trench stabilization shall be
measured and paid per other bid items applicable to the details on the plans. No direct measurement or
payment will be made for trench stabilization.
100-3.5 Bedding the Pipe. Per WSDOT Standard Specification 7-09.3(9)
100-3.6 Backfilling Trenches. Per WSDOT Standard Specification 7-09.3(10)
100-3.7 Compaction of Backfill. Per WSDOT Standard Specification 7-09.3(11).
100-3.8 General Pipe Installation. Per WSDOT Standard Specification 7-09.3(12).
100-3.9 Handling of Pipe. Per WSDOT Standard Specification 7-09.3(13).
100-3.10 Cutting Pipe. Per WSDOT Standard Specification 7-09.3(14).
100-3.11 Laying of Pipe on Curves. Shall be per WSDOT Standard Specification 7-09.3(15) except as
modified herein:
7-09.3(15)A Ductile Iron Pipe.
Section 7-09.3(15)A is revised as follows:
(******)
Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may
be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on
the Plans and no special fittings are shown, the Contractor can assume that the curves can
be made by deflecting the joints with standard lengths of pipe. If shorter lengths are
required, the Plans will indicate maximum lengths that can be used. The amount of
deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not
exceed one half (50%) of the manufacturer's printed recommended deflections.
The Contractor shall submit to the RPR the pipe manufacturer's joint deflection
recommendations prior to pipe installation indicating deflections are within allowable
AWWA specification tolerances.
Where field conditions require deflection or curves not anticipated by the Plans, the RPR
will determine the methods to be used. No additional payment will be made for laying pipe
on curves as shown on the Plans, or for field changes involving standard lengths of pipe
deflected at the joints.
CENTURY WEST ENGINEERING W-100 Water Mains - 5 of 14 APRIL 2025 | #35022.008.02
When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight
alignment and then deflected to the curved alignment. Trenches shall be made wider on
curves for this purpose.
Where pipe installation on curves requires the use of special fittings, concrete blocking
shall be used per Section 100-2.16.
Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe
manufacturer's recommendations to the RPR for approval.
100-3.12 Cleaning and Assembling Joint. Per WSDOT Standard Specification 7-09.3(16).
100-3.13 Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement. The Contractor shall
lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed
in accordance with AWWA C105. The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, and fittings with 8-mil polyethylene plastic in accordance
with Section 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be
repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and
fittings and no additional payment shall be allowed.
100-3.14 Connections. Shall be per WSDOT Standard Specification 7-09.3(19) except as modified
herein:
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised as follows:
(******)
The Contractor shall not operate any valve on existing Water Main.
The City of Renton Water Operations and Maintenance staff will make all connections to
charged water mains and will operate all valves to accomplish shutdowns and subsequent
reactivation. The draining of existing water mains will be done by City water maintenance
staff. The Contractor shall provide pumping and disposal of the water from the draining of
the existing water mains including de-chlorination of the water prior to disposal.
Connections to the existing water main shall not be made without first making the
necessary scheduling arrangements with the RPR in advance. The Contractor shall request
water main shut offs for connections of new water mains to existing water mains at least
ten (10) working days in advance for each connection. Approval of connections to existing
water main is contingent on the Water Main and appurtenances being completely installed,
tested, cleaned with polypig, disinfected and flushed per Contract requirements.
CENTURY WEST ENGINEERING W-100 Water Mains - 6 of 14 APRIL 2025 | #35022.008.02
City's water operations and maintenance staff will notify in writing all water customers
affected by the shut-offs of the water mains at least 48 hours in advance (not including
weekends and holidays) of any water shut-offs. The Contractor may be required to perform
the connection during times other than normal working hours. Water main shut-offs shall
occur during non-holiday weekdays unless otherwise specified in the contract documents.
Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after
the major holidays listed below:
New Year's Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, Independence
Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day.
Due to the needs of various water customers in the project vicinity, water shut-off periods
are limited to the times set forth below:
Days Hours
Monday to Thursday 9:00 AM TO 3:00 PM
Friday to Sunday DO NOT SCHEDULE
The City of Renton's Water Maintenance Manager, at his/her sole discretion, may adjust
the above shut-off periods in order to address specific project circumstances and customer
needs. No water main shutoffs affecting public schools will be allowed during scheduled
school hours. The City reserves the right to re-schedule the connection if the work area is
not ready at the scheduled time for the connection.
Points of connection to existing water mains shall be exposed by hydro excavation or
potholing prior to trenching of the new water mains. Before the installation of the new
water mains, the Contractor shall field verify, in the presence of the RPR, the actual
location and depth of the existing water mains where new connections will be made to
assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing
areas. After excavation, the Contractor shall verify the dimensions, type, condition, and
roundness of the exposed water main. The Contractor shall immediately notify the RPR if
the connection cannot be made as specified by the Contract Plans in order that the
connection detail may be revised. When necessary, the profile shall be adjusted as directed
by the RPR to prevent abrupt changes in grade and alignment of the water main and
connection.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface
improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering,
foundation material, at the connection areas before the scheduled time for the connection
by the City. The Contractor shall provide all materials necessary for the City Water
Maintenance personnel to install all connections to existing water mains as indicated on
the Contract Plans, including fittings, couplings, pipe spools, shackle materials to complete
the connections.
The City Water Operations and Maintenance staff will:
CENTURY WEST ENGINEERING W-100 Water Mains - 7 of 14 APRIL 2025 | #35022.008.02
a) Deactivate and dewater the existing and new water main to perform the
connections. The Contractor shall provide pumping and disposal of the water from
the draining of the water mains including de-chlorination.
b) Cut, remove and dispose pipe sections as necessary to install the new Materials
with Contractor's assistance
c) Swab all connecting pipe and fittings with 5-6% chlorine solution
d) Perform the connection work
e) Reactivate and flush the Water Main
The Contractor shall install the polywrap on all pipes and fittings at the connection points
and shall install concrete thrust blocks per Contract standard plans and specifications.
In addition to those connections shown on the Plans, segments of a new Water Main may
be placed in service prior to completion of the new Water Main. All connection between
the charged and uncharged segments of the new Water Main, including connection to a
new Tapping Tee and Valve will be done by the City of Renton Water Operations and
Maintenance staff.
Connections to existing water mains which include wet tapping the existing water main or
the cutting of the existing water main for the installation of new in-line tee and valves shall
be done in two steps:
Step 1: Cut-in of existing water main for installation of in-line tee and valves:
The Contractor shall provide all materials necessary for the City Water Maintenance
personnel to cut the existing water main as indicated on the Contract Plans for the
installation of the in-line tee and valves, including but not limited to the required fittings,
couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-
line tee and valves by City personnel, the Contractor shall provide and install concrete
blocking and polyethylene encasement behind the in-line tee and other fittings. A minimum
3-day curing period is required before a connection can be made to the new water mains.
Wet tapping of existing water main for installation of tapping tee and valve:
Wet tapping of existing water mains shall be performed by a City approved wet tap
contractor (Speer Taps, Inc. or Legacy Tapping, Inc.). The Contractor shall provide all
materials necessary for the wet tapping of the existing water main as indicated on the
Contract Plans for the installation of the tapping tee and valve. After the wet tap, the
Contractor shall provide and install concrete blocking behind the tapping tee. A minimum
3-day curing period is required before a connection can be made to the new tapping valve.
Step 2: Connection of new water main to the new cut-in tee and valves, or to a new tapping
valve on existing water mains by City's Water Maintenance personnel.
CENTURY WEST ENGINEERING W-100 Water Mains - 8 of 14 APRIL 2025 | #35022.008.02
100-3.15 Detectable Marking Tape. Per WSDOT Standard Specification 7-09.3(20).
100-3.16 Concrete Thrust Blocking and Dead-Man Block. Concrete thrust blocking shall be placed at
bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards
Plans, latest revisions and Contract Plans.
Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on
the Plans and shall be in conformance with the Standard Plans and Contract Plans. Reinforcement steel
shall be Grade 40 or better.
Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength
at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear
against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and
properly formed with plywood or other acceptable forming materials so as not to obstruct access to the
joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete
blocking shall be replaced at the Contractor's expense.
The Contractor shall provide the RPR at least 1 Working Day advance notice before pouring concrete thrust
blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to
backfilling.
100-3.17 Hydrostatic Pressure Test. Water main and appurtenances including service connections to the
meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi
in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at
the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose
and piping, and measuring equipment necessary for performing the test shall be furnished and operated by
the Contractor.
The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and
making the required security deposits. The Contractor shall use the City's issued hydrant meter with an
attached backflow prevention assembly to draw water from the City' water system to fill the water mains
for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a
charge for the water used for filling, testing, cleaning and disinfection of the water mains.
Sections to be tested shall normally be limited to 1,500 feet or less, unless otherwise indicated on the plans
or approved by the RPR. The RPR may require that the first section of pipe, not less than 1,000 feet in
length, installed by each of the Contractor's crews, be tested in order to qualify the crew and the materials.
Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested
successfully.
The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks
shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not
required, the Contractor shall furnish and install temporary blocking and remove it after testing.
CENTURY WEST ENGINEERING W-100 Water Mains - 9 of 14 APRIL 2025 | #35022.008.02
Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled
completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the
contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled
with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure
applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged.
The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be
conducted for a 2-hour period.
The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2
hours, and then pumping the main up to the test pressure again. During the test, the section being tested
shall be observed to detect any visible leakage.
A clean container shall be used for holding water for pumping up pressure on the main being tested. This
makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/I.
The acceptability of the pressure test and leakage test will be determined by two factors as follows:
1. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
2. The quantity of water lost from the main and appurtenances shall not exceed the number
of gallons during the 2-hour test period as listed in the following table.
Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period
Nominal Pipe Diameter (inches)
PSI 6" 8" 10" 12" 16" 20" 24"
450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
*If the pipeline under test contains sections of various diameters, the allowable leakage will be the
sum of the computed leakage for each size. For those diameters or pressures not listed, the formula
below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by
the formula:
where:
CENTURY WEST ENGINEERING W-100 Water Mains - 10 of 14 APRIL 2025 | #35022.008.02
L = Allowable leakage in gallons/hour
S = Gross length of pipe tested, feet
D = Nominal diameter of the pipe in inches
P = Test pressure during the leakage test in psi
The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping
from an open container of suitable size such that accurate volume measurements can be made by the RPR
or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1)
gallon per revolution. The meter shall be approved by the RPR.
Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing
Laboratory approved by the RPR.
Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage
specified above. Should the tested section fail to meet the pressure test successfully as specified, the
Contractor shall, at no additional expense to the Owner, locate and repair the defects and then retest the
pipeline. The use of leak detection dye or other substances to detect any visible leakage is strictly prohibited.
All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet
valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the
pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the
gauge when the pressure comes against the valve being checked. The Contractor shall verify that the
pressure differential across the valve does not exceed the rated working pressure of the valve.
Prior to calling out the RPR or Inspector to witness the pressure test, the Contractor shall have all equipment
set up completely ready for operation and shall have successfully performed the test to ensure that the pipe
is in satisfactory condition.
Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by
the Contractor at no additional expense to the Owner. Whenever it is necessary to replace defective material
or correct the workmanship, the hydrostatic test shall be re-run at the Contractor's expense until a
satisfactory test is obtained.
100-3.18 Testing Extensions From Existing Mains. Per WSDOT Standard Specification 7-09.3(23)A.
100-3.19 Testing Section With Hydrants Installed. Per WSDOT Standard Specification 7-09.3(23)B.
100-3.20 Testing Hydrants Installed on Existing Mains. Per WSDOT Standard Specification 7-
09.3(23)C.
100.3-21 Disinfection of Water Mains. Shall be per WSDOT Standard Specification 7-09.3(24) except
as modified herein:
7-09.3(24)A Flushing and "Poly-pigging"
Section 7-09.3(24)A, with title change, is revised as follows:
(******)
CENTURY WEST ENGINEERING W-100 Water Mains - 11 of 14 APRIL 2025 | #35022.008.02
Prior to pressure testing, disinfection, and final flushing of the Water Mains for
bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove
any solids or contaminated materials that may have entered or become lodged in the pipes
during installation.
The "Poly-pig" shall be light density foam (1-2 pd) with 90A durometer urethane rubber
coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with
bullet nose or squared end. The "Poly-pigs" shall be inserted in the pipes and retrieved form
the pipes through launching stations with vertical crosses and blow-off assemblies as
shown and on the Contract Plans and Standard Plans.
If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a
flow velocity of at least 2.5 fps in the water main.
Taps required by the Contractor for temporary or permanent release of air, chlorination or
flushing purposes shall be provided by the Contractor as part of the construction of water
mains.
The Contractor shall be responsible for disposal of treated water flushed from mains and
shall neutralize the wastewater for protection of aquatic life in the receiving water before
disposal into any natural drainage channel, i.e., receiving water, waters of the State,
including wetlands. The Contractor shall be responsible for disposing of disinfecting
solution to the satisfaction of the Owner and local authorities. At a minimum, chlorinated
water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and
pH adjustment to within 6.5 - 8.5 standard units before discharging to surface waters of the
State or to a storm sewer system that drains to surface waters of the State.
If approved by the RPR and by the local authority responsible for the sanitary sewer system,
disposal of treated water from mains may be made to an available sanitary sewer, provided
the rate of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)0 is revised as follows:
(******)
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K is revised as follows:
(******)
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours.
After the retention period, the chlorine residual shall be tested at all pipe extremities and at
other representative points and shall measure at least 25 mg/L. If a measurement of less
than 25 mg/L is obtained repeat disinfection is required.
CENTURY WEST ENGINEERING W-100 Water Mains - 12 of 14 APRIL 2025 | #35022.008.02
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N is revised as follows:
(******)
Following chlorination, treated water shall be flushed from the newly-laid pipe until the
replacement water throughout its length shows, upon test, the absence of chlorine. In the
event chlorine is normally used in the source of supply, then the tests shall show a residual
not in excess of that carried in the water supply system. After flushing the treated water
from the pipes, a 16-hour rest period is required before any water quality sampling can be
taken from the new pipes.
A sample tap shall be located ahead of the flushing hose for convenience and for sanitary
sampling.
Before placing the lines into service, and after a 16-hour rest period, two sets of satisfactory
reports shall be received from the local or State Health Department or an approved testing
lab on samples collected from representative points in the new system. Samples will be
collected and bacteriological tests obtained by the RPR or City Inspector. Following the
retention period, the installation of new mains requires that two sets of samples for coliform
analysis are collected using the following method:
AWWA C651-14 Option B
1. Provide rest period of at least 16 hours.
2. Collect first set of samples from representative points.
3. Provide wait period of at least 15 minutes.
4. Collect second set of samples from representative points.
At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per
million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary,
before discharging to surface waters of the State or to a storm sewer system that drains to
surface waters of the State.
Following successful bacteriological testing on an individual segment, the City will
complete the final tie-in of that segment within 10 working days.
100.3-22 Abandonment of Existing Water Pipe. Where shown in the plans or at other locations as
determined by the RPR, the Contractor shall abandon existing water pipe with installation of DI
mechanical joint end caps or plugs, when approved by the RPR. Abandonment of existing water pipe
shall include abandonment of existing valves at locations shown in the Plans. Valve to be abandoned per
W-101. Where the remaining portion of the existing water main is to remain in service following removal
of the designated water main, hydrant assembly, or water service connection, the Contractor shall install a
permanent ductile iron cap or plug with associated fittings, and thrust block. Abandoned line shall be
filled with a Controlled Low-Strength Material (CLSM) per Item P-153.
100.3-23 Removal of Existing Water Manholes. Where it is required that an existing valve manhole be
removed, the valve, interior manhole piping, ladder, and all other appurtenances shall be removed, the
CENTURY WEST ENGINEERING W-100 Water Mains - 13 of 14 APRIL 2025 | #35022.008.02
concrete structure shall be broken down and removed to a depth of at least 4 feet below the revised
surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water,
and the manhole filled with sand and compacted to 90 percent density as specified in WSDOT Standard
Specification 2-03.3(14)C. Debris resulting from breaking the lower part of the manhole may be mixed
with the sand subject to the approval of the RPR. The ring and cover shall be salvaged and all other
surplus material disposed of off airport property at a location designated by the City of Renton’s Water
Department. Where removal of water manholes is located within paved area, backfill will be CLSM per
P-153. Where removal locations are within non-paved areas, backfill with either CLSM per P-153 or
suitable native material, as determined by the RPR.
METHOD OF MEASUREMENT
100-4.1 The measurement of restrained ductile iron pipe class 52 for water main, 6 in. will be made per
linear foot of pipe laid and tested and shall be measured along the pipe through fittings, valves, and
couplings.
100-4.2 No specific unit of measurement shall apply to abandon existing fire waterline (CLSM).
100-4.3 The measurement of adjust meter box will be made per each.
100-4.4 The measurement of adjust double check valve assembly (DCVA) box will be made per each.
100-4.5 The measurement of removal of existing water manhole and gate valve will be made per each.
BASIS OF PAYMENT
100-5.1 Payment will be made at the contract unit price per linear foot for each size and kind of pipe class
and shall be full pay for all work to complete the installation of the water main, including but not limited
to, saw cutting, removal of existing asphalt pavement, removal of existing concrete pavement to the limits
show on the plans, trench excavation, furnishing, placing and installing pipe bedding, laying and jointing
pipe and fittings, furnishing, placing, compacting, and testing backfill, concrete thrust blocking, testing,
disinfecting the pipeline, flushing, dechlorination of water used for flushing, and cleanup. Payment for
restoration will be made under the applicable items shown in the Proposal. If no pay items for restoration
are included in the Proposal, restoration shall be considered incidental to the work of constructing the
water main, and all costs thereof shall be included in the unit contract price bid for pipe.
100-5.2 Payment will be made at the contract unit price per lump sum for abandonment of the existing
fire waterline identified on the plans and shall be full pay for all work to complete the abandon of the
existing water main, including but not limited to, trench excavate, exposing existing main, cutting and
draining main, pumping and disposal of the water from the draining, , abandonment of valves identified
on the plans, furnishing and installing caps, concrete thrust blocking, furnish and place CLSM, cleanup
and restoration.
100-5.3 Payment will be made at the contract unit price per each for adjust meter box identified on the
plans and shall be full pay for all work to complete the adjustment of existing water meter boxes to grade,
including but not limited to, saw cutting, removal of pavement, excavate, removal of existing meter box,
furnishing and installing new meter box including lid, protecting existing meter setter, furnishing and
placing CLSM, cleanup and restoration.
100-5.4 Payment will be made at the contract unit price per each for adjust double check valve assembly
(DCVA) box identified on the plans and shall be full pay for all work to complete the adjustment of
existing DVCA boxes to grade, including but not limited to, saw cutting, removal of pavement, excavate,
removal of existing DVCA box, furnishing and installing new DVCA box including lid, protecting
existing double check valve assembly, furnishing and placing CLSM, cleanup and restoration.
CENTURY WEST ENGINEERING W-100 Water Mains - 14 of 14 APRIL 2025 | #35022.008.02
100-5.5 Payment will be made at the contract unit price per each for removal of existing 48 in. diameter
water manhole and gate valve and shall be full pay for all work to remove existing valves and manholes,
including all costs for removing and disposing of existing valves, removal and disposal of the first 4-feet
of precast concrete manholes, and appurtenances, salvage of ring and cover, plugging all connections and
pipe penetrations, breaking precast concrete manhole base, furnishing, placing and compacting sand,
removal and disposal of valve box, riser and lid, furnishing and placing CLSM, backfilling, compacting,
compaction testing, cleanup and restoration.
Payment will be made under:
Item W-100-5.1 Restrained Ductile Iron Pipe Class 52 for Water Main, 6 In. Diam. – per
linear foot
Item W-100-5.2 Abandon Existing Fire Waterline (CLSM) – per lump sum
Item W-100-5.3 Adjust Meter Box – per each
Item W-100-5.4 Adjust Double Check Valve Assembly (DCVA) Box – per each
Item W-100-5.5 Removal of Existing 48 In. Diam. Water Manhole and Gate Valve – 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
American Water Works Association (AWWA)
AWWA C104 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings
AWWA C105 Polyethylene Encasement for Ductile-Iron Pipe Systems
AWWA C110 Ductile-Iron and Gray-Iron Fittings
AWWA C111 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings
AWWA C115 Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges
AWWA C151 Ductile-Iron Pipe, Centrifugally Cast
AWWA C153 Ductile-Iron Compact Fittings
AWWA C651 Disinfecting Water Mains
American Society for Testing and Materials (ASTM)
ASTM F593 Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs
American National Standards Institute (ANSI)
ANSI B16.1 Gray Iron Pipe Flanges and Flanged Fittings
END ITEM W-100
CENTURY WEST ENGINEERING W-101 Valves for Water Mains - 1 of 3 APRIL 2025 | #35022.008.02
Item W-101 Valves for Water Mains
DESCRIPTION
101-1.1 Valves for water mains shall be suitable for ordinary waterworks service, intended to be installed
in a normal position on buried pipelines for water distribution systems. Valves shall open
counterclockwise and shall be equipped with a 2-inch-square AWWA standard operating nut. Unless
otherwise specified, all valves shall be the non-rising stem type.
MATERIALS
101-2.1 Materials shall meet the requirements shown on the plans, 2025 WSDOT Standard Specifications
Section 7-12, and as modified herein.
101-2.2 Gate Valves. Gate valves shall be per WSDOT Standard Specification 9-30.3(1), and as
supplemented below:
All valve material shall be new and undamaged. Unless otherwise approved by the RPR, the same
manufacturer of each item shall be used throughout the work.
All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem, and shall
be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall
open counterclockwise when viewed from above. Valves shall be designed for a minimum water
operating pressure of 200 psi.
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
C509 and C515 latest revisions. All exterior valve body bolting shall be Type 304 stainless steel
and shall be provided with hexagonal heads with dimensions to conform with ANSI B18.2.1.
Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on
the project plans. Where restrained joints are called out, valve ends shall be flanged with
appropriate flange by restrained joint adapters.
All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A
valve stem extension is required where the valve operating nut is more than 3 feet below finished
grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in
shall be installed in accordance to the City of Renton standard plans.
Acceptable gate valves are Clow, M&H/Kennedy, American Flow Control (ACIPCo),
Pratt/Mueller, US Metroseal or approved alternate in sizes 16 inches and less.
Approval of valves other than models specified shall be obtained prior to bid opening.
CENTURY WEST ENGINEERING W-101 Valves for Water Mains - 2 of 3 APRIL 2025 | #35022.008.02
101-2.3 Valve Boxes. Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron,
2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard
plans. The cover shall have the word "WATER" cast in it and shall have cast-iron "ears" installed in the
direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess
of the depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish
Casting Corp.)
The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with
AWWA C504.
101-2.4 Valve Stem Extensions. Valve stem extensions shall have a 2-inch square operating nut and self-
centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet
below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per
valve and shall be installed in accordance with the City of Renton Standard Plans.
101-2.5 Tapping Sleeve and Valve Assembly. Tapping sleeve and valve assembly shall be per WSDOT
Standard Specification 9-30.3(8), and as supplemented below:
Tapping tees shall be stainless steel or epoxy coated steel with full circle seal. Bolt and nuts shall
be Cor-Ten or stainless steel.
CONSTRUCTION METHODS
101-3.1 General. General construction of valves shall be per WSDOT Standard Specification 7-12.3.
101-3.2 Installation of Valve Marker Post. Where required, a valve marker post shall be furnished and
installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the
valve and be set with 18 inches of the post exposed above grade.
101-3.3 Abandoned Valves. All valves to be abandoned shall be abandoned in the closed position, unless
shown otherwise, by removing a minimum of the top twenty-four inches of the valve box and then filling
the bottom of the box with a minimum of 8-inches of sand. The remaining portion of the valve box shall
be filled with concrete having an f'c of at least 2000 psi.
METHOD OF MEASUREMENT
101-4.1 Gate valves are incidental to hydrant assembly bid item or tapping tee installation and will not be
measured.
101-4.2 Abandoned valves are incidental to removal of existing fire hydrant and the abandon existing fire
waterline (CLSM) bid items and will not be measured.
101-4.3 The measurement of 12”x6” and 16”x6” tapping tee and valve will be made per each tapping tee
and valve combination installed and tested.
CENTURY WEST ENGINEERING W-101 Valves for Water Mains - 3 of 3 APRIL 2025 | #35022.008.02
BASIS OF PAYMENT
101-5.1 No separate payment will be made for valves.
101-5.2 No separate payment will be made for abandoning valves.
101-5.3 Payment will be made at the contract unit price per each for the specified tapping tee size and
shall be full pay for all work to complete the installation of the tapping tee and valve on the existing water
main, including but not limited to, saw cutting, removal of existing asphalt pavement, removal of existing
concrete pavement to the limits show on the plans, trench excavation, furnishing, placing and installing
bedding, furnishing and installing tapping tee and 6” gate valve, furnishing, placing, compacting, and
testing backfill, concrete thrust blocking, testing, disinfecting the pipeline, flushing, dechlorination of
water used for flushing, and cleanup. Payment for restoration will be made under the applicable items
shown in the Proposal. If no pay items for restoration are included in the Proposal, restoration shall be
considered incidental to the work of constructing the water main, and all costs thereof shall be included in
the unit contract price bid for pipe.
Payment will be made under:
Item W-101-5.1 12”x6” Tapping Tee and Valve – per each
Item W-101-5.2 16”x6” Tapping Tee and Valve – 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
American Water Works Association (AWWA)
AWWA C504 Rubber-Seated Butterfly Valves
AWWA C509 Resilient-Seated Gate Valves for Water Supply Services
AWWA C515 Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Services
American Society of Mechanical Engineers (ASME)
ANSI B18.2.1 Square, Hex, Heavy Hex, and Askew Head Bolts and Hex, Heavy Hex,
Hex Flange, Lobed Head, and Lag Screws (Inch Series)
END ITEM W-101
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING W-102 Hydrants - 1 of 4 APRIL 2025 | #35022.008.02
Item W-102 Hydrants
DESCRIPTION
102-1.1 This item shall consist of the construction of hydrants in accordance with these specifications, at
the specified locations shown on the plans or required by the RPR.
MATERIALS
102-2.1 Materials shall meet the requirements shown on the plans, 2025 WSDOT Standard Specifications
Section 7-14, and as modified herein by the City of Renton. Water main piping, valves, hydrant, and
appurtenances used in hydrant construction shall meet the requirements of the City of Renton.
102-2.2 Hydrants. Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and
of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve
opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the
hydrant is installed.
Hydrants of the following manufacture and pattern have been approved by the City of Renton.
Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling
Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250.
102-2.3 End Connections. Hydrant end connections shall be mechanical joint connection unless otherwise
specified in the description of the bid of proposal.
102-2.4 Hydrant Dimensions. Fire hydrants shall have a main valve opening with minimum diameter of
5-1/4 inches, "O" ring stem seal, two 2-1/2-inch National Standard Thread (N.S.T.) hose nozzle
connections, one 4-inch pumper port connection with City of Seattle standard threads and with a 4.875"
Seattle thread x 5" Storz adapter attached with a 1/8" stainless steel cable. The shoe connection and hydrant
connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The
operating nut and port cap nuts are 1-1/4-inch pentagonal.
The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the
breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved alternate in
Safety Yellow color.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions.
102-2.5 Hydrant Extensions. Hydrant extensions shall be per WSDOT Standard Specification 9-30.5(3).
102-2.6 Hydrant Restraints. Hydrant restraint system shall be mechanical joint restraint with poured-in-
place concrete thrust block behind the hydrant shoe or two 3/4-inch diameter Car-Ten steel tie rods.
Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at
the sidewalk. If a restrained-joint pipe system is used, it shall meet the requirements of Section 9-30.2(6).
CENTURY WEST ENGINEERING W-102 Hydrants - 2 of 4 APRIL 2025 | #35022.008.02
102-2.7 Traffic Flange Hydrants. Traffic Flange Hydrants shall be per WSDOT Standard Specification
9-30.5(5).
102-2.8 Guard Posts. Guard Posts, when shown on the plans, shall be per WSDOT Standard
Specification 9-30.5(6).
CONSTRUCTION METHODS
102-3.1 Setting Hydrants. Where shown on the Plans, hydrants shall be installed in accordance with the
City of Renton Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed
working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be
set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade.
For each hydrant requiring vertical adjustment, see WSDOT Standard Specification 7-14.3(6).
Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10"
piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot
burial where 12" and larger pipe is shown unless otherwise noted in the Plans.
After installation hydrants shall be subjected to a hydrostatic test as specified in Specification Section W-
100.
The hydrant excavation shall be backfilled and compacted when installation and testing are complete and
accepted by the RPR.
A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all
hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14,
Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish
grade.
The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to
WSDOT Standard Specification 7-14.3(6).
Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly
Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved alternate.
Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured.
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x
MJ), 6" DI spool (PE x PE) up to 20 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz
adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 1-1/4" washed
drain rock, blue reflective pavement marker, 16"x8"x4" (minimum) concrete blocks under hydrant and gate
valve, 4'x4'x6" concrete shear block around hydrant, and mechanical joint restraint (wedge-type restrained
retainer glands) with poured-in-place concrete thrust block behind the hydrant shoe or two 3/4-inch
diameter Cor-Ten steel tie rods.
102-3.2 Hydrant Connections. Hydrant connections shall be per WSDOT Standard Specifications 7-
14.3(2).
CENTURY WEST ENGINEERING W-102 Hydrants - 3 of 4 APRIL 2025 | #35022.008.02
102-3.3 Hydrant Restraints. Hydrant restraints shall be per WSDOT Standard Specifications 7-14.3(2)A.
102-3.4 Auxiliary Gate Valves and Valve Boxes. Hydrant gate valves and valve boxes shall be per
WSDOT Standard Specifications 7-14.3(2)B.
102-3.5 Hydrant Bollards/ Guard Posts. Hydrant bollards/ guard posts, when specified on the plans, shall
be per plan details.
102-3.6 Hydrant Extensions. Hydrant extensions shall be per WSDOT Standard Specifications 7-
14.3(6).
102-3.7 Remove Above Grade Hydrant. Existing above grade hydrants shall be removed where shown
in the Plans. Removed hydrants shall be disposed of by the Contractor. The existing hydrant shall be
capped at the 90-deg lateral, unless otherwise noted on the Plans or by the RPR. Removal of existing
hydrant guard posts/bollards will be included in the removal of hydrants. Abandonment or removal of
auxiliary gate valves, where shown in the Plans, shall be per W-101.
102-3.8 Remove Below Grade Hydrant. Existing below grade fire hydrant shall be removed where
shown in the Plans. Removed hydrants shall be disposed of by the Contractor. The existing hydrant
including the hydrant concrete vault/ housing structure, lid, access hatch, auxiliary gate valve, lid and
extension, and foundation material shall be removed and disposed of, all connections plugged, and the
trench backfill. Where removal of hydrants is located within paved area, trench backfill will be CLSM per
P-153. Where removal locations are within non-paved areas the trench shall be backfill with either CLSM
per P-153 or suitable native material, as determined by the RPR.
METHOD OF MEASUREMENT
102-4.1 Hydrant Assembly. The measurement of hydrant assembly will be made per each hydrant
installed.
102-4.2 Bollard. The measurement of bollard will be made per each bollard installed.
102-4.3 Removal of Above Grade Fire Hydrant The measurement of removal of existing above grade
fire hydrant will be made per each.
102-4.4 Removal of Below Grade Fire Hydrant. The measurement of removal of existing below grade
fire hydrant will be made per each.
BASIS OF PAYMENT
102-5.1 Payment will be made at the contract unit price per each hydrant assembly and shall be full pay
for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve,
shackles, tie rods, concrete blocks, gravel, and painting required for the complete installation of the
hydrant assembly as specified, except the pipe connecting the hydrant to the main and the hydrant lateral
tee will be paid for under a separate bid item.
102-5.2 Payment will be made at the contract unit price per each bollard and shall be full pay for all
materials, labor, tools and equipment necessary to furnish and install the bollard when indicated on the
plans.
102-5.3 Payment will be made at the contract unit price per each removal of existing above grade fire
hydrant and shall be full pay for all work to remove and dispose of existing fire hydrant assemblies,
including but not limited to auxiliary gate valve, concrete pavement, concrete pad, cutting and capping,
CENTURY WEST ENGINEERING W-102 Hydrants - 4 of 4 APRIL 2025 | #35022.008.02
backfilling, placing CLSM, compacting, compaction testing, removal and disposal of hydrant guard
posts/bollards, and restoration.
102-5.4 Payment will be made at the contract unit price per each removal of existing below grade fire
hydrant and shall be full pay for all work to remove and dispose of existing fire hydrant assemblies
including but not limited to auxiliary gate valve, concrete pad, vault, frame, cover, metal housing, and
associated appurtenances, fire hydrant, piping, cutting and capping existing piping, hauling and disposing
of excavated materials, backfilling, placing CLSM, compaction, compaction testing, and restoration.
Payment will be made under:
Item W-102-5.1 Hydrant Assembly – per each
Item W-102-5.2 Bollard – per each
Item W-102-5.3 Removal of Existing Above Grade Fire Hydrant – per each
Item W-102-5.4 Removal of Existing Below Grade Fire Hydrant – 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.
Washington State Department of Transportation (WSDOT)
WSDOT Standard Specifications 2025 WSDOT Standard Specifications for Road, Bridge,
and Municipal Construction M 41-10
American Water Works Association (AWWA)
AWWA C502 Dry-Barrel Fire Hydrants
END ITEM W-102
CENTURY WEST ENGINEERING W-103 Compressed Air - 1 of 3 APRIL 2025 | #35022.008.02
Item W-103 Compressed Air
DESCRIPTION
103-1.1 This item shall consist of repair to impacted portions of Boeing’s existing underground
compressed air system. This item shall include furnishing and installing of all compressed air conduits
and fittings necessary to repair the impacted compressed air lines. It shall also include all trenching,
backfilling, removal, and restoration of any paved or turfed areas; markers, and the testing of the repaired
section of compressed air. Verification of existing compressed air conduits is incidental to the pay items
provided in this specification.
MATERIALS
103-2.1 General
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when requested by
the Resident Project Representative (RPR).
b. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide materials
per these specifications and acceptable to the RPR. Materials supplied and/or installed that do not comply
with these specifications shall be removed and replaced with materials, that comply with these
specifications, at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be
provided. Submittal data shall be presented in a clear, precise and thorough manner. Clearly and boldly
mark submitted material and equipment applicable to this project. Indicate all optional equipment and
delete non-pertinent data.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least 12 months from final acceptance by the
Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion,
with no additional cost to the Owner.
103-2.2 Compressed Air Conduit. Compressed air conduit piping shall be HDPE pipe matching the
standard dimensional ratio (SDR) of Boeing’s existing compressed air conduit. Fittings shall be fusion fit
to the compressed air piping of the type and size compatible with the existing compressed air piping.
103-2.3 Flowable Backfill. Flowable material used to backfill conduit trenches shall conform to the
requirements of Item P-153, Controlled Low-Strength Material (CLSM).
103-2.4 Detectable Warning Tape. Plastic, detectable, American Public Works Association (APWA)
orange (communication, alarm or signal lines, cable or conduit) with continuous legend magnetic tape
shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide.
Detectable tape is incidental to the respective bid item.
CENTURY WEST ENGINEERING W-103 Compressed Air - 2 of 3 APRIL 2025 | #35022.008.02
CONSTRUCTION METHODS
103-3.1 General. All work on Boeing’s compressed air system shall be coordinated with Boeing through
the RPR ahead of scheduling work on the existing system. A Boeing representative may elect to witness
repairs to their compressed air system. Boeing will be responsible for shutdown, de-pressurizing, and re-
pressurizing the compressed air system following the repair.
103-3.2 Compressed Air System Shutdown. The Contractor shall request shutdown of Boeing’s
compressed air system in writing to the RPR a minimum of fourteen (14) working days in advance of the
planned shutdown. The written request to include the proposed date and time of requested shutdown,
anticipated hours to complete the repair, and anticipated date and time for re-pressurizing the system. Due
to Boeing’s operations, there may be restrictions to the dates, times and duration the compressed air
system can be offline. Shutdown of the compressed airline will be limited to no more than 24-hours,
unless otherwise approved by Boeing. Contractor will plan their work in such a way as to avoid delays
due to Boeing’s shutdown restrictions to the compressed air system.
103-3.3 Compressed Air Lines. Trenches for compressed air lines shall be not less than 6 inches (150
mm) nor more than 12 inches (300 mm) wide. Trench bottoms for conduits without concrete encasement
shall be made to conform accurately to grade so as to provide uniform support for the conduit along its
entire length.
Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick
(loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding
material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be
retained on a 1/4-inch (6.3 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill
may alternatively be used at the approval of the RPR.
Unless otherwise shown on plans, compressed air piping shall be installed so that the tops of all conduits
within the Airport’s secured area where trespassing is prohibited are installed at a minimum depth of 2’-
6” below the finished grade.
103-3.4 Backfilling. Backfill material to be sand, soft earth, or other fine fill (loose measurement) shall
be placed around the compressed air lines and carefully tamped around and over them with hand tampers.
The remaining trench shall then be backfilled and compacted per Item P-152 except that material used for
backfill shall be select material not larger than 4 inches (100 mm) in diameter.
Flowable backfill (CLSM) per Item P-153 may alternatively be used in lieu of Item P-152 to within 12-
inches of finished grade. P-152 shall be used to fill to finished grade.
Trenches shall not contain pools of water during backfilling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
METHOD OF MEASUREMENT
103-4.1 The 4” compressed air, direct buried will be measured by force account.
BASIS OF PAYMENT
103-5.1 When approved by the RPR, payment for 4” compressed air, direct buried will be paid by force
account and will be compensation for repair or relocation of each type and size of compressed air line
CENTURY WEST ENGINEERING W-103 Compressed Air - 3 of 3 APRIL 2025 | #35022.008.02
including furnishing all labor, materials, tools, equipment and incidentals, and for completing all the work
involved for installing compressed air piping, including identification of existing compressed air pipe
SDR, connection to existing compressed air piping, locator tape, trenching and backfill with designated
material, complete in place, including layout, dust and debris control and cleanup, when existing
compressed air piping is conflicting with utility improvements shown in the Plans, and as specified in
these Special Provisions.
Payment will be made under:
Item W-103-5.1 4” Compressed Air, Direct Buried - per force account
END ITEM W-103
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX A. CONSTRUCTION SAFETY AND PHASING PLAN
THIS PAGE INTENTIONALLY LEFT BLANK
CLAYTON SCOTT FIELD
RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION &
ASSOCIATIONS IMPROVEMENTS
AIP #3-53-0055-032-2023
CONSTRUCTION
SAFETY AND
PHASING PLAN
Prepared for:
City of Renton
1055 S. Grady Way
Renton, WA 98057
Prepared by:
22232 17th Ave. SE, Suite 206
Bothell, WA 98021
Phone: 425-286-6602
April 2025
THIS PAGE INTENTIONALLY LEFT BLANK
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
Contents
I. PURPOSE AND OBJECTIVE .................................................................................. 1
II. RESPONSIBILITIES OF THE CONSTRUCTION CONTRACTOR .......................... 1
A. Safety Plan Compliance Document (SPCD) ...................................................... 1
B. Document Availability ......................................................................................... 4
C. Safety Procedures ............................................................................................. 4
D. Contractor’s SPCD Representative.................................................................... 4
E. Inspections ......................................................................................................... 4
F. Vehicle Movement ............................................................................................. 4
G. Air Operations Area Protection .......................................................................... 4
H. Form 7460-1 Submittal ...................................................................................... 4
III. INTRODUCTION OF STAFF ................................................................................ 4
IV. SCHEDULE AND SCOPE OF WORK .................................................................. 5
A. Schedule ............................................................................................................ 5
B. Scope ................................................................................................................. 5
V. SAFETY PLAN ......................................................................................................... 6
A. Construction Safety and Phasing Plan............................................................... 6
Attachments
Attachment A Construction Project Daily Safety Inspection Checklist
Attachment B Specifications Sections C-103 (Refer to Contract
Documents)
Attachment C Work Area Safety Plans (Refer to Contract Documents)
Attachment D Safety Plan Compliance Document
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
THIS PAGE INTENTIONALLY LEFT BLANK
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
1
I. PURPOSE AND OBJECTIVE
Aviation safety is the primary consideration at airports, especially during construction. The
Construction Safety and Phasing Plan (CSPP) is a tool used to ensure safety compliance
when coordinating construction activities with airport operations. This document identifies
all aspects of the Renton Municipal Airport Taxiway A Rehabilitation and Associated
Improvements Project that pose a potential safety hazard to airport operations and
outlines respective mitigation procedures for each hazard.
This plan has been prepared in accordance with FAA Advisory Circulars (AC) 150/5300-
13B, “Airport Design;” 150/5370-2G, “Operational Safety on Airports During
Construction.”
The following objectives must be met by the “team” (comprised of the City of Renton,
Engineering Design Consultant, General Contractor, other consultants, and all
subcontractors) in order to maximize safety and minimize time and economic loss. They
include:
· Maintain the safety and integrity of operations on the airport.
· To the greatest extent practical, keep the airport operational for all users.
· Minimize delays for aircraft and construction operations.
· Maximize airport operation and construction activity opportunities.
The “team” must keep these objectives in mind when formulating work schedules and
work activities affecting operations on the airport.
II. RESPONSIBILITIES OF THE CONSTRUCTION CONTRACTOR
The Contractor is responsible for the following items:
A. Safety Plan Compliance Document (SPCD)
The Contractor is responsible for supplementing and following the CSPP by way of
the Safety Plan Compliance Document (SPCD). The SPCD should include a general
statement by the construction contractor that he/she has read and will abide by the
CSPP. In addition, the SPCD must include all supplemental information that could
not be included in the CSPP prior to the contract award. The contractor statement
should include the name of the contractor, the title of the project CSPP, the approval
date of the CSPP, and a reference to any supplemental information (that is, “I,
(Name of Contractor), have read the Taxiway A & Associated Improvements CSPP,
approved on ______________, and will abide by it as written and with the following
additions as noted:”). The supplemental information in the SPCD should be written
to match the format of the CSPP indicating each subject by corresponding CSPP
subject number and title. If no supplemental information is necessary for any specific
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
2
subject, the statement, “No supplemental information,” should be written after the
corresponding subject title. The SPCD should not duplicate information in the CSPP.
Guidance for supplementing the CSPP with the SPCD is provided below.
1) Coordination. Discuss details of proposed safety meetings with the airport
operator and with contractor employees and subcontractors.
2) Phasing. Discuss proposed construction schedule elements, including:
a. Duration of each phase
b. Daily start and finish of construction.
c. Duration of construction activities during:
i. Normal runway operations.
ii. Closed runway operations.
3) Areas and operations affected by the construction activity. These areas
and operations should be identified in the CSPP and should not require an entry
in the SPCD.
4) Protection of NAVAIDs. Discuss specific methods proposed to protect
operating NAVAIDs.
5) Contractor access. Provide the following:
a. Details on how the contractor will maintain the integrity of the airport security
fence (gate guards, daily log of construction personnel, and other).
b. Listing of individuals requiring driver training (for certificated airports and as
requested).
c. Radio communications.
i. Types of radios and backup capabilities.
ii. Parties responsible for monitoring radios.
iii. Who to contact if the ATCT cannot reach the contractor’s
designated person by radio.
d. Details on how the contractor will escort material delivery vehicles.
6) Wildlife management. Discuss the following:
a. Methods and procedures to prevent wildlife attraction.
b. Wildlife reporting procedures.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
3
7) Foreign Object Debris (FOD) management. Discuss equipment and methods
for control of FOD, including construction debris and dust.
8) Hazardous material (HAZMAT) management. Discuss equipment and
methods for responding to hazardous spills.
9) Notification of construction activities. Provide the following:
a. Contractor points of contact.
b. Contractor emergency contact.
c. Listing of tall or other requested equipment proposed for use on the airport
and the timeframe for submitting 7460-1 forms not previously submitted by
the airport operator.
d. Batch plant details, including 7460-1 submittal, if needed.
10) Inspection requirements. Discuss daily (or more frequent) inspections and
special inspection procedures.
11) Underground utilities. Discuss proposed methods of identifying and
protecting underground utilities.
12) Penalties. Penalties should be identified in the CSPP and should not require
an entry in the SPCD.
13) Special conditions. Discuss proposed actions for each special condition
identified in the CSPP.
14) Runway and taxiway visual aids. Including marking, lighting, signs, and
visual NAVAIDs. Discuss proposed visual aids including the following:
a. Equipment and methods for covering signage and airfield lights.
b. Equipment and methods for temporary closure markings (paint, fabric,
other).
15) Marking and signs for access routes. Discuss proposed methods of
demarcating access routes for vehicle drivers.
16) Hazard marking and lighting. Discuss proposed equipment and methods for
identifying excavation areas.
17) Protection of runway and taxiway safety areas, including object free areas,
obstacle free zones, and approach/departure surfaces. Discuss proposed
methods of identifying, demarcating, and protecting airport surfaces including:
a. Equipment and methods for maintaining Runway and Taxiway Safety Area
standards.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
4
b. Equipment and methods for separation of construction operations from
aircraft operations, including details of barricades.
18) Other limitations on construction should be identified in the CSPP and
should not require an entry in the SPCD.
B. Document Availability
Have available at all times copies of the CSPP and SPCD for reference by the airport
operator and its representatives, and by subcontractors and contractor employees.
C. Safety Procedures
Ensure that construction personnel are familiar with safety procedures and regulations
on the airport. Provide a 24-hour-a-day point of contact that will coordinate an
immediate response to correct any construction-related activity that may adversely
affect the operational safety of the airport.
D. Contractor’s SPCD Representative
Identify in the SPCD the contractor’s on-site employees responsible for monitoring
compliance with the CSPP and SPCD during construction. At least one of these
employees must be on-site whenever active construction is taking place.
E. Inspections
Conduct inspections sufficiently frequently to ensure construction personnel comply
with the CSPP and SPCD and that there are no altered construction activities that
could create potential safety hazards.
F. Vehicle Movement
Restrict movement of construction vehicles and personnel to permitted construction
areas by flagging, barricading, erecting temporary fencing, or providing escorts, as
appropriate and as specified in the CSPP and SPCD.
G. Air Operations Area Protection
Ensure that no contractor employees, employees of subcontractors or suppliers, or
other persons enter any part of the air operations area (AOA) from the construction
site unless authorized.
H. Form 7460-1 Submittal
Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose
of conducting an aeronautical study of contractor equipment such as tall equipment
(cranes, concrete pumps, and other equipment), stockpiles, and haul routes when
different from cases previously filed by the airport operator. The FAA encourages
online submittal of forms for expediency.
III. INTRODUCTION OF STAFF
Key staff associated with the safety and operational planning of the Renton Municipal
Airport Taxiway A Rehabilitation Project:
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
5
Manny Cruz Airport Director – Renton Municipal Airport
William Adams, PE Project Manager – City of Renton
Greg Reince, PE Project Manager – Century West Engineering
Jenna Pang Project Manager – FAA, Seattle ADO
IV. SCHEDULE AND SCOPE OF WORK
A. Schedule
Phase 1 construction is scheduled to begin in May 2026 and be substantially
complete by September 2026. Due to a required 30-day cure period of the asphalt
prior to final application of pavement markings and potential weather delays, the final
application of pavement markings may be delayed until Spring 2027.
Phase 2 construction is scheduled to begin in May 2027 and be substantially
complete by July 2027. Due to a required 30-day cure period of the asphalt prior to
final application of pavement markings and potential weather delays, the final
application of pavement markings may be delayed until Fall 2027.
B. Scope
The work includes, but is not limited to the following:
1. Rehabilitation of Taxiway A, which include asphalt pavement removal,
maintaining the existing subgrade and subbase, constructing a new base course,
cement-treated base course if required, bituminous stabilized base course, and
HMA surface course on top of the existing subbase;
2. Rehabilitation of the sea plane ramp, located at the north end of Taxiway A,
which will include, asphalt pavement removal, constructing a new base course,
cement-treated base, and new HMA surface course;
3. Rehabilitation of the connector taxiways, which will consist of a 2-inch depth HMA
mill and inlay;
4. Rehabilitation of the asphalt pavement adjacent to the west side of Taxiway A,
which includes an existing service road, which will consist a 4-inch HMA mill and
inlay;
5. Replace the taxiway edge lights airfield signs with a new LED system;
6. Miscellaneous electrical improvements as described in the contract documents;
7. Taxiway pavement marking; and
8. Infield storm drainage improvements.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
6
V. SAFETY PLAN
A. Construction Safety and Phasing Plan
The items listed below follow the guidance of Chapter 2, Section 204, “Meet CSPP
Requirements” and Chapter 3, “Guidelines for Writing a CSPP” as provided by AC
150/5370-2G.
1) Coordination. The Renton Municipal Airport Taxiway A Rehabilitation and
Associated Improvements project’s predesign, prebid, and preconstruction
conferences will be used as opportunities to introduce the subject of airport
operational safety during construction.
a. Contractor Progress Meetings. Operational safety will be a standing
agenda item for discussion during progress meetings throughout the
project.
b. Scope or Schedule Changes. Changes in the scope or duration of the
project will be represented by revisions to the CSPP.
c. FAA ATO Coordination. The contractor will work with the project
representative during construction to assure that FAA ATO will be
coordinated with to schedule airway facility (including NAVAIDs) shutdowns
and restarts.
2) Phasing. The CSPP sheets (Attachment C) detail the scheduling of
construction phases. The sequenced construction phases have been
incorporated into the project design and are reflected in the contract drawings
and specifications.
· All barricades shall be in place prior to construction work. Lighted X’s
shall be in place prior to Runway 16-34 closure periods.
· Work in Phase 1 will require a closure of Runway 16-34 during portions
of the work.
· Work in Phase 2 will require a closure of Runway 16-34 during portions
of the work.
Phase 1:
a. Work Area 1. Includes work from Schedule A, Schedule D, and Schedule
F. Work must be complete within 35 continuous calendar days. Taxiway A5,
A4 and a small portion of Taxiway A will be closed during this work. WA 1
may be concurrent with WA R1, WA 2, WA F1 and WA F2.
b. Work Area R1. Includes work from Schedule A and Schedule F. Work must
be complete within 14 continuous calendar days. This work will be
performed during a swing shift requiring a full closure of Taxiway A5, A4
and Runway 16-34, from 12:00pm to 10:00pm. WA 1 may be concurrent
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
7
with WA 1, WA 2, WA F1 and WA F2. All NAVAIDs listed in Table 1 NAVAID
Outages will be shutdown for the duration of this work area.
c. Work Area 2. Includes work from Schedule B, Schedule C, Schedule D,
and Schedule E. Work must be complete within 7 continuous calendar days.
Taxiway A5, A4 and a small portion of Taxiway A will be closed during this
work. WA 2 may be concurrent with WA R1, WA 1, WA F1 and WA F2.
d. Work Area 3A. Includes work from Schedule A, Schedule B, Schedule C,
Schedule E, and Schedule F. Work must be complete within 21 continuous
calendar days. Taxiway A3 and a small portion of Taxiway A will be closed
during this work. WA 3A may be concurrent with WA R3.
e. Work Area 3B. Includes work from Schedule A, Schedule B, Schedule C,
Schedule E, and Schedule F. Work must be complete within 35 continuous
calendar days. A small portion of Taxiway A will be closed during this work.
WA 3B may be concurrent with WA R3.
f. Work Area R3. Includes work from Schedule A and Schedule F. Work must
be complete within 14 continuous calendar days. This work will be
performed during a swing shift requiring a full closure of Taxiway A3 and
Runway 16-34, from 12:00pm to 10:00pm. WA R3 may be concurrent with
WA 3A and WA 3B. All NAVAIDs listed in Table 1 NAVAID Outages will be
shutdown for the duration of this work area.
g. Work Area 4. Includes work from Schedule A, Schedule B, Schedule C,
and Schedule F. Work must be complete within 21 continuous calendar
days. Taxiway A2 and a small portion of Taxiway A will be closed during
this work. WA 4 may be concurrent with WA R4.
h. Work Area R4. Includes work from Schedule A and Schedule F. Work must
be complete within 14 continuous calendar days. This work will be
performed during a swing shift requiring a full closure of Taxiway A2 and
Runway 16-34, from 12:00pm to 10:00pm. WA R4 may be concurrent with
WA 4. All NAVAIDs listed in Table 1 NAVAID Outages will be shutdown for
the duration of this work area.
i. Work Area 5. Includes work from Schedule A, Schedule B, Schedule C,
and Schedule F. Work must be complete within 21 continuous calendar
days. Taxiway A1 and a small portion of Taxiway A will be closed during
this work. WA 5 may be concurrent with WA R5.
j. Work Area R5. Includes work from Schedule A and Schedule F. Work must
be complete within 14 continuous calendar days. This work will be
performed during a swing shift requiring a full closure of Taxiway A1 and
Runway 16-34, from 12:00pm to 10:00pm. Outside of the swing shift period
there will be altered declared distances of Runway 16-34. See details of
declared distances during work in WA R5 below in section V.A.18.g
Declared Distances. WA R5 may be concurrent with WA 5. All NAVAIDs
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
8
listed in Table 1 NAVAID Outages will be shutdown for the duration of this
work area.
k. Work Area F1. Includes work from Schedule A. Work must be complete
within 35 continuous calendar days. A portion of the Boeing Fuel Farm will
be closed during this work. WA F1 may be concurrent with WA 1, WA R1,
WA 2, and WA F2.
l. Work Area F2. Includes work from Schedule A. Work must be complete
within 5 continuous calendar days. A small portion of pavement north of
Building 540 will be closed during this work. WA F2 may be concurrent with
WA 1, WA R1, WA 2, and WA F1.
Phase 2:
a. Work Area 6. Includes work from Schedule G, Schedule H, Schedule I,
Schedule J, and Schedule K. Work must be complete within 35 continuous
calendar days. Taxiway A6 and a small portion of Taxiway A will be closed
during this work. WA 6 may be concurrent with WA R6 and WA F2.
b. Work Area R6. Includes work from Schedule G and Schedule K. Work must
be complete within 14 continuous calendar days. This work will be
performed during a swing shift requiring a full closure of Taxiway A6 and
Runway 16-34, from 12:00pm to 10:00pm. WA R6 may be concurrent with
WA 6, WA R9, WA F2 and WA F3. All NAVAIDs listed in Table 1 NAVAID
Outages will be shutdown for the duration of this work area.
c. Work Area 7. Includes work from Schedule G, Schedule H, Schedule I,
Schedule J, and Schedule K. Work must be complete within 21 continuous
calendar days. A small portion of Taxiway A will be closed during this work.
WA 7 may be concurrent with WA R1, WA 1, WA F1 and WA F2.
d. Work Area 8. Includes work from Schedule G, Schedule H, Schedule I,
Schedule J, and Schedule K. Work must be complete within 21 continuous
calendar days. Taxiway A7 and a small portion of Taxiway A will be closed
during this work. WA 8 may be concurrent with WA R8, WA R9 and WA F3.
e. Work Area R8. Includes work from Schedule G and Schedule K. Work must
be complete within 14 continuous calendar days. This work will be
performed during a swing shift requiring a full closure of Taxiway A7 and
Runway 16-34, from 12:00pm to 10:00pm. Outside of the swing shift period
there will be altered declared distances of Runway 16-34. See details of
declared distances during work in WA R8 below in section V.A.18.g
Declared Distances. WA R8 may be concurrent with WA 8, WA R9 and WA
F3. All NAVAIDs listed in Table 1 NAVAID Outages will be shutdown for the
duration of this work area.
f. Work Area R9. Includes work from Schedule G. Work must be complete
within 28 continuous calendar days. This work will be performed during any
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
9
other swing shift work area from 12:00pm to 10:00pm. WA R9 may be
concurrent with WA R6, WA R8, and WA F3. All NAVAIDs listed in Table 1
NAVAID Outages will be shut down for the duration of this work area.
g. Work Area F2. Includes work from Schedule G. Work must be complete
within 5 continuous calendar days. A small portion of pavement north of
Building 540 will be closed during this work. WA F2 may be concurrent with
WA 1, WA R1, WA 2, and WA F1.
h. Work Area F3. Includes work from Schedule G. Work must be complete
within 28 continuous calendar days. This work will be performed during any
other swing shift work area from 12:00pm to 10:00pm. WA F3 may be
concurrent with WA R6, WA R8, and WA R9. All NAVAIDs listed in Table 1
NAVAID Outages will be shutdown for the duration of this work area.
3) Areas and Operations Affected by Construction Activity.
The attached CSPP drawings for the project identify areas and operations
affected by the construction. Major impacts include:
· Closure of Runway 16-34 from 12:00 PM to 10:00 PM for work inside the
Runway Object Free Zone (ROFZ) during specific portions of Phase 1 work.
· Closure of Runway 16-34 from 12:00 PM to 10:00 PM for work inside the
Runway Object Free Zone (ROFZ) during specific portions of Phase 2 work.
· Closure of portions of Taxiway A for associated work areas.
See project drawings for affected access routes, underground utilities and
approach/departure surfaces.
4) Navigation Aid (NAVAID) Protection
There will be temporary outages from 12:00 PM to 10:00 PM for the following
facilities:
Table 1: NAVAID Outages
Airport Owned Anticipated Outage Duration
(Calendar Days)
Runway 16 REIL Phase 1 – 63 days;
Phase 2 – 28 days
Runway 34 REIL Phase 1 – 63 days;
Phase 2 – 28 days
Runway 16 PAPI Phase 1 – 63 days;
Phase 2 – 28 days
Runway 34 PAPI Phase 1 – 63 days;
Phase 2 – 28 days
Rotating Beacon Phase 1 – 63 days;
Phase 2 – 28 days
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
10
Lighted Wind Cone Phase 1 – 63 days;
Phase 2 – 28 days
None of these units will be impacted as part of the project. The NAVAID closure
days will not occur all at once but will occur in one-week or two-week intervals
starting in Spring of 2026 through Fall of 2026 for Phase 1. The NAVAID closure
days will not occur all at once but will occur in two-week intervals starting in
Spring of 2027 through Summer of 2027 for Phase 2.
The contractor must notify the Airport seven (7) days prior to a runway and
NAVAID closure and shutdown. It is the contractor’s responsibility to protect
all NAVAID facilities within the areas of construction that are not part of the
project. As discussed in Section A.1, the contractor will coordinate NAVAID
interruptions with the project representative during construction to assure
coordination with the FAA ATO to schedule NAVAID shutdown and restart.
Interruptions to NAVAID facilities shall be made known in NOTAMs. See
Section A.9 (b) for information on the issuing of NOTAMs.
5) Contractor Access.
a. Location of Stockpiled Construction Materials. Stockpiled materials
and equipment storage will be restricted to the areas marked as ‘Contractor
Staging Area’ on the attached CSPP drawings. Contractor stockpiled
materials and equipment storage are not permitted within the Runway
Safety Areas (RSA), Object Free Zones (OFZ) or Object Free Areas (OFA)
of Runway 16-34. Stockpiled materials and equipment adjacent to these
areas are to be prominently marked and lighted during hours of restricted
visibility or darkness. Materials are to be stabilized and stored at an
approved location so as not to be a hazard to aircraft operations and to
prevent attraction of wildlife and foreign object damage.
b. Vehicle and Pedestrian Operations. Vehicle and pedestrian access
routes for airport construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or animals onto the
AOA.
i. Construction site parking. Vehicle parking areas for contractor
employees will be restricted to the ‘Contractor Staging Area’ as
depicted in the attached CSPP drawings.
ii. Construction equipment parking. Contractor employees must
park and service all construction vehicles in ‘Contractor Staging
Area.’ Inactive equipment must not be parked on a closed taxiway
or runway. Employees shall park construction vehicles in the
designated areas when not in use by construction personnel (for
example, overnight, on weekends, or during other periods when
construction is not active).
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
11
iii. Access and haul roads. Construction contractor’s access to the
construction sites and haul roads has been clearly marked on the
Work Area Plans. The construction contractor is not permitted to
use any access or haul roads other than those approved. Access
routes used by contractor vehicles must be clearly marked by
contractor to prevent inadvertent entry to areas open to airport
operations.
iv. Marking and lighting of vehicles. As a minimum, Contractor
vehicles shall be marked with company identification (on both
sides of the vehicle) and a flashing amber beacon while operating
within the airport boundary. Contractor vehicles will be required
to have an Engineer approved orange and white checkered flag
that shall be mounted on pickups, rollers, scrapers, dozers,
trenchers, and all other Contractor vehicles and must be visible
from 300 feet.
When working at night all construction vehicles working on the
airport (beyond the staging area) shall be equipped with amber
strobe lights or amber rotating beacons. This is required in order
to provide adequate visibility of construction equipment from the
air; and from aircraft taxiing on the ground. Lights shall conform
to AC 150/5210-5A Painting, Marking and Lighting of Vehicles
Used on an Airport, latest edition. Lights may be used during the
daylight operations in lieu of the orange checkered flag specified
above.
v. Vehicle operations. Only vehicles used for construction
purposes shall enter the air operations area. Contractor vehicle
operations are allowed only in defined work areas, haul routes,
and paved areas closed to aircraft traffic, unless otherwise
approved by the Airport or Engineer in advance. The contractor
is to familiarize all construction personnel with the safety
provisions.
vi. Escorting. The contractor and employees are not required to be
escorted while on site, with the exception of WA F3, as noted on
the attached CSPP drawings. Escorted access to WA F3 will be
limited to one entrance and one exit per calendar day.
vii. Training requirements for vehicle drivers. Contractors will
make sure to familiarize all drivers with the areas of restriction to
prevent unauthorized entry to the AOA and improper movement
of pedestrians or vehicles on the airport.
viii. Situational awareness. Vehicle drivers must confirm by
personal observation that no aircraft is approaching their position
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
12
(either in the air or on the ground) when given clearance to cross
a runway, taxiway, or any other area open to airport operations.
ix. Two-way radio communication procedures.
The contractor shall monitor Renton Ground 121.600 for Renton
Municipal Airport air traffic at all times while working outside of
the Runway closed work areas. When working on a Runway
closed work area, monitor Renton Tower on 124.700. When the
Air Traffic Control Tower is closed (9:00pm-7:00am May 1
through September 30 and 8:00pm-7:00am October 1 through
April 30), monitor CTAF on 124.700.
x. Maintenance of the secured area of the airport.
Not applicable.
6) Wildlife Management. Construction contractors must carefully control and
continuously remove waste or loose materials that might attract wildlife.
Contractor personnel must be aware of and avoid construction activities that
can create wildlife hazards on airports, such as:
a. Trash. Food scraps must be collected from construction personnel activity.
b. Standing Water.
c. Tall Grass and Seeds. Grass seed is attractive to birds. Lower quality seed
mixtures can contain seeds of plants (such as clover) that attract larger
wildlife.
d. Poorly Maintained Fencing and Gates.
e. Encounters with Wildlife. If the contractor encounters large to medium
sized mammals (deer, black bear, etc.) within Airport property fencing they
are to notify the project representative during construction.
7) Foreign Object Debris (FOD) Management.
Waste and loose materials, commonly referred to as FOD, are capable of
causing damage to aircraft landing gears, propellers, and jet engines.
Construction contractors must not leave or place FOD on or near active aircraft
movement areas. Materials capable of creating FOD must be removed at the
conclusion of the construction project.
8) Hazardous Materials (HAZMAT) Management.
Encountering hazardous material (HAZMAT) during construction should be
considered an emergency. Emergency procedures shall be followed in this
instance. Contractor shall take care to prevent and contain leaks of hazardous
material (fuel, hydraulic fluids, etc.). Contractors operating construction
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
13
vehicles and equipment on the airport must be prepared to expeditiously
contain and clean-up spills resulting from fuel or hydraulic fluid leaks.
9) Notification of Construction Activities.
a. List of Responsible Representatives
In Case of Emergency ...................................................... 911
Renton Police Department ............................. (425) 430-7500
Renton Regional Fire Authority. ..................... (425) 276-9500
City of Renton ................................................ (425) 430-7473
Century West Engineering ............................. (541) 322-8962
b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on
airport conditions, and is the only entity that can close or open a runway.
The airport operator must coordinate the issuance, maintenance, and
cancellation of NOTAMs about airport conditions resulting from construction
activities with tenants and the local air traffic facility (control tower, approach
control, or air traffic control center), and must provide information on closed
or hazardous conditions on airport movement areas to the FAA Flight
Service Station (FSS) so it can issue a NOTAM.
Construction activity shall not commence prior to issuance of a Notice to Air
Missions (NOTAM). The Contractor shall advise the Engineer three (3) days
in advance of the planned commencement of construction activity so a
NOTAM can be issued and shall not commence such activity until advised
by the Engineer. Upon completion of work to the satisfaction of the
Engineer, a NOTAM indicating completion will be issued. No further work in
affected areas will be permitted.
c. Emergency notification procedures. In the event of an emergency, the
Engineer and the Owner will be notified immediately. The proper authorities
will also be notified. In the event of an emergency, personnel and equipment
shall move immediately to the staging area through appropriate routes.
Prior to start of construction, the Contractor shall provide a list of contact
information for personnel available 24 hours a day to be contacted in case
of an emergency. Included in the list will be phone numbers of the Engineer,
Inspector, and Airport manager.
The Contractor shall designate a qualified safety officer for the project as
well as appoint a point of contact for any required operational safety
concerns.
d. Coordination with ARFF. No ARFF facilities are present at the Renton
Municipal Airport.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
14
e. Notification to the FAA.
i. Part 77. Any proposed construction or alterations of objects that
affect navigable airspace, as defined in Part 77, will be
coordinated with FAA.
ii. NAVAIDS. For emergency (short-notice) notification about
impacts to both airport owned and FAA owned NAVAIDs, contact:
866-432-2622. FAA ATO/Technical Operations shall be provided
a 45-day minimum notice for the scheduled interruption of
NAVAIDS.
10) Inspection Requirements.
a. Daily Inspections. Inspections shall be conducted at least daily, but more
frequently if necessary to ensure conformance with the CSPP. For the
Contractors own use, a sample checklist has been attached to this safety
plan. The project representative during construction, serving as the project
inspector, is responsible for monitoring work progress and will respond to
construction and safety issues. The inspector will have communication
capability with the Owner. The Contractor is required to immediately remedy
any deficiencies, whether caused by negligence, oversight, or project
scope.
The Engineer is responsible for the supervision and enforcement of CSPP
requirements, as well as addressing airfield issues with construction
personnel, as appropriate.
b. Inspections Prior to Reopening. Temporarily closed existing runway and
taxiway are subject to safety inspections prior to reopening the facilities for
service.
11) Underground Utilities. The following individuals, firms or corporations
have authority to excavate or otherwise disturb non-FAA owned utility
services or facilities located within the limits of the work:
Utility or other Facility Contact Person Phone Number
WA Utility Notification Center Dispatcher 1-800-424-5555 (or 811)
The contractor shall call FAA prior to excavating or otherwise disturbing
FAA owned utility services or facilities located within the limits of the work.
Contractor shall hand dig at crossings to locate and protect all utilities. If
accidental damage occurs, the Contractor shall notify the Airport, the utility
company, FAA, and the Engineer.
12) Penalties. Contractor will make construction personnel familiar with the
safety plan. All contractor and subcontractor personnel are required to
comply with the safety plan. The Contractor will be held responsible for any
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
15
accident that occurs as a result of construction personnel not following the
provisions of this safety plan.
Strict adherence to the provisions of this plan by all personnel assigned to
or visiting the construction site is mandatory. In the event contractor
activities are not in conformance with the provisions of this plan, the
contractor shall immediately cease those operations involved in the
violation of the provisions of this plan and conduct a safety meeting. The
owner may direct the contractor, in writing, to immediately cease those
operations involved in the violation of the provisions of this plan. The
contractor shall not resume construction operations until an appropriate
action is taken as determined by the Owner.
13) Special Conditions. There are no special conditions that affect the
operation of the airport or will require the activation of any special
procedures.
14) Runway and Taxiway Visual Aids. Runway 16-34 will undergo temporary
closure during this project. Runway closure crosses will be placed at runway
ends during closures as shown in the construction drawings. Contractor
shall furnish, install, and maintain two (2) temporary closed runway marking
(crosses) during the closures. All temporary signage must be secured in
place to prevent movement by prop wash, jet blast, wing vortices, or other
wind currents and constructed of materials that would minimize damage to
an aircraft in the event of inadvertent contact.
15) Contractor shall set up barricades that define work areas as defined
in Section C-103 of the specs and shown in the CSPP drawing.
16) Marking and Signs for Access Routes. Pavement markings and signs for
construction personnel will conform to AC 150/5340-18G and, to the extent
practicable, with the Federal Highway Administration Manual on Uniform
Traffic Control Devices (MUTCD) and/or State highway specifications.
Signs adjacent to areas used by aircraft must comply with the frangibility
requirements of AC 150/5220-23A, Frangible Connections.
17) Hazard Marking, Lighting and Signing.
a. Hazard Marking and Lighting Prevents Pilots from entering areas closed
to aircraft and prevents construction personnel from entering areas open to
aircraft. Hazard marking and lighting must also be specified to identify open
manholes, small areas under repair, stockpiled material, waste areas, and
areas subject to jet blast.
b. Equipment.
i. Barricades will be used to identify and define the limits of
construction and hazardous areas on airports. Barricade type and
placement can be found in the project Specifications (Section C-
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
16
103) and CSPP drawing, both of which have been attached. The
spacing of barricades is such that a breach is physically
prevented barring a deliberate act.
ii. Lights must be red and must meet the luminance requirements
of the State Highway Department. Lights must be mounted on
barricades and spaced at no more than 10 ft. Lights must be
operated between sunset and sunrise and during periods of low
visibility whenever the airport is open for operations. They may
be operated by photocell, but this may require that the contractor
turn them on manually during periods of low visibility during
daytime hours.
iii. No supplemental barricades with signs are needed for the
proposed project.
iv. Air Operations Area – General. Barricades are not permitted in
any active safety area. Within a runway or taxiway object free
area, and on aprons, use orange traffic cones, flashing or steady
burning red lights as noted above, collapsible barricades marked
with diagonal, alternating orange and white stripes; and/or signs
to separate all construction/maintenance areas from the
movement area.
v. Air Operations Area – Runway/Taxiway Intersections. Use
highly reflective barricades with lights to close taxiways leading
to closed runways.
vi. Air Operations Area – Other. Not applicable to this project.
vii. Maintenance. In accordance with specification Section C-103
the contractor is required to have a person on call 24 hours a day
for emergency maintenance of airport hazard lighting and
barricades. The contractor must file the contact person’s
information with the airport operator.
18) Protection of Runway and Taxiway Safety Areas, Object Free Areas,
Obstacle Free Zones, Approach/Departure Surfaces and Declared
Distances.
a. Runway Safety Area (RSA). A runway safety area is the defined surface
surrounding the runway prepared or suitable for reducing the risk of
damage to airplanes in the event of an undershoot, overshoot, or excursion
from the runway (see AC 150/5300-13B).
At Renton Municipal Airport, the RSA has the following dimensions:
Runway 16-34 150’ in width, 6022’ in length
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
17
Construction activities within the existing RSA are subject to the following
conditions:
i. No construction may occur within the existing RSA while the
runway is open for aircraft operations.
ii. Excavations.
a) Open trenches or excavations shall be backfilled and
compacted before the runway is open.
b) Construction contractors must prominently mark open
trenches and excavations at the construction site with red or
orange flags, as approved by the airport operator, and light
them with red lights during hours of restricted visibility or
darkness.
iii. Erosion Control. Soil erosion must be controlled to maintain
RSA standards, that is, the RSA must be cleared and graded and
have no potentially hazardous ruts, humps, depressions, or other
surface variations, and capable, under dry conditions, of
supporting snow removal equipment, aircraft rescue and
firefighting equipment, and the occasional passage of aircraft
without causing structural damage to the aircraft.
b. Runway Object Free Area (ROFA). Construction, including excavations,
may be permitted in the ROFA. However, equipment must be removed from
the ROFA when not in use. The proposed project does not allow stockpiling
within the ROFA.
At Renton Municipal Airport, the ROFA has the following dimensions:
Runway 16-34 500’ in width, 5982’ in length
c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface
alongside the taxiway prepared or suitable for reducing the risk of damage
to an airplane unintentionally departing the taxiway.
At Renton Airport, the TSA has a width of: 79’
Construction activities within the TSA are subject to the following
conditions:
i. No construction activities may occur within the TSA while the
taxiway is open for aircraft operations.
ii. The TSA width will not be adjusted for the proposed project.
iii. Excavations.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
18
a) If required by Airport Operations, open trenches or
excavations are not permitted within the TSA while the
taxiway is open. Excavations are to be backfilled before
the taxiway is reopened.
b) If required by Airport Operations, construction contractors
must prominently mark open trenches and excavations at
the construction site with red or orange flags, as approved
by the airport operator, and light them with red lights during
hours of restricted visibility or darkness.
iv. Erosion Control. Soil erosion must be controlled to maintain
TSA standards, that is, the TSA must be cleared and graded
and have no potentially hazardous ruts, humps, depressions, or
other surface variations, and must be capable, under dry
conditions, of supporting snow removal equipment, aircraft
rescue and firefighting equipment, and the occasional passage
of aircraft without causing structural damage to the aircraft.
d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area,
aircraft wings regularly penetrate the taxiway object free area during normal
operations. Thus, the restrictions are more stringent. No construction may
occur within the taxiway object free area while the taxiway is open for
aircraft operations.
At Renton Airport, the TOFA has a width of: 124’
e. Obstacle Free Zone (OFZ). Personnel, material, and/or equipment may not
penetrate the OFZ while the runway is open for aircraft operations.
At Renton Municipal Airport, the OFZ has the following dimensions:
Runway 16-34 400’ in width, 5782’ in length
f. Runway Approach/Departure Areas and Clearways. All personnel,
materials, and/or equipment must remain clear of the applicable threshold
siting surfaces, as defined in Appendix 2, “Threshold Siting Requirements,”
of AC 150/5300-13B.
g. Declared Distances. Declared distances will be altered in Phase 1 during
WA R5 and Phase 2 during WA R8. Construction equipment must be below
the approach and departure surfaces. Altered declared distances will be
announced to the public through outreach to the airport tenants and NOTAM
by the airport on The Federal NOTAM System (FNS).
i. Published Declared Distances.
Takeoff Run Available (TORA):
Runway 16 - 5382'; Runway 34 - 5382'
Takeoff Distance Available (TODA):
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
19
Runway 16 - 5382'; Runway 34 - 5382'
Accelerate-Stop Distance Available (ASDA)
Runway 16 - 5042'; Runway 34 - 5082'
Landing Distance Available (LDA)
Runway 16 - 4742'; Runway 34 - 4742’
ii. Declared Distances During Work Area R5.
Takeoff Run Available (TORA):
Runway 16 - 5198''; Runway 34 - 5382'
Takeoff Distance Available (TODA):
Runway 16 - 5198'; Runway 34 - 5382'
Accelerate-Stop Distance Available (ASDA)
Runway 16 - 4864'; Runway 34 - 4898'
Landing Distance Available (LDA)
Runway 16 - 4564'; Runway 34 - 4558’
iii. Declared Distances During Work Area R8.
Takeoff Run Available (TORA):
Runway 16 - 5382'; Runway 34 - 5054'
Takeoff Distance Available (TODA):
Runway 16 - 5382'; Runway 34 - 5054'
Accelerate-Stop Distance Available (ASDA)
Runway 16 - 4714'; Runway 34 - 4795'
Landing Distance Available (LDA)
Runway 16 - 4455'; Runway 34 - 4455’
19) Other Limitations on Construction.
a. Prohibitions.
i. No use of tall equipment (cranes, concrete pumps, and so on)
unless a 7460-1 determination letter is issued for such
equipment.
ii. No use of open flame welding or torches unless fire safety
precautions are provided and the airport operator has approved
their use.
iii. No use of electrical blasting caps on or within 1,000 ft. (300
m) of the airport property.
iv. No use of flare pots within the AOA.
b. Restrictions. The attached CSPP drawing Notes and Details offers detail
on restrictions on which areas cannot be worked in simultaneously,
day/night work restrictions and other limitations.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
20
Attachment A
Construction Project Daily Safety Inspection Checklist
12/13/2017 AC 150/5370-2G
Appendix D
D-1
APPENDIX D. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST
The situations identified below are potentially hazardous conditions that may occur during
airport construction projects. Safety area encroachments, unauthorized and improper ground
vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport operational safety during airport construction
projects. The list below is one tool that the airport operator or contractor may use to aid in
identifying and correcting potentially hazardous conditions. It should be customized as
appropriate for each project including information such as the date, time and name of the person
conducting the inspection.
Table D-1. Potentially Hazardous Conditions
Item Action Required (Describe)
No Action
Required
(Check)
Excavation adjacent to runways, taxiways,
and aprons improperly backfilled.
Mounds of earth, construction materials,
temporary structures, and other obstacles
near any open runway, taxiway, or taxi
lane; in the related Object Free area and
aircraft approach or departure areas/zones;
or obstructing any sign or marking.
Runway resurfacing projects resulting in
lips exceeding 3 inch (7.6 cm) from
pavement edges and ends.
Heavy equipment (stationary or mobile)
operating or idle near AOA, in runway
approaches and departures areas, or in
OFZ.
Equipment or material near NAVAIDs that
may degrade or impair radiated signals
and/or the monitoring of navigation and
visual aids. Unauthorized or improper
vehicle operations in localizer or glide
slope critical areas, resulting in electronic
interference and/or facility shutdown.
Tall and especially relatively low visibility
units (that is, equipment with slim profiles)
— cranes, drills, and similar objects —
located in critical areas, such as OFZ and
12/13/2017 AC 150/5370-2G
Appendix D
D-2
Item Action Required (Describe)
No Action
Required
(Check)
approach zones.
Improperly positioned or malfunctioning
lights or unlighted airport hazards, such as
holes or excavations, on any apron, open
taxiway, or open taxi lane or in a related
safety, approach, or departure area.
Obstacles, loose pavement, trash, and other
debris on or near AOA. Construction debris
(gravel, sand, mud, paving materials) on
airport pavements may result in aircraft
propeller, turbine engine, or tire damage.
Also, loose materials may blow about,
potentially causing personal injury or
equipment damage.
Inappropriate or poorly maintained fencing
during construction intended to deter
human and animal intrusions into the AOA.
Fencing and other markings that are
inadequate to separate construction areas
from open AOA create aviation hazards.
Improper or inadequate marking or lighting
of runways (especially thresholds that have
been displaced or runways that have been
closed) and taxiways that could cause pilot
confusion and provide a potential for a
runway incursion. Inadequate or improper
methods of marking, barricading, and
lighting of temporarily closed portions of
AOA create aviation hazards.
Wildlife attractants — such as trash (food
scraps not collected from construction
personnel activity), grass seeds, tall grass,
or standing water — on or near airports.
Obliterated or faded temporary markings
on active operational areas.
Misleading or malfunctioning obstruction
lights. Unlighted or unmarked obstructions
in the approach to any open runway pose
aviation hazards.
12/13/2017 AC 150/5370-2G
Appendix D
D-3
Item Action Required (Describe)
No Action
Required
(Check)
Failure to issue, update, or cancel
NOTAMs about airport or runway closures
or other construction related airport
conditions.
Failure to mark and identify utilities or
power cables. Damage to utilities and
power cables during construction activity
can result in the loss of runway / taxiway
lighting; loss of navigation, visual, or
approach aids; disruption of weather
reporting services; and/or loss of
communications.
Restrictions on ARFF access from fire
stations to the runway / taxiway system or
airport buildings.
Lack of radio communications with
construction vehicles in airport movement
areas.
Objects, regardless of whether they are
marked or flagged, or activities anywhere
on or near an airport that could be
distracting, confusing, or alarming to pilots
during aircraft operations.
Water, snow, dirt, debris, or other
contaminants that temporarily obscure or
derogate the visibility of runway/taxiway
marking, lighting, and pavement edges.
Any condition or factor that obscures or
diminishes the visibility of areas under
construction.
Spillage from vehicles (gasoline, diesel
fuel, oil) on active pavement areas, such as
runways, taxiways, aprons, and airport
roadways.
Failure to maintain drainage system
integrity during construction (for example,
no temporary drainage provided when
working on a drainage system).
12/13/2017 AC 150/5370-2G
Appendix D
D-4
Item Action Required (Describe)
No Action
Required
(Check)
Failure to provide for proper electrical
lockout and tagging procedures. At larger
airports with multiple maintenance
shifts/workers, construction contractors
should make provisions for coordinating
work on circuits.
Failure to control dust. Consider limiting
the amount of area from which the
contractor is allowed to strip turf.
Exposed wiring that creates an
electrocution or fire ignition hazard.
Identify and secure wiring, and place it in
conduit or bury it.
Site burning, which can cause possible
obscuration.
Construction work taking place outside of
designated work areas and out of phase.
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
21
Attachment B
Specification Section C-103
(Refer to Contract Documents)
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
22
Attachment C
Work Area and Safety Plans
(Refer to Contract Documents)
Renton Municipal Airport Taxiway A Rehabilitation Project – Construction Safety and Phasing Plan
23
Attachment D
Safety Plan Compliance Document Template
35022.008.02 1
AC 150/5370-2G SAFETY PLAN COMPLIANCE DOCUMENT (SPCD)
WORKSHEET FOR AIRPORT PROJECTS
Contractor’s Responsibility
Following Federal Aviation Administration (FAA) Advisory Circular 150/5370-2G, an
SPCD for a project shall be submitted to the Engineer for review and approval. This
should be submitted a minimum of 14 days prior to the preconstruction conference. The
notice-to-proceed cannot be issued without approval of this document.
The SPCD shall be prepared in a detailed, written and pictorial format that identifies the
timing and methodology for the contractor's compliance with the project’s Construction
Safety and Phasing Plan (CSPP) located in the contract documents. Any proposed
alteration by the contractor from the CSPP shall be fully explained so a thorough analysis
and determination can be made of the proposed modification.
Project Information
Project ID: Airport:
Description of Project:
Type of Work:
Prime Contractor:
Address:
Contractor Contact: Phone:
Engineer Project Manager: Phone:
Airport Operator Contact: Phone:
The following shall complement the safety plan compliance document:
1. Contractor shall have copies of the CSPP and SPCD available at all times for
reference by the airport operator and its representatives, and by subcontractors and
contractor employees.
Location(s) of CSPP and SPCD:
2. Provide a point of contact that will coordinate an immediate response to correct any
construction-related activity that may adversely affect the operational safety of the
airport. Project will require 24-hour coverage.
Point of Contact: Phone:
35022.008.02 2
3. Contractor’s on-site employees responsible for monitoring compliance with the CSPP
and SPCD whenever active construction is taking place.
Contact Person: Phone:
Contact Person: Phone:
4. The contractor shall list all proposed deviations or modifications to the CSPP Safety
Plan (Section V) within Section V.A.1) through Section V.A.18). For each alteration
the contractor shall provide:
a. The reason why the alteration is desired.
b. Provide sufficient narrative description and/or pictorial descriptions of the
proposed change so a complete review of the proposal can be made.
c. If no alterations are to be made to the CSPP, clearly state; “No
supplemental information is proposed.”
5. The contractor shall describe the frequency of inspections to ensure construction
personnel comply with the CSPP and SPCD and that there are no altered construction
activities that could create potential safety hazards. Inspections shall ensure that all
proper safety devices, signs, demarcations etc. are in place and in proper working
order in accordance with the approved CSPP & SPCD. A Construction Project Daily
Safety Inspection Checklist is including in Attachment A for reference.
a.
b.
c.
6. Provide a description of contractor’s plan to restrict movement of construction vehicles
and personnel to permitted construction areas by flagging, barricading, erecting
temporary fencing, or providing escorts, as appropriate and as specified in the CSPP.
Include the appropriate plan sheets to identify timing and/or location of control
measures.
a.
b.
c.
7. Provide a description of contractor’s plan to ensure that no contractor employees,
employees of subcontractors or suppliers, or other persons enter any part of the air
operations area (AOA) unless authorized.
a.
b.
c.
35022.008.02 3
8. Provide a description and schedule for any anticipated supplemental submittal through
the airport operator of Form 7460-1 for the purpose of conducting an aeronautical
study of contractor equipment such as tall equipment (cranes, concrete pumps, and
other equipment), stock piles, and haul routes when different from cases previously
filed as part of the CSPP.
a.
b.
c.
9. Provide a description of contractor’s plan to ensure that construction personnel are
familiar with the safety procedures and regulations on the airport, the CSPP, and the
SPCD.
a.
b.
c.
SPCD Amendment
The SPCD shall be amended any time there is a construction practice proposed by the
contractor that does not conform to the CSPP and SPCD and may impact the airport’s
operational safety. This will require a revision to the CSPP and SPCD and re-coordination
with the airport operator and the FAA in advance.
Certification
I, _______________________, have read the Renton Municipal Airport Taxiway A &
Associated Improvements Project CSPP, approved on _______________ and will abide
by it as written and with the following additions as noted above. If no additions are noted
above, I declare that No Supplemental Information is proposed.
Print Name: Title:
Signature: Date:
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX B. DAVIS BACON WAGE RATE SCHEDULE
THIS PAGE INTENTIONALLY LEFT BLANK
"General Decision Number: WA20250001 07/18/2025
Superseded General Decision Number: WA20240001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
______________________________________________________________
|If the contract is entered |. Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |. The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | least $17.75 per hour (or |
| | the applicable wage rate |
| | listed on this wage |
| | determination, if it is |
| | higher) for all hours |
| | spent performing on the |
| | contract in 2025. |
|______________________________|_____________________________|
|If the contract was awarded on|. Executive Order 13658 |
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |. The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $13.30 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2025. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2025
1 02/07/2025
2 03/21/2025
3 04/25/2025
4 05/30/2025
5 06/06/2025
6 06/27/2025
7 07/18/2025
CARP0003-001 06/01/2021
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 1/44
SOUTHWEST WASHINGTON: CLARK, COWLITZ, LEWIS (Piledriver only),
PACIFIC (South of a straight line made by extending the north
boundary line of Wahkiakum County west to Willapa Bay to the
Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties.
Rates Fringes
Carpenters:
CARPENTERS..................$ 44.38 16.87
DIVERS TENDERS..............$ 49.09 16.87
DIVERS......................$ 93.09 16.87
DRYWALL.....................$ 44.38 16.87
MILLWRIGHTS.................$ 46.89 16.87
PILEDRIVERS.................$ 44.97 16.87
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
----------------------------------------------------------------
CARP0030-017 06/01/2021
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM Counties
Rates Fringes
CARPENTER
BRIDGE CARPENTERS...........$ 49.18 19.01
CARPENTERS ON CREOSOTE
MATERIAL....................$ 47.02 19.01
CARPENTERS..................$ 49.18 19.01
DIVERS TENDER...............$ 54.54 19.01
DIVERS......................$ 103.43 19.01
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING........$ 49.58 19.01
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 2/44
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
CARP0059-002 06/01/2024
ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of
120th meridian), KITTITAS (East of 120th meridian), LINCOLN,
OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,
STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th
meridian) Counties
Rates Fringes
CARPENTER
GROUP 1.....................$ 41.86 16.56
GROUP 2.....................$ 47.42 18.96
GROUP 3.....................$ 47.41 16.61
GROUP 4.....................$ 45.86 16.56
GROUP 5.....................$ 105.46 16.56
GROUP 6.....................$ 51.73 16.56
GROUP 7.....................$ 52.73 16.56
GROUP 8.....................$ 48.41 16.56
GROUP 9.....................$ 55.73 16.56
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 3/44
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator-Mixed Gas
ZONE PAY:
ZONE 1 0-45 MILES FREE
ZONE 2 45-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 4/44
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit"".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
CARP0096-002 06/01/2025
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM Counties
Rates Fringes
MILLWRIGHT.......................$ 55.39 22.38
----------------------------------------------------------------
CARP0770-004 06/01/2021
WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES:
CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA
Rates Fringes
CARPENTER
CARPENTERS ON CREOSOTE
MATERIAL....................$ 47.02 19.01
CARPENTERS..................$ 49.18 19.01
DIVERS TENDER...............$ 54.54 19.01
DIVERS......................$ 103.43 19.01
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING........$ 49.58 19.01
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 5/44
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
CARP1607-010 06/01/2025
CHELAN, DOUGLAS, GRANT, KLICKITAT, KITTITAS, OKANOGAN, and
YAKIMA COUNTIES
Rates Fringes
MILLWRIGHT.......................$ 59.99 25.43
----------------------------------------------------------------
ELEC0046-001 08/05/2024
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER....................$ 80.94 31.06
ELECTRICIAN......................$ 73.58 30.84
----------------------------------------------------------------
* ELEC0048-003 01/01/2025
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER....................$ 44.22 21.50
ELECTRICIAN......................$ 63.50 29.73
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
----------------------------------------------------------------
ELEC0048-029 01/01/2025
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER....................$ 44.22 21.50
ELECTRICIAN......................$ 63.50 29.73
----------------------------------------------------------------
ELEC0073-001 07/01/2024
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER....................$ 34.10 16.68
ELECTRICIAN......................$ 47.55 18.03
----------------------------------------------------------------
ELEC0076-002 02/01/2025
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 6/44
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER....................$ 69.19 26.63
ELECTRICIAN......................$ 62.90 26.26
----------------------------------------------------------------
* ELEC0112-005 06/01/2025
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER....................$ 63.00 27.87
ELECTRICIAN......................$ 60.00 27.78
----------------------------------------------------------------
ELEC0191-003 06/01/2022
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER....................$ 44.23 17.73
ELECTRICIAN......................$ 53.20 27.51
----------------------------------------------------------------
ELEC0191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER....................$ 40.82 17.63
ELECTRICIAN......................$ 42.45 21.34
----------------------------------------------------------------
ENGI0302-092 06/01/2025
KING AND SNOHOMISH COUNTIES
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1.....................$ 61.93 27.57
Group 1A....................$ 62.85 27.57
Group 1AA...................$ 63.75 27.57
Group 1AAA..................$ 64.66 27.57
Group 2.....................$ 61.14 27.57
Group 3.....................$ 60.46 27.57
Group 4.....................$ 56.63 27.57
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1AAA
Cranes: 300 tons and over or 300? of boom including jib with
attachments; Cranes Friction: 200 tons and over; Tower
Cranes: over 250? in height from base to boom.
Group 1AA
Cranes: 200 tons- 299 tons, or 250? of boom including jib
with attachments; Cranes: Friction cranes through 199 tons;
Leverman; Shovel, Excavator, Backhoes: over 90 metric tons;
Tower Crane: over 175? through 250? in height, base to boom.
Group 1A
Cranes: 100 tons through 199 tons, or 150? of boom (including
jib with attachments); Drilling Machine; Overhead, bridge
type: 100 tons and over; Tower Crane: up to 175? in height
base to boom; Loader: Overhead 8 yards & over; Shovel,
Excavator, Backhoes: over 50 metric tons and up to 90
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 7/44
metric tons; Mechanics.
Group 1
Asphalt plant Operators; Cableways; Concrete Pump: Truck
mount with boom attachment over 42M; Cranes: 45 tons
through 99 tons, under 150? of boom (including jib with
attachments); Overhead, bridge type: 45 tons through 99
tons; Derricks: on building work; Hard Tail End Dump:
articulating off-road equipment 45 yards & over; Loader:
Overhead 6 yards but not including 8 yards; Motor Patrol
Graders; Mucking Machine, Mole, Tunnel Drill, Boring, Road
Header and/or Shield; Quad 9, HD 41, D10 and over; Remote
Control Operator on rubber tired earth moving equipment;
Rollagon; Scrapers, self-propelled: 45 yards and over;
Spreader: Topsider & Screedman; Shovel, Excavator, Backhoe:
over 30 metric tons and up to 50 metric tons; Slipform
Pavers; Transporters: all track or truck type; Welder.
Group 2
Batch Plant Operator: concrete; Barrier Machine: (Zipper);
Bump Cutter; Cranes: 20 tons through 44 tons with
attachments; Overhead, bridge type Crane: 20 tons through
44 tons; Chipper; Concrete Pump: truck mount with boom
attachment up to 42M; Crusher; Deck Engineer/Deck Winches
(Power); Grade Engineer: using blue prints, cut sheets,
etc.; -Finishing Machine: Bidwell and Gamaco & Similar
Equipment; Guardrail Punch; Hard Tail End Dump:
articulating off-road equipment under 45 yards;
Horizontal/Directional Drill Operator; Loaders: Overhead
under 6 yards; Loaders: Plant Feed; Locomotives: all;
Material Transfer Device; Piledriver: (other than crane
mount); Quick Tower: no cab, under 100 feet in height base
to boom; Roto-Mill, Roto-Grinder; Shovel, Excavator,
Backhoe, Tractor: 15 to 30 metric tons; Subgrader Trimmer;
Scraper: self propelled under 45 yards; Truck Crane
Oiler/Driver: 100 tons and over; Truck Mount Portable
Conveyor; -Vac Truck (Vactor Guzzler, Hydro Excavator); Yo
Yo Pay Dozer.
Group 3
Cranes: through 19 tons with attachments, A-frame over 10
tons; Concrete Pump: Mounted or trailer high pressure line
pump, pump high pressure; Conveyors; Dozers: D-9 & under;
Drill Oilers: auger type, truck or crane mount; Forklift:
3000 lbs and over with attachments; Horizontal/Directional
Drill Locator; Outside Hoists (Elevators and Manlifts), Air
Tuggers, Strato; Tower Bucket Elevators; Hydralifts/Boom
trucks: over 10 tons; Loaders: elevating type belt; Plant
Oiler: asphalt, crusher; Rigger/Signal Person, Bellman
(Certified); Roller: plant mix or multi-lift materials;
Saws: Concrete; Scrapers: concrete & carry all Service
Engineers: equipment; Trenching Machines; Truck Crane
Oiler/Driver: under 100 tons; Shovel, Excavator, Backhoe,
Tractors: under 15 metric tons.
Group 4
Assistant Engineer; Bobcat; Brooms; Compressor; Concrete
Finish Machine: Laser Screed; Cranes, A-frame: 10 tons and
under; Elevator and man-lift: permanent and shaft type;
Forklifts: under 3000 lbs. with attachments;
Gradechecker/Stakeman; Hydralifts/Boom Trucks: 10 tons and
under; Oil distributors, Blower Distribution & Mulch
Seeding Operator; Pavement Breaker; Posthole Digger:
mechanical; Power Plant; Pumps: water; -Rigger and Bellman;
Roller: other than plant mix; Wheel Tractors: Farm all
type; Shotcrete/Gunite Equipment; Brokk: Remote demolition
equipment
----------------------------------------------------------------
ENGI0302-093 06/01/2025
SKAGIT AND WHATCOM COUNTIES
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 8/44
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1.....................$ 61.47 27.57
Group 1A....................$ 62.39 27.57
Group 1AA...................$ 63.29 27.57
Group 1AAA..................$ 64.19 27.57
Group 2.....................$ 60.69 27.57
Group 3.....................$ 60.02 27.57
Group 4.....................$ 56.19 27.57
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1AAA
Cranes: 300 tons and over or 300? of boom including jib with
attachments; Cranes Friction: 200 tons and over; Tower
Cranes: over 250? in height from base to boom.
Group 1AA
Cranes: 200 tons- 299 tons, or 250? of boom including jib
with attachments; Cranes: Friction cranes through 199 tons;
Leverman; Shovel, Excavator, Backhoes: over 90 metric tons;
Tower Crane: over 175? through 250? in height, base to boom.
Group 1A
Cranes: 100 tons through 199 tons, or 150? of boom (including
jib with attachments); Drilling Machine; Overhead, bridge
type: 100 tons and over; Tower Crane: up to 175? in height
base to boom; Loader: Overhead 8 yards & over; Shovel,
Excavator, Backhoes: over 50 metric tons and up to 90
metric tons; Mechanics.
Group 1
Asphalt plant Operators; Cableways; Concrete Pump: Truck
mount with boom attachment over 42M; Cranes: 45 tons
through 99 tons, under 150? of boom (including jib with
attachments); Overhead, bridge type: 45 tons through 99
tons; Derricks: on building work; Hard Tail End Dump:
articulating off-road equipment 45 yards & over; Loader:
Overhead 6 yards but not including 8 yards; Motor Patrol
Graders; Mucking Machine, Mole, Tunnel Drill, Boring, Road
Header and/or Shield; Quad 9, HD 41, D10 and over; Remote
Control Operator on rubber tired earth moving equipment;
Rollagon; Scrapers, self-propelled: 45 yards and over;
Spreader: Topsider & Screedman; Shovel, Excavator, Backhoe:
over 30 metric tons and up to 50 metric tons; Slipform
Pavers; Transporters: all track or truck type; Welder.
Group 2
Batch Plant Operator: concrete; Barrier Machine: (Zipper);
Bump Cutter; Cranes: 20 tons through 44 tons with
attachments; Overhead, bridge type Crane: 20 tons through
44 tons; Chipper; Concrete Pump: truck mount with boom
attachment up to 42M; Crusher; Deck Engineer/Deck Winches
(Power); Grade Engineer: using blue prints, cut sheets,
etc.; -Finishing Machine: Bidwell and Gamaco & Similar
Equipment; Guardrail Punch; Hard Tail End Dump:
articulating off-road equipment under 45 yards;
Horizontal/Directional Drill Operator; Loaders: Overhead
under 6 yards; Loaders: Plant Feed; Locomotives: all;
Material Transfer Device; Piledriver: (other than crane
mount); Quick Tower: no cab, under 100 feet in height base
to boom; Roto-Mill, Roto-Grinder; Shovel, Excavator,
Backhoe, Tractor: 15 to 30 metric tons; Subgrader Trimmer;
Scraper: self propelled under 45 yards; Truck Crane
Oiler/Driver: 100 tons and over; Truck Mount Portable
Conveyor; -Vac Truck (Vactor Guzzler, Hydro Excavator); Yo
Yo Pay Dozer.
Group 3
Cranes: through 19 tons with attachments, A-frame over 10
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 9/44
tons; Concrete Pump: Mounted or trailer high pressure line
pump, pump high pressure; Conveyors; Dozers: D-9 & under;
Drill Oilers: auger type, truck or crane mount; Forklift:
3000 lbs and over with attachments; Horizontal/Directional
Drill Locator; Outside Hoists (Elevators and Manlifts), Air
Tuggers, Strato; Tower Bucket Elevators; Hydralifts/Boom
trucks: over 10 tons; Loaders: elevating type belt; Plant
Oiler: asphalt, crusher; Rigger/Signal Person, Bellman
(Certified); Roller: plant mix or multi-lift materials;
Saws: Concrete; Scrapers: concrete & carry all Service
Engineers: equipment; Trenching Machines; Truck Crane
Oiler/Driver: under 100 tons; Shovel, Excavator, Backhoe,
Tractors: under 15 metric tons.
Group 4
Assistant Engineer; Bobcat; Brooms; Compressor; Concrete
Finish Machine: Laser Screed; Cranes, A-frame: 10 tons and
under; Elevator and man-lift: permanent and shaft type;
Forklifts: under 3000 lbs. with attachments;
Gradechecker/Stakeman; Hydralifts/Boom Trucks: 10 tons and
under; Oil distributors, Blower Distribution & Mulch
Seeding Operator; Pavement Breaker; Posthole Digger:
mechanical; Power Plant; Pumps: water; -Rigger and Bellman;
Roller: other than plant mix; Wheel Tractors: Farm all
type; Shotcrete/Gunite Equipment; Brokk: Remote demolition
equipment
----------------------------------------------------------------
ENGI0302-094 06/01/2025
KITSAP COUNTY
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1.....................$ 60.93 27.57
Group 1A....................$ 61.83 27.57
Group 1AA...................$ 62.73 27.57
Group 1AAA..................$ 63.62 27.57
Group 2.....................$ 60.14 27.57
Group 3.....................$ 59.49 27.57
Group 4.....................$ 55.68 27.57
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1AAA
Cranes: 300 tons and over or 300? of boom including jib with
attachments; Cranes Friction: 200 tons and over; Tower
Cranes: over 250? in height from base to boom.
Group 1AA
Cranes: 200 tons- 299 tons, or 250? of boom including jib
with attachments; Cranes: Friction cranes through 199 tons;
Leverman; Shovel, Excavator, Backhoes: over 90 metric tons;
Tower Crane: over 175? through 250? in height, base to boom.
Group 1A
Cranes: 100 tons through 199 tons, or 150? of boom (including
jib with attachments); Drilling Machine; Overhead, bridge
type: 100 tons and over; Tower Crane: up to 175? in height
base to boom; Loader: Overhead 8 yards & over; Shovel,
Excavator, Backhoes: over 50 metric tons and up to 90
metric tons; Mechanics.
Group 1
Asphalt plant Operators; Cableways; Concrete Pump: Truck
mount with boom attachment over 42M; Cranes: 45 tons
through 99 tons, under 150? of boom (including jib with
attachments); Overhead, bridge type: 45 tons through 99
tons; Derricks: on building work; Hard Tail End Dump:
articulating off-road equipment 45 yards & over; Loader:
Overhead 6 yards but not including 8 yards; Motor Patrol
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 10/44
Graders; Mucking Machine, Mole, Tunnel Drill, Boring, Road
Header and/or Shield; Quad 9, HD 41, D10 and over; Remote
Control Operator on rubber tired earth moving equipment;
Rollagon; Scrapers, self-propelled: 45 yards and over;
Spreader: Topsider & Screedman; Shovel, Excavator, Backhoe:
over 30 metric tons and up to 50 metric tons; Slipform
Pavers; Transporters: all track or truck type; Welder.
Group 2
Batch Plant Operator: concrete; Barrier Machine: (Zipper);
Bump Cutter; Cranes: 20 tons through 44 tons with
attachments; Overhead, bridge type Crane: 20 tons through
44 tons; Chipper; Concrete Pump: truck mount with boom
attachment up to 42M; Crusher; Deck Engineer/Deck Winches
(Power); Grade Engineer: using blue prints, cut sheets,
etc.; -Finishing Machine: Bidwell and Gamaco & Similar
Equipment; Guardrail Punch; Hard Tail End Dump:
articulating off-road equipment under 45 yards;
Horizontal/Directional Drill Operator; Loaders: Overhead
under 6 yards; Loaders: Plant Feed; Locomotives: all;
Material Transfer Device; Piledriver: (other than crane
mount); Quick Tower: no cab, under 100 feet in height base
to boom; Roto-Mill, Roto-Grinder; Shovel, Excavator,
Backhoe, Tractor: 15 to 30 metric tons; Subgrader Trimmer;
Scraper: self propelled under 45 yards; Truck Crane
Oiler/Driver: 100 tons and over; Truck Mount Portable
Conveyor; -Vac Truck (Vactor Guzzler, Hydro Excavator); Yo
Yo Pay Dozer.
Group 3
Cranes: through 19 tons with attachments, A-frame over 10
tons; Concrete Pump: Mounted or trailer high pressure line
pump, pump high pressure; Conveyors; Dozers: D-9 & under;
Drill Oilers: auger type, truck or crane mount; Forklift:
3000 lbs and over with attachments; Horizontal/Directional
Drill Locator; Outside Hoists (Elevators and Manlifts), Air
Tuggers, Strato; Tower Bucket Elevators; Hydralifts/Boom
trucks: over 10 tons; Loaders: elevating type belt; Plant
Oiler: asphalt, crusher; Rigger/Signal Person, Bellman
(Certified); Roller: plant mix or multi-lift materials;
Saws: Concrete; Scrapers: concrete & carry all Service
Engineers: equipment; Trenching Machines; Truck Crane
Oiler/Driver: under 100 tons; Shovel, Excavator, Backhoe,
Tractors: under 15 metric tons.
Group 4
Assistant Engineer; Bobcat; Brooms; Compressor; Concrete
Finish Machine: Laser Screed; Cranes, A-frame: 10 tons and
under; Elevator and man-lift: permanent and shaft type;
Forklifts: under 3000 lbs. with attachments;
Gradechecker/Stakeman; Hydralifts/Boom Trucks: 10 tons and
under; Oil distributors, Blower Distribution & Mulch
Seeding Operator; Pavement Breaker; Posthole Digger:
mechanical; Power Plant; Pumps: water; -Rigger and Bellman;
Roller: other than plant mix; Wheel Tractors: Farm all
type; Shotcrete/Gunite Equipment; Brokk: Remote demolition
equipment
----------------------------------------------------------------
* ENGI0302-095 06/01/2025
CHELAN(WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS(WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON,
KITTITAS(WEST OF THE 120TH MERIDIAN), MASON, OKANOGAN(WEST OF
THE 120TH MERIDIAN), SAN JUNA, AND YAKIMA(WEST OF THE 120TH
MERIDIAN) COUNTIES
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1.....................$ 60.67 27.57
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 11/44
Group 1A....................$ 61.56 27.57
Group 1AA...................$ 62.47 27.57
Group 1AAA..................$ 63.35 27.57
Group 2.....................$ 59.88 27.57
Group 3.....................$ 59.23 27.57
Group 4.....................$ 55.43 27.57
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1AAA
Cranes: 300 tons and over or 300? of boom including jib with
attachments; Cranes Friction: 200 tons and over; Tower
Cranes: over 250? in height from base to boom.
Group 1AA
Cranes: 200 tons- 299 tons, or 250? of boom including jib
with attachments; Cranes: Friction cranes through 199 tons;
Leverman; Shovel, Excavator, Backhoes: over 90 metric tons;
Tower Crane: over 175? through 250? in height, base to boom.
Group 1A
Cranes: 100 tons through 199 tons, or 150? of boom (including
jib with attachments); Drilling Machine; Overhead, bridge
type: 100 tons and over; Tower Crane: up to 175? in height
base to boom; Loader: Overhead 8 yards & over; Shovel,
Excavator, Backhoes: over 50 metric tons and up to 90
metric tons; Mechanics.
Group 1
Asphalt plant Operators; Cableways; Concrete Pump: Truck
mount with boom attachment over 42M; Cranes: 45 tons
through 99 tons, under 150? of boom (including jib with
attachments); Overhead, bridge type: 45 tons through 99
tons; Derricks: on building work; Hard Tail End Dump:
articulating off-road equipment 45 yards & over; Loader:
Overhead 6 yards but not including 8 yards; Motor Patrol
Graders; Mucking Machine, Mole, Tunnel Drill, Boring, Road
Header and/or Shield; Quad 9, HD 41, D10 and over; Remote
Control Operator on rubber tired earth moving equipment;
Rollagon; Scrapers, self-propelled: 45 yards and over;
Spreader: Topsider & Screedman; Shovel, Excavator, Backhoe:
over 30 metric tons and up to 50 metric tons; Slipform
Pavers; Transporters: all track or truck type; Welder.
Group 2
Batch Plant Operator: concrete; Barrier Machine: (Zipper);
Bump Cutter; Cranes: 20 tons through 44 tons with
attachments; Overhead, bridge type Crane: 20 tons through
44 tons; Chipper; Concrete Pump: truck mount with boom
attachment up to 42M; Crusher; Deck Engineer/Deck Winches
(Power); Grade Engineer: using blue prints, cut sheets,
etc.; -Finishing Machine: Bidwell and Gamaco & Similar
Equipment; Guardrail Punch; Hard Tail End Dump:
articulating off-road equipment under 45 yards;
Horizontal/Directional Drill Operator; Loaders: Overhead
under 6 yards; Loaders: Plant Feed; Locomotives: all;
Material Transfer Device; Piledriver: (other than crane
mount); Quick Tower: no cab, under 100 feet in height base
to boom; Roto-Mill, Roto-Grinder; Shovel, Excavator,
Backhoe, Tractor: 15 to 30 metric tons; Subgrader Trimmer;
Scraper: self propelled under 45 yards; Truck Crane
Oiler/Driver: 100 tons and over; Truck Mount Portable
Conveyor; -Vac Truck (Vactor Guzzler, Hydro Excavator); Yo
Yo Pay Dozer.
Group 3
Cranes: through 19 tons with attachments, A-frame over 10
tons; Concrete Pump: Mounted or trailer high pressure line
pump, pump high pressure; Conveyors; Dozers: D-9 & under;
Drill Oilers: auger type, truck or crane mount; Forklift:
3000 lbs and over with attachments; Horizontal/Directional
Drill Locator; Outside Hoists (Elevators and Manlifts), Air
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 12/44
Tuggers, Strato; Tower Bucket Elevators; Hydralifts/Boom
trucks: over 10 tons; Loaders: elevating type belt; Plant
Oiler: asphalt, crusher; Rigger/Signal Person, Bellman
(Certified); Roller: plant mix or multi-lift materials;
Saws: Concrete; Scrapers: concrete & carry all Service
Engineers: equipment; Trenching Machines; Truck Crane
Oiler/Driver: under 100 tons; Shovel, Excavator, Backhoe,
Tractors: under 15 metric tons.
Group 4
Assistant Engineer; Bobcat; Brooms; Compressor; Concrete
Finish Machine: Laser Screed; Cranes, A-frame: 10 tons and
under; Elevator and man-lift: permanent and shaft type;
Forklifts: under 3000 lbs. with attachments;
Gradechecker/Stakeman; Hydralifts/Boom Trucks: 10 tons and
under; Oil distributors, Blower Distribution & Mulch
Seeding Operator; Pavement Breaker; Posthole Digger:
mechanical; Power Plant; Pumps: water; -Rigger and Bellman;
Roller: other than plant mix; Wheel Tractors: Farm all
type; Shotcrete/Gunite Equipment; Brokk: Remote demolition
equipment
----------------------------------------------------------------
* ENGI0302-124 06/01/2024
ASOTIN, BENTON, FRANKLIN, GARFIELD, LINCOLN, SPOKANE, STEVENS,
WALLA WALLA, AND WHITMAN
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 35.91 22.45
GROUP 2.....................$ 36.28 22.45
GROUP 3.....................$ 36.99 22.45
GROUP 4.....................$ 37.18 22.45
GROUP 5.....................$ 37.37 22.45
GROUP 6.....................$ 37.69 22.45
GROUP 7.....................$ 38.01 22.45
GROUP 8.....................$ 39.88 22.45
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 13/44
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt-type Loader (Euclid, Barber Green
& similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber-tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re-screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 14/44
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
----------------------------------------------------------------
* ENGI0302-125 06/01/2024
ADAMS, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS
(EAST OF THE 120TH MERIDIAN), FERRY, GRANT, OKANOGAN (EAST OF
THE 120TH MERIDIAN), PEND OREILLE, STEVENS, AND YAKIMA (EAST OF
THE 120TH MERIDIAN) COUNTIES
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 38.91 22.45
GROUP 2.....................$ 39.28 22.45
GROUP 3.....................$ 39.99 22.45
GROUP 4.....................$ 40.18 22.45
GROUP 5.....................$ 40.37 22.45
GROUP 6.....................$ 40.69 22.45
GROUP 7.....................$ 40.01 22.45
GROUP 8.....................$ 42.88 22.45
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 15/44
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt-type Loader (Euclid, Barber Green
& similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber-tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re-screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 16/44
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
----------------------------------------------------------------
ENGI0612-001 06/01/2025
PIERCE County
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 62.32 27.32
GROUP 1AA..................$ 63.22 27.32
GROUP 1AAA.................$ 64.11 27.32
GROUP 1.....................$ 61.41 27.32
GROUP 2.....................$ 60.63 27.32
GROUP 3.....................$ 59.96 27.32
GROUP 4.....................$ 56.15 27.32
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 17/44
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
* ENGI0612-008 06/01/2025
LEWIS AND PACIFIC (PORTION LYING NORTH OF A PARALLEL LINE
EXTENDING WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY
TO THE SEA) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 18/44
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 61.22 27.32
GROUP 1AA..................$ 62.12 27.32
GROUP 1AAA.................$ 62.99 27.32
GROUP 1.....................$ 60.32 27.32
GROUP 2.....................$ 59.56 27.32
GROUP 3.....................$ 58.89 27.32
GROUP 4.....................$ 55.13 27.32
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 19/44
locator; Outside Hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENGI0612-012 06/01/2025
THURSTON COUNTY
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 61.81 27.32
GROUP 1AA..................$ 62.71 27.32
GROUP 1AAA.................$ 63.59 27.32
GROUP 1.....................$ 60.91 27.32
GROUP 2.....................$ 60.14 27.32
GROUP 3.....................$ 59.46 27.32
GROUP 4.....................$ 55.68 27.32
Zone Differential (Add to Zone 1 rates):
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 20/44
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 21/44
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENGI0701-002 01/01/2025
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 58.94 17.15
GROUP 1A....................$ 61.10 17.15
GROUP 1B....................$ 63.26 17.15
GROUP 2.....................$ 57.03 17.15
GROUP 3.....................$ 55.88 17.15
GROUP 4.....................$ 52.55 17.15
GROUP 5.....................$ 51.31 17.15
GROUP 6.....................$ 48.09 17.15
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens ""Blast Zone"" shall receive Zone I pay for all
classifications.
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 22/44
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group 1A
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 23/44
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable-Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi-engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel-Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade-all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self-unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired
Dozers and Pushers; Scraper, all types; Side-Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 24/44
type); Surface Heater and Planer; Tractor, rubber-tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumpcrete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber-tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self-Propelled;
Tractor, Rubber-Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler-Driver
----------------------------------------------------------------
* IRON0014-005 07/07/2025
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 25/44
IRONWORKER.......................$ 43.40 32.77
----------------------------------------------------------------
* IRON0029-002 07/07/2025
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER.......................$ 48.31 34.52
----------------------------------------------------------------
* IRON0086-002 07/07/2025
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER.......................$ 43.40 32.77
----------------------------------------------------------------
* IRON0086-004 07/07/2025
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER.......................$ 57.94 34.52
----------------------------------------------------------------
LABO0238-004 06/01/2023
A-1 AREA: ASOTIN, BENTON, FRANKLIN, GARFIELD, LINCOLN, SPOKANE,
WALLA WALLA, & WHITMAN COUNTIES
A-2 AREA: ADAMS, COLUMBIA,DOUGLAS (East of 120th Meridian),
FERRY, GRANT, OKANOGAN, PEND OREILLE, & STEVENS COUNTIES
Rates Fringes
LABORER (A-1)
GROUP 1.....................$ 30.88 15.70
GROUP 2.....................$ 33.72 15.70
GROUP 3.....................$ 34.03 15.70
GROUP 4.....................$ 34.33 15.70
GROUP 5.....................$ 34.64 15.70
LABORER (A-2)
GROUP 1.....................$ 33.88 15.60
GROUP 2.....................$ 36.72 15.60
GROUP 3.....................$ 37.03 15.60
GROUP 4.....................$ 37.33 15.60
GROUP 5.....................$ 37.64 15.60
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumpcrete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 26/44
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class ""A"" (to include
all bull gang, concrete crewman, dumpman and pumpcrete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non-mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
""splash suit"" and air purifying respirator); Jackhammer
Operator; Miner, Class ""B"" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical ""splash suit""); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class ""D"", (to include raise and shaft miner, laser
beam operator on riases and shafts)
----------------------------------------------------------------
LABO0238-006 06/01/2023
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 27/44
Rates Fringes
Hod Carrier......................$ 34.97 15.70
----------------------------------------------------------------
LABO0242-003 06/01/2022
KING COUNTY
Rates Fringes
LABORER
GROUP 1.....................$ 29.82 13.80
GROUP 2A....................$ 34.20 13.80
GROUP 3.....................$ 42.86 13.80
GROUP 4.....................$ 43.90 13.80
GROUP 5.....................$ 44.62 13.80
Group 6.....................$ 45.91 13.90
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 28/44
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
Group 6: Miner
----------------------------------------------------------------
LABO0252-010 06/01/2022
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 29.82 13.80
GROUP 2.....................$ 34.20 13.80
GROUP 3.....................$ 42.86 13.80
GROUP 4.....................$ 43.90 13.80
GROUP 5.....................$ 44.62 13.80
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 29/44
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure)
including post tension beams; Hazardous Waste Worker (Level
B: uses same respirator protection as Level A. A supplied
air line is provided in conjunction with a chemical ""splash
suit""); Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Grade Checker and Transit Person; High Scaler; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
----------------------------------------------------------------
LABO0292-008 06/01/2022
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 29.82 13.80
GROUP 2.....................$ 34.20 13.80
GROUP 3.....................$ 42.86 13.80
GROUP 4.....................$ 43.90 13.80
GROUP 5.....................$ 44.62 13.80
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 30/44
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
LABO0335-001 06/01/2022
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 31/44
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1....................$ 37.98 13.80
GROUP 2....................$ 38.76 13.80
GROUP 3....................$ 39.35 13.80
GROUP 4....................$ 39.85 13.80
GROUP 5....................$ 34.75 13.80
GROUP 6....................$ 31.61 13.80
GROUP 7....................$ 27.44 13.80
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 32/44
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LABO0335-019 06/01/2022
Rates Fringes
Hod Carrier......................$ 37.98 13.80
----------------------------------------------------------------
LABO0348-003 06/01/2022
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 25.37 13.80
GROUP 2.....................$ 29.16 13.80
GROUP 3.....................$ 31.94 13.80
GROUP 4.....................$ 32.72 13.80
GROUP 5.....................$ 32.09 13.19
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 33/44
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
PAIN0005-002 07/01/2022
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS....................$ 33.37 18.53
----------------------------------------------------------------
PAIN0005-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 34/44
Rates Fringes
PAINTER..........................$ 20.82 7.44
----------------------------------------------------------------
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting............$ 30.19 11.71
Over 30'/Swing Stage Work..$ 22.20 7.98
Brush, Roller, Striping,
Steam-cleaning and Spray....$ 22.94 11.61
Lead Abatement, Asbestos
Abatement...................$ 21.50 7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
----------------------------------------------------------------
PAIN0055-003 04/01/2025
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller..............$ 39.94 15.94
Spray and Sandblasting......$ 39.94 15.94
All high work over 60 ft. = base rate + $0.75
----------------------------------------------------------------
PAIN0055-006 04/01/2025
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER.....................$ 39.94 15.94
----------------------------------------------------------------
PLAS0072-004 06/01/2023
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE 1......................$ 38.05 16.89
Zone Differential (Add to Zone 1 rate): Zone 2 - $3.00
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 35/44
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
PLAS0528-001 06/01/2024
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON................$ 54.16 21.27
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE.......$ 54.66 21.27
TROWELING MACHINE OPERATOR
ON COMPOSITION..............$ 54.66 21.27
----------------------------------------------------------------
PLAS0555-002 06/01/2025
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 48.05 20.31
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD............$ 47.09 20.31
CEMENT MASONS...............$ 46.13 20.31
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS...$ 47.09 20.31
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
----------------------------------------------------------------
TEAM0037-002 06/01/2024
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 36/44
GROUP 1....................$ 33.09 17.63
GROUP 2....................$ 33.24 17.63
GROUP 3....................$ 33.40 17.63
GROUP 4....................$ 33.72 17.63
GROUP 5....................$ 33.97 17.63
GROUP 6....................$ 34.18 17.63
GROUP 7....................$ 34.42 17.63
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 37/44
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
----------------------------------------------------------------
* TEAM0174-001 06/01/2025
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1:...................$ 55.43 27.52
GROUP 2:...................$ 54.59 27.52
GROUP 3:...................$ 51.78 27.52
GROUP 4:...................$ 46.81 27.52
GROUP 5:...................$ 54.98 27.52
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - ""A-frame or Hydralift"" trucks and Boom trucks or
similar equipment when ""A"" frame or ""Hydralift"" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 38/44
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit.""
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0690-004 06/01/2024
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1....................$ 36.83 20.93
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 39/44
GROUP 2....................$ 39.47 20.93
GROUP 3....................$ 39.58 20.93
GROUP 4....................$ 39.91 20.93
GROUP 5....................$ 40.02 20.93
GROUP 6....................$ 40.22 20.93
GROUP 7....................$ 40.56 20.93
GROUP 8....................$ 40.88 20.93
AREA 2:
GROUP 1....................$ 33.83 20.93
GROUP 2....................$ 36.47 20.93
GROUP 3....................$ 36.58 20.93
GROUP 4....................$ 36.91 20.93
GROUP 5....................$ 37.02 20.93
GROUP 6....................$ 37.22 20.93
GROUP 7....................$ 37.56 20.93
GROUP 8....................$ 37.88 20.93
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 40/44
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 41/44
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate prevailed in the survey for
this classification, which in this example would be Plumbers.
0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the survey on which these classifications and rates are
based. The next number, 007 in the example, is an internal
number used in producing the wage determination. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 42/44
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and any information (wage payment
data, project description, area practice material, etc.) that
the requestor considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210.
================================================================
END OF GENERAL DECISION"
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 43/44
8/1/25, 3:05 PM SAM.gov
https://sam.gov/wage-determination/WA20250001/7 44/44
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX D. BUY AMERICAN CONFORMANCE LISTING
THIS PAGE INTENTIONALLY LEFT BLANK
Taxiway A Rehabilitation and Associated Improvements Buy American Conformance Listing
2025
Buy American Conformance Listing
Title 49 U.S.C Section 50101 (b)
For Airfield Development Projects funded under the
Airport Improvement Program
· Preparation of a Content Percentage Worksheet is not necessary for equipment listed on the
FAA Nationwide Buy American Waivers Issued listing:
https://www.faa.gov/airports/aip/buy_american/media/nationwide-buy-american-waivers-
issued.pdf
· Bidder shall submit a listing of equipment it proposes to install on the project that is included
on the current FAA Nationwide Buy American Waivers Issued conformance list.
· This form is to be filled out and submitted to the Owner within 7 days of the notice of
apparent low bid.
Equipment Type Name of Manufacturer Product Number
Certification Signature:
Bidder hereby certifies that the above listed equipment, which we propose for installation on the
subject project, are on the current FAA Nationwide Buy American Waivers Issued list as established at:
https://www.faa.gov/airports/aip/buy_american/media/nationwide-buy-american-waivers-
issued.pdf
I hereby certify the above information is accurate and complete.
Bidder's Firm Name Date
________________________________________________
Signature
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX E. BUY AMERICAN WAIVER REQUEST FORMS
THIS PAGE INTENTIONALLY LEFT BLANK
FAA Form 5100-136 (6/2023) Page i of iv
U.S. Department
of Transportation
Federal
Aviation
Administration
FAA Form 5100-136, Buy American Project/Product
Content Percentage Calculation – Worksheet
Paperwork Reduction Act Burden Statement
A federal agency may not conduct or sponsor, and a person is not required to respond to,
nor shall a person be subject to a penalty for failure to comply with a collection of
information subject to the requirements of the Paperwork Reduction Act unless that
collection of information displays a currently valid OMB Control Number. The OMB Control
Number for this information collection is 2120-0569. Public reporting for this collection of
information is estimated to be approximately 8 hours per response, including the time for
reviewing instructions, searching existing data sources, gathering and maintaining the data
needed, completing and reviewing the collection of information. All responses to this
collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and
to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden
estimate or any other aspect of this collection of information, including suggestions for
reducing this burden to: Information Collection Clearance Officer, Federal Aviation
Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524.
Instructions for FAA Form 5100-136, Buy American
Preference - Content Percentage Worksheet
General Instructions/Information
This form is intended for use by applicants (manufacturers, contractors, suppliers) for an
FAA Buy American Preference waiver of the requirements of section 70914 of the Build
America, Buy America (BABA) Act included in the Infrastructure Investment and Jobs
Act (IIJA) (Pub. L. No. 117-58). This form and the Final Assembly Questionnaire (FAA
form 137) must be submitted together for all waiver requests. Complete the below
sections.
Applicant Information Section
Enter applicant and point-of-contact information.
FAA Form 5100-136 (6/2023) Page ii of iv
Project/Product Information Section (The Final Project)
Enter summary information about the specific FAA eligible project for which this waiver
is requested, including the calculated costs and percentage information from the project
material structure worksheet.
FAA Buy American Preference Compliance Section (“Construction Materials”)
Enter summary cost and percentage information about the presence of non-domestic
portions of iron, steel, or other singular “construction materials” that consist primarily of
non-ferrous metals; plastic and polymer-based products (including polyvinylchloride,
composite building materials, and polymers used in fiber optic cables); glass (including
optic glass); lumber; or drywall which are not combined with any of other materials
through a manufacturing process.
Use of Non-Domestic Construction Materials Justification Section
Enter a description of your good faith efforts made to locate and secure domestic
materials that are not 100% domestically produced in the United States, including the
use of the Supplier Scouting by the Manufacturing Extension Partnership (MEP) or
market research. This information is required for any non-U.S. portions of structural
steel and or iron.
Project Material Structure Worksheet (Manufactured Goods)
Enter onto the worksheet the final project and manufactured component/subcomponent
items, prices and total costs, excluding labor and retail markup through level 2 only.
Eligible materials below level two should be included with its associated component or
subcomponent. Price multiplied by quantity equals costs.
For additional information on how to complete this form, contact the FAA regional or
airport district office associated with the airport worksite, or for assistance for other
waivers, contact FAA headquarters via the AIP Buy American Preference Requirements
webpage.
Level. Enter material level 0, 1, or 2. Level 0 is the final product, Level 1 is a
component, and Level 2 is a sub-component.
Part Number. Enter a reference number used to track the item.
Item Description. Enter a concise but clear description of the item.
Quantity. Enter the quantity of the item described in the product/project.
Unit of Measure. Enter the unit of measure used for the item. Examples: Each, Ton, or
Sq. Ft.
Price/Unit of Measure. Enter the price for each unit of the item.
FAA Form 5100-136 (6/2023) Page iii of iv
U.S. Origin Price/Unit of Measure. Enter the price for each unit of U.S. origin.
U.S. Origin Cost. Enter the total cost.
Non-U.S. Price/Unit of Measure. Enter the price for each unit not of U.S. origin.
Non-U.S. Cost. Enter the total cost of the item not of U.S. origin.
Country of Non-U.S. Materials. Enter the country or countries of origin for all non-U.S.
materials. Enter “Not applicable” if only U.S. materials are used for the item.
Example A – Completed Material Structure Worksheet
On the next page is an illustration of a Project Material Structure Worksheet. In this
illustration, the final project and each manufactured component/subcomponent costs,
excluding labor and retail mark-up, are listed. The total cost of materials, excluding labor
and retail mark-up is $720,000 ($565,000 of U.S. costs and $155,000 Non-U.S. costs).
Items [materials] combined through a manufacturing process may be indicated as a
manufactured component/subcomponent.
Unit of measure prices are multiplied by the quantity to identify costs. The sum of each
component/subcomponents is equal to the amounts in the final project. Eligible
materials below level 2 may be included within a manufactured good in levels 1 or 2.
Ineligible or excluded materials should be omitted.
The country of origin of all non-U.S. material are listed by each component and the final
product. Other variations of the project components/subcomponents are possible as
each manufacturer may produce or apply components/subcomponents differently.
FAA Form 5100-136 (6/2023) Page iv of iv
Level (0,
1, 2)
Part
Number Item Description Quantity Unit of
Measure
Price/Unit
of Measure
U.S. Origin
Price/Unit
of Measure
U.S. Origin
Cost
Non-U.S
Price/Unit
of Measure
Non-U.S.
Cost
Country of
Non U.S.
Materials
0 Ref # Final Project 1 Each $720,000 $425,000 $565,000 $72,500 $155,000
Country A,
Country B,
Country C
1 Ref # Manufactured
Component 4 Ton $320,000 $70,000 $210,000 $27,500 $110,000 Non-U.S.
Country A
1 Ref # Manufactured
Component 1 Each $100,000 $100,000 $100,000 $0 $0 Not
Applicable
1 Ref # Manufactured
Component 1 Each $25,000 $25,000 $25,000 $0 $0 Not
Applicable
1 Ref # Manufactured
Component 1 Sq. Ft. $100,000 $60,000 $60,000 $40,000 $40,000 Non-U.S.
Country B
2 Ref # Manufactured
Subcomponent 1 Each $25,000 $20,000 $20,000 $5,000 $5,000 Non-U.S.
Country C
1 Ref # Manufactured
Component 1 Each $50,000 $50,000 $50,000 $0 $0 Not
Applicable
1 Ref # Structural Steel
Material 1 Tons $100,000 $100,000 $100,000 $0 $0 Not
Applicable
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 1 of 7
U.S. Department of Transportation
Federal Aviation Administration
OMB CONTROL NUMBER: 2120-0569
EXPIRATION DATE: 6/30/2023
Buy American Project/Product
Content Percentage Calculation – Worksheet
Applicant Information
Date of Application:
Applicant Name:
Applicant Type (choose one):
Prime Contractor Manufacturer Supplier
Point of Contact (First and Last Name):
Applicant Business Address:
Email address:
Telephone: Extension:
Project/Product Information
FAA Eligible Project:
Airport Sponsor:
Airport LOCID:
FAA Award Number:
FAA Item Number (FAA Advisory Circular reference, if applicable):
Total Material Cost:
Total U.S. Material Content Cost: Percentage: %
Total Non-U.S. Material Content Cost: Percentage: %
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 2 of 7
FAA Buy American Preference (including Buy American Build American) Compliance
Does this project include any iron, steel or any of the following construction materials, not 100%
produced in the United States?
Yes No
If “Yes,” indicate the cost and percentage of the project below.
Steel (e.g., structural steel, rebar) Cost: Percentage:
Iron Cost: Percentage:
Non-ferrous metals Cost: Percentage:
Plastic and polymer-based products Cost: Percentage:
Glass (including optic glass) Cost: Percentage:
Lumber Cost: Percentage:
Drywall Cost: Percentage:
Use of Non-Domestic Construction Materials Justification
Provide a description of your efforts to locate and secure a domestic source for those “construction
materials” or final manufactured goods that are not 100% produced in the U.S., including use of
the Manufacturing Extension Partnership (MEP) and market research.
%
%
%
%
%
%
%
–CONFIDENTIAL –
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 3 of 7
Project Material Structure Worksheet
Level
(0, 1, 2)
Part
Number Item Description Quantity Unit of
Measure
Price/Unit
of Measure
U.S. Origin
Price/Unit
of Measure
U.S. Origin
Cost (Each)
Non-U.S.
Price/Unit
of Measure
Non-U.S.
Cost (Each)
Country of
Non-U.S.
Materials
0 1 Each
–CONFIDENTIAL –
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 4 of 7
Level
(0, 1, 2)
Part
Number Item Description Quantity Unit of
Measure
Price/Unit
of Measure
U.S. Origin
Price/Unit
of Measure
U.S. Origin
Cost (Each)
Non-U.S.
Price/Unit
of Measure
Non-U.S.
Cost (Each)
Country of
Non-U.S.
Materials
–CONFIDENTIAL –
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 5 of 7
Level
(0, 1, 2)
Part
Number Item Description Quantity Unit of
Measure
Price/Unit
of Measure
U.S. Origin
Price/Unit
of Measure
U.S. Origin
Cost (Each)
Non-U.S.
Price/Unit
of Measure
Non-U.S.
Cost (Each)
Country of
Non-U.S.
Materials
–CONFIDENTIAL –
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 6 of 7
Level
(0, 1, 2)
Part
Number Item Description Quantity Unit of
Measure
Price/Unit
of Measure
U.S. Origin
Price/Unit
of Measure
U.S. Origin
Cost (Each)
Non-U.S.
Price/Unit
of Measure
Non-U.S.
Cost (Each)
Country of
Non-U.S.
Materials
–CONFIDENTIAL –
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF
INFORMATION ACT
FAA Form 5100-136 (6/2023) SUPERSEDES PREVIOUS EDITION Page 7 of 7
Certification
The undersigned certifies that this information is true and accurate to the best of their knowledge. A
false certification represents a violation of 18 U.S.C § 1001 and 49 U.S.C § 47126. Signatory has
the burden of proof to establish compliance.
Signature: Date:
Name:
Title:
FOR FAA USE ONLY
(Mark the appropriate Waiver Type & Scope)
Applicable FAA Waiver Type
Type I Public Interest (HQ Only)
Type II Nonavailability (HQ Only)
Type III More than 60% and Final Assembly within the U.S.
Type IV Unreasonable Cost (Requires MEP/requires HQ coordination)
BABA Iron, Steel, or Construction Material (requires justification) (Apply BABA Flag)
Applicable FAA Waiver Scope
Project Specific
Nationwide – (General Applicability) (For HQ Only)
Justifications
Manufacturing Extension Partnership (MEP) Coordinated
FAA Official’s Signature:
End of FAA-Use Only Section
This Page Left Intentionally Blank
FAA Form 5100-137
U.S. Department
of Transportation
Federal Aviation
Administration
FAA Form 5100-137, Buy American Preferences – Final Assembly
Questionnaire
Paperwork Reduction Act Burden Statement
A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a
person be subject to a penalty for failure to comply with a collection of information subject to the
requirements of the Paperwork Reduction Act unless that collection of information displays a currently
valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public
reporting for this collection of information is estimated to be approximately 8 hours per response,
including the time for reviewing instructions, searching existing data sources, gathering and maintaining
the data needed, completing and reviewing the collection of information. All responses to this collection of
information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting
requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this
collection of information, including suggestions for reducing this burden to: Information Collection
Clearance Officer, Federal Aviation Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524.
U.S. Department of Transportation
Federal Aviation Administration
OMB CONTROL NUMBER: 2120-0569
EXPIRATION DATE: 6/30/2023
-- CONFIDENTIAL –
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4
OF THE FREEDOM OF INFORMATION ACT
Buy American Preferences – Final Assembly Questionnaire
To assist the Federal Aviation Administration (FAA) in making the determination of whether final assembly
of the product occurs in the United States, please complete and submit this questionnaire when
requesting a Buy American Waiver under 49 USC § 50101(b)(3)(A).
Company Name: Date:
FAA Eligible Item: FAA Item Number (if applicable):
Address of Final Assembly Location:
1.Provide a description of the assembly process occurring at the specified final location in the United
States.
a.Describe the final assembly process and its various operations.
b.How long does the final assembly process take to complete?
2.Provide a description of the resources used to conduct the assembly of the product at the specified
location in the United States.
a.How many employees are involved in the final assembly process and what is the general skill
level of those employees?
b.What type of equipment is used during the final assembly process?
c.What is a rough estimate of the associated cost to conduct final assembly of the product at the
specified location in the United States?
The undersigned certifies that this information is true and accurate to the best of their knowledge. A false
certification represents a violation of 18 U.S.C § 1001 and 49 U.S.C § 47126. Signatory has the burden of
proof to establish compliance.
Signature:
Name:
FAA Form 5100-137 (8/20) SUPERSEDES PREVIOUS EDITION
U.S. Department
of Transportation
Federal Aviation
Administration
FAA Form 5100-143, FAA Buy American Preference Construction
Project Content Percentage Worksheet
Paperwork Reduction Act Statement
A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a
person be subject to a penalty for failure to comply with a collection of information subject to the
requirements of the Paperwork Reduction Act unless that collection of information displays a currently
valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public
reporting for this collection of information is estimated to be approximately 8 hours per response,
including the time for reviewing instructions, searching existing data sources, gathering and maintaining
the data needed, completing and reviewing the collection of information. All responses to this collection of
information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting
requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this
collection of information, including suggestions for reducing this burden to: Information Collection
Clearance Officer, Federal Aviation Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524.
General Instructions
Related Statutes, Guidance, & Policies:
United States Code (U.S.C) Title 49 § 50101- requires that all steel and manufactured goods used in
AIP funded projects are produced in the United States.
USC § 50101(b) and 49 CFR § 1.83(a)(11) – gives the FAA the authority to waive these Buy American
Preferences if certain market or product conditions exist. These are:
•Applying the Buy American Preferences would be inconsistent with the public interest, (a.k.a
Type I waiver);
•The steel or goods produced in the U.S. are not produced in a sufficient and reasonably available
amount or are not of a satisfactory quality, (a.k.a. Type II waiver);
•When the cost of components and subcomponents produced in the U.S. is more than 60 percent
of the cost of all components of the facility or equipment procured and final assembly occurs in
the United States, (a.k.a. Type III waiver) ; or
•Including domestic material will increase the cost of the overall project by more than 25 percent
(a.k.a. Type IV waiver).
Executive Order 13858 – Strengthening Buy-American Preferences for Infrastructure Projects.
FAA Form 5100-143 Page ii of iv
FAA Order 5100.38D - the Airport Improvement Program (AIP) Handbook provides information on
eligible AIP projects, Buy American responsibilities, procurement procedures, etc.
FAA Reauthorization Act of 2018 – provision requiring that all waivers shall be made publically available
on the FAA website, including a justification of the waiver determination and provide informal public notice
and comment opportunity.
Confidentiality - Manufacturer information submitted to the Federal Aviation Administration for the
purposes of receiving a Buy American Waiver is not subject to the Freedom of Information Act (FOIA)
under exemption # 4 of FOIA.
General Definitions
•Produced in the United States - for iron and steel product that all manufacturing processes,
from the initial melting stage through the application of coatings, occurred in the United States.
•Manufactured Products - items and construction materials composed in whole or in part of non-
ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride
pipe; aggregate such as concrete; glass, including optical fiber; and lumber.
•Nationwide Waiver- Waivers issued to manufacturer(s) for AIP eligible steel or manufactured
goods products used in airport development projects that may be used at any project site.
•Project Specific Waiver- Waivers issued to manufacturer(s) for AIP eligible steel or
manufactured goods used to support the overall development objective for a specific project
specific airport development projects that.
Currency - All forms should reflect U.S. currency and symbol ($) only.
Items listed in Federal Acquisition Regulation Part 25.104 may be counted at U.S. Origin, however
should include a not stating that the item is exempt in 25.104. Additionally, items exempted from Buy
American requirements may be listed in the material list however; the costs should be listed as “n/a.”
FAA Advisory Circulars (AC) – Find ACs at
https://www.faa.gov/regulations_poicies/advisory_circulars/
Requests for waivers to the FAA Buy American Preference require a completed Product Content
Percentage Worksheet and Final Assembly Questionnaire.
Additional Definitions
•Level 1 Material: The list of component materials required to construct/ manufacture the final
Airport Improvement Program eligible product.
•Level 2 Material: The list of subcomponent materials required to construct/manufacture the level
one component required in the final Airport Improvement Program eligible product.
FAA Form 5100-143 Page iii of iv
Form Instructions
Use this form only for FAA Buy American Type III Construction Project Waiver requests.
See the sample form on the following page for examples of entries. Form field instructions:
•Airport Sponsor. Enter the name of the airport sponsor.
•Date. Enter the date of submission to FAA.
•Airport Worksite. Enter the airport worksite name.
•Total Material Cost. This auto-populates based on total entered below. Do not edit.
•U.S. Content. This auto-populates based on total entered below. Do not edit.
•Non-U.S. Content. This auto-populates based on total entered below. Do not edit.
•Worksite LOCID. Enter the worksite’s FAA Location Identification (LOCID).
•Project Description. Enter a brief final project description (e.g., Runway 18/36
Rehabilitation).
•Project Material Structure List (Bill of Materials). Enter data in the Bill of Materials
table.
Note: This form does not include formulas or auto-calculations. Applicants are
responsible for the accuracy of the information submitted.
o Material Level items:
▪Enter component materials of the project (Material Level 1) by group.
▪Enter subcomponent materials of the project (Material Level 2) by group.
•Total Material Cost. Calculate and enter the amount. This value then auto-fills the
information on form page 1.
•Total cost of U.S. origin materials. Calculate and enter the amount. This value then
auto-fills the information on form page 1.
•Total cost of non-U.S. materials. Calculate and enter the amount. This value then
auto-fills the information on form page 1.
•U.S. content percentage. Calculate (Total cost of U.S. origin materials/Total Material
Cost) and enter the amount. This value then auto-fills the information on form page 1.
•Non-U.S. content percentage. Calculate (Total cost of non-U.S. origin materials/Total
Material Cost) and enter the amount. This value then auto-fills the information on form
page 1.
When complete, submit this form to the FAA for review and processing.
FA
A
Fo
r
m
51
0
0
-
1
43
(8
/
2
0
)
Pa
g
e
iv
o
f
iv
U.
S
.
D
e
p
a
r
t
m
e
n
t
o
f
T
r
a
n
s
p
o
r
t
a
t
i
o
n
Fe
d
e
r
a
l
A
v
i
a
t
i
o
n
A
d
m
i
n
i
s
t
r
a
t
i
o
n
OM
B
C
O
N
T
R
O
L
N
U
M
B
E
R
:
2
1
2
0
-
0
5
6
9
EX
P
I
R
A
T
I
O
N
D
A
T
E
:
6/3
0
/
2
0
2
3
–
C
O
N
F
I
D
E
N
T
I
A
L
–
NO
T
S
U
B
J
E
C
T
T
O
D
I
S
C
L
O
S
U
R
E
U
N
D
E
R
E
X
E
M
P
T
I
O
N
#
4
O
F
T
H
E
F
R
E
E
D
O
M
O
F
I
N
F
O
R
M
A
T
I
O
N
A
C
T
SA
M
P
L
E
-
FA
A
B
u
y
A
m
e
r
i
c
a
n
P
r
e
f
e
r
e
n
c
e
Co
n
s
t
r
u
c
t
i
o
n
P
r
o
j
e
c
t
C
o
n
t
e
n
t
P
e
r
c
e
n
t
a
g
e
Wo
r
k
s
h
e
e
t
Ai
r
p
o
r
t
S
p
o
n
s
o
r
:
S
a
m
p
l
e
A
i
r
p
o
r
t
A
u
t
h
o
r
i
t
y
Da
t
e
:
0
9
/
1
6
/
2
0
2
0
Ai
r
p
o
r
t
W
o
r
k
s
i
t
e
:
S
a
m
p
l
e
M
u
n
i
c
i
p
a
l
A
i
r
p
o
r
t
Wo
r
k
s
i
t
e
L
O
C
I
D
:
S
M
P
Pr
o
j
e
c
t
D
e
s
c
r
i
p
t
i
o
n
:
R
e
c
o
n
s
t
r
u
c
t
R
u
n
w
a
y
1
8
/
3
6
Pr
o
j
e
c
t
M
a
t
e
r
i
a
l
S
t
r
u
c
t
u
r
e
L
i
s
t
(
B
i
l
l
o
f
M
a
t
e
r
i
a
l
s
)
–
SA
M
P
L
E
Li
n
e
Ma
t
e
r
i
a
l
Le
v
e
l
(1
o
r
2
)
Ma
t
e
r
i
a
l
s
Co
s
t
o
f
U.
S
.
O
r
i
g
i
n
Ma
t
e
r
i
a
l
s
Co
s
t
o
f
N
o
n
-
U
.
S
.
Ma
t
e
r
i
a
l
s
1
1
Pa
v
e
m
e
n
t
i
t
e
m
s
$1
,
0
0
0
,
0
0
0
.
0
0
$0
.
0
0
2
1
Pa
v
e
m
e
n
t
I
t
e
m
C
o
m
p
o
n
e
n
t
$5
0
,
0
0
0
.
0
0
$5
0
,
0
0
0
.
0
0
3
2
Pa
v
e
m
e
n
t
I
t
e
m
S
u
b
c
o
m
p
o
n
e
n
t
$2
5
0
,
0
0
0
.
0
0
$8
,
0
0
0
.
0
0
4
1
Pa
i
n
t
i
n
g
a
n
d
M
a
r
k
i
n
g
C
o
m
p
o
n
e
n
t
$1
,
9
0
0
.
0
0
$0
.
0
0
5
1
Pa
i
n
t
i
n
g
a
n
d
M
a
r
k
i
n
g
C
o
m
p
o
n
e
n
t
$1
2
0
,
0
0
0
.
0
0
$0
.
0
0
6
1
El
e
c
t
r
i
c
a
l
a
n
d
L
i
g
h
t
i
n
g
$0
.
0
0
$0
.
0
0
7
2
El
e
c
t
r
i
c
a
l
a
n
d
L
i
g
h
t
i
n
g
S
u
b
c
o
m
p
o
n
e
n
t
$0
.
0
0
$2
0
,
0
0
0
.
0
0
8
2
El
e
c
t
r
i
c
a
l
a
n
d
L
i
g
h
t
i
n
g
S
u
b
c
o
m
p
o
n
e
n
t
$2
4
,
0
0
0
.
0
0
$0
.
0
0
SU
B
T
O
T
A
L
$1
,
4
4
5
,
9
0
0
.
0
0
$7
8
,
0
0
0
.
0
0
TO
T
A
L
M
A
T
E
R
I
A
L
CO
S
T
:
$1
,
5
2
3
,
9
0
0
.
0
0
U.
S
.
C
o
n
t
e
n
t
:
5
.0
0
%
No
n
-
U
.
S
.
C
o
n
t
e
n
t
:
9
5
.0
0
%
Fo
r
F
A
A
U
s
e
O
n
l
y
To
t
a
l
m
a
t
e
r
i
a
l
c
o
s
t
:
$
1,
5
2
3
,
9
0
0
.
0
0
U.
S
.
C
o
n
t
e
n
t
:
5.0
0
%
No
n
-
U
.
S
.
C
o
n
t
e
n
t
:
95.0
0
%
FA
A
Fo
r
m
51
0
0
-
1
43
(8/2
0
)
Pa
g
e
1 o
f
2
U.
S
.
D
e
p
a
r
t
m
e
n
t
o
f
T
r
a
n
s
p
o
r
t
a
t
i
o
n
Fe
d
e
r
a
l
A
v
i
a
t
i
o
n
A
d
m
i
n
i
s
t
r
a
t
i
o
n
OM
B
C
O
N
T
R
O
L
N
U
M
B
E
R
:
2
1
2
0
-
0
5
6
9
EX
P
I
R
A
T
I
O
N
D
A
T
E
:
6
/
3
0
/
2
0
2
3
–
C
O
N
F
I
D
E
N
T
I
A
L
–
NO
T
S
U
B
J
E
C
T
T
O
D
I
S
C
L
O
S
U
R
E
U
N
D
E
R
E
X
E
M
P
T
I
O
N
#
4
O
F
T
H
E
F
R
E
E
D
O
M
O
F
I
N
F
O
R
M
A
T
I
O
N
A
C
T
FA
A
B
u
y
A
m
e
r
i
c
a
n
P
r
e
f
e
r
e
n
c
e
Co
n
s
t
r
u
c
t
i
o
n
Pr
o
j
e
c
t
C
o
n
t
e
n
t
P
e
r
c
e
n
t
a
g
e
Wo
r
k
s
h
e
e
t
Ai
r
p
o
r
t
S
p
o
n
s
o
r
:
Da
t
e
:
Ai
r
p
o
r
t
W
o
r
k
s
i
t
e
:
Wo
r
k
s
i
t
e
L
O
C
I
D
:
Pr
o
j
e
c
t
D
e
s
c
r
i
p
t
i
o
n
:
Pr
o
j
e
c
t
M
a
t
e
r
i
a
l
S
t
r
u
c
t
u
r
e
L
i
s
t
(
B
i
l
l
o
f
M
a
t
e
r
i
a
l
s
)
Li
n
e
Ma
t
e
r
i
a
l
Le
v
e
l
(1
o
r
2
)
Ma
t
e
r
i
a
l
s
Co
s
t
o
f
U.
S
.
O
r
i
g
i
n
Ma
t
e
r
i
a
l
s
Co
s
t
o
f
N
o
n
-
U
.
S
.
Ma
t
e
r
i
a
l
s
1 2 3 4 5 6 7 8 9
10
Fo
r
F
A
A
U
s
e
O
n
l
y
To
t
a
l
m
a
t
e
r
i
a
l
c
o
s
t
:
U.
S
.
C
o
n
t
e
n
t
:
%
No
n
-
U
.
S
.
C
o
n
t
e
n
t
:
%
Pa
g
e
2 of
2
Li
n
e
Ma
t
e
r
i
a
l
Le
v
e
l
(1
o
r
2)
Ma
t
e
r
i
a
l
s
Co
s
t
o
f
U.
S
.
O
r
i
g
i
n
Ma
t
e
r
i
a
l
s
Co
s
t
o
f
N
o
n
-U.
S
.
Ma
t
e
r
i
a
l
s
11
12
13
14
15
16
17
18
19
20
SU
B
T
O
T
A
L
TO
T
A
L
M
A
T
E
R
I
A
L
C
O
S
T
:
U.
S
.
C
o
n
t
e
n
t
:
%
No
n
-
U
.
S
.
C
o
n
t
e
n
t
:
%
Th
e
u
nd
e
r
s
i
g
n
e
d
c
er
t
i
f
i
e
s
tha
t
t
h
i
s
inf
o
r
m
a
t
i
o
n
is
tr
ue
and
ac
c
u
r
a
te
to
t
h
e
b
es
t
of
th
eir
kno
w
l
e
d
g
e
.
A
fal
s
e
cer
t
i
f
i
c
a
t
i
o
n
rep
r
e
s
e
n
ts
a
vi
o
l
a
t
i
o
n
of
18
U.S
.C
§
100
1
a
nd
49
U
.
S.C
§
471
2
6
.
Sig
n
a
t
o
r
y
ha
s
th
e
bur
d
e
n
of
pro
o
f
to
esta
b
l
i
s
h
c
om
p
l
i
a
n
c
e
.
Si
gn
a
t
u
r
e
:
Na
m
e
:
Ti
t
l
e
:
FA
A
Fo
r
m
51
0
0
-
14
3
(8/2
0
)
Fo
r
F
A
A
U
s
e
O
n
l
y
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX F. DBE GOOD FAITH EFFORTS
THIS PAGE INTENTIONALLY LEFT BLANK
CENTURY WEST ENGINEERING Good Faith Efforts to Meet DBE Contract Goal - 1 of 3 MARCH 2025 | #35022.008.02
BIDDER’S GOOD FAITH EFFORTS TO MEET DBE CONTRACT GOAL
(Complete this section only if DBE goal is not met.)
1. List items of work the Bidder made available to DBE firms. Identify items of work the Bidder might otherwise perform with
its own forces and those items that have been broken down into economically feasible units to facilitate DBE participation.
For each item listed, show the dollar value and percentage of the total contract.
Item of Work Offered
Bidder Normally
Performs Item
(Y/N)
Item Broken
Down to Facilitate
Participation
(Y/N)
Amount
($)
Percentage of
Contract
2. List the names of DBE firms and the dates on which they were solicited to bid on this project. Include the items of work
offered and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs
were interested. Attach copies of solicitations, telephone records, email confirmations, etc. as appropriate.
Name of DBEs Solicited Date of Initial
Solicitation Item(s) of Work Follow Up Methods and Dates
CENTURY WEST ENGINEERING Good Faith Efforts to Meet DBE Contract Goal - 2 of 3 MARCH 2025 | #35022.008.02
3. List DBE firms who provided quotes but were not selected for this project. Explain the basis for rejecting DBE quotes.
DBEs Who Quoted But
Were Not Selected
Type of Work
Quoted
DBE Quote
Amount
Name of
Selected Firm
Reason DBE Not
Selected
4. List the names of agencies and the dates on which they were contacted to provide assistance in contracting, recruiting, and
using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents.
Name of Agency Date of Contact Method of Contact Results
5. List efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of
the contract to assist them in responding to a solicitation. Provide copies of supporting documents as applicable.
6. List efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies,
materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases
from the prime contractor or its affiliate. Provide copies of supporting documents as applicable.
CENTURY WEST ENGINEERING Good Faith Efforts to Meet DBE Contract Goal - 3 of 3 MARCH 2025 | #35022.008.02
7. Provide any additional data to support a demonstration of good faith efforts. Attach supporting documentation as applicable.
Affidavit of Good Faith Efforts:
By signing below, the Bidder hereby affirms that it has made good faith efforts and has documented all such efforts
in this form and the attached supporting documentation.
I, __________________________, am the _________________________ of _____________________________.
(Full Name) (Title) (Name of Company)
I have the authority to make this affidavit for and on behalf of my company. All information provided herein and
attached as evidence of my company’s good faith efforts is true and accurate to the best of my belief.
Signature Date
Notarization:
Must be completed by a licensed notary.
Subscribed and sworn to before me this _________ day of __________________, 20_____
Notary Public (SEAL)
My commission expires __________________________, 20____
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX G. INADVERTENT DISCOVERY PLAN
THIS PAGE INTENTIONALLY LEFT BLANK
INADVERTENT DISCOVERY PLAN
PLAN AND PROCEDURES FOR THE DISCOVERY OF
CULTURAL RESOURCES AND HUMAN SKELETAL
REMAINS
To request ADA accommodation, including materials in a format for the visually
impaired, call Ecology at 360-407-6000 or visit https://ecology.wa.gov/accessibility.
People with impaired hearing may call Washington Relay Service at 711. People with a
speech disability may call TTY at 877-833-6341.
ECY 070-560 (rev. 06/21) 1 IDP Form
Site Name(s): :
Location
County:Project Lead/Organization:
•An accumulation of shell, burned rocks, or other food related materials.
•Bones, intact or in small pieces.
•An area of charcoal or very dark stained soil with artifacts.
•Stone tools or waste flakes (for example, an arrowhead or stone chips).
•Modified or stripped trees, often cedar or aspen, or other modified natural
features, such as rock drawings.
•Agricultural or logging materials that appear older than 50 years. These could
include equipment, fencing, canals, spillways, chutes, derelict sawmills, tools,
and many other items.
•Clusters of tin cans or bottles, or other debris that appear older than 50 years.
•Old munitions casings. Always assume these are live and never touch or
move.
•Buried railroad tracks, decking, foundations, or other industrial materials.
•Remnants of homesteading. These could include bricks, nails, household items,
toys, food containers, and other items associated with homes or farming sites.
If this Inadvertent Discovery Plan (IDP) is for multiple (batched) projects, ensure the
location information covers all project areas.
1.INTRODUCTION
The IDP outlines procedures to perform in the event of a discovery of archaeological
materials or human remains, in accordance with applicable state and federal laws. An
IDP is required, as part of Agency Terms and Conditions for all grants and loans, for
any project that creates disturbance above or below the ground. An IDP is not a
substitute for a formal cultural resource review (Executive 21-02 or Section 106).
Once completed, the IDP should always be kept at the project site during all project
activities. All staff, contractors, and volunteers should be familiar with its contents and
know where to find it.
2.CULTURAL RESOURCE DISCOVERIES
A cultural resource discovery could be prehistoric or historic. Examples include (see
images for further examples):
Renton Municipal Airport 243 WEST PERIMETER ROAD, RENTON, WA 98057
King CountyCity of Renton
The above list does not cover every possible cultural resource. When in doubt, assume
the material is a cultural resource.
3. ON-SITE RESPONSIBILITIES
If any employee, contractor, or subcontractor believes that they have uncovered
cultural resources or human remains at any point in the project, take the following steps
to Stop-Protect-Notify. If you suspect that the discovery includes human remains,
also follow Sections 5 and 6.
STEP A: Stop Work.
All work must stop immediately in the vicinity of the discovery.
STEP B: Protect the Discovery.
Leave the discovery and the surrounding area untouched and create a clear,
identifiable, and wide boundary (30 feet or larger) with temporary fencing, flagging,
stakes, or other clear markings. Provide protection and ensure integrity of the discovery
until cleared by the Department of Archaeological and Historical Preservation (DAHP)
or a licensed, professional archaeologist.
Do not permit vehicles, equipment, or unauthorized personnel to traverse the discovery
site. Do not allow work to resume within the boundary until the requirements of this IDP
are met.
STEP C: Notify Project Archaeologist (if applicable).
If the project has an archaeologist, notify that person. If there is a monitoring plan in
place, the archaeologist will follow the outlined procedure.
STEP D: Notify Project and Washington Department of Ecology (Ecology)
contacts.
Project Lead Contacts
Primary Contact Alternate Contact
Name: Name:
Organization: Organization:
Phone: Phone:
Email: Email:
Ecology Contacts (completed by Ecology Project Manager)
Ecology Project Manager Alternate or Cultural Resource Contact
Name: Name:
Program: Program:
Phone: Phone:
Email: Email:
ECY 070-560 (rev. 06/21) 2 IDP Form
William Adams, P.E.Greg Reince
City of Renton Century West Engineering
425-430-7437 541-322-8962 ext. 301
wadams@rentonwa.gov greince@centurywest.com
William Adams, P.E.Greg Reince
City of Renton Century West Engineering
425-430-7437 541-322-8962 ext. 301
wadams@rentonwa.gov greince@centurywest.com
STEP E: Ecology will notify DAHP.
Once notified, the Ecology Cultural Resource Contact or the Ecology Project
Manager will contact DAHP to report and confirm the discovery. To avoid delay, the
Project Lead/Organization will contact DAHP if they are not able to reach Ecology.
DAHP will provide the steps to assist with identification. DAHP, Ecology, and Tribal
representatives may coordinate a site visit following any necessary safety protocols.
DAHP may also inform the Project Lead/Organization and Ecology of additional
steps to further protect the site.
Do not continue work until DAHP has issued an approval for work to proceed in
the area of, or near, the discovery.
DAHP Contacts:
Name: Rob Whitlam, PhD
Title: State Archaeologist
Cell: 360-890-2615
Email: Rob.Whitlam@dahp.wa.gov
Main Office: 360-586-3065
4. TRIBAL CONTACTS
Human Remains/Bones:
Name: Guy Tasa, PhD
Title: State Anthropologist
Cell: 360-790-1633 (24/7)
Email: Guy.Tasa@dahp.wa.gov
In the event cultural resources are discovered, the following tribes will be contacted.
See Section 10 for Additional Resources.
Tribe:
Name:
Title:
Phone:
Email:
Tribe:
Name:
Title:
Phone:
E mEmai:ail:l
Tribe:
Name:
Title:
Phone:
Email:
Tribe:
Name:
Title:
Phone:
Email:
Please provide contact information for additional tribes within your project area, if
needed, in Section 11.
5. FURTHER CONTACTS (if applicable)
If the discovery is confirmed by DAHP as a cultural or archaeological resource, or as
human remains, and there is a partnering federal or state agency, Ecology or the
Project Lead/Organization will ensure the partnering agency is immediately notified.
ECY 070-560 (rev. 06/21) 3 IDP Form
Tulalip Tribes Muckleshoot Tribe
Richard Young Laura Murphy
Cultural Resources THPO
425-239-0182 253-876-3272
ryoung@tulaliptribes-nsn.gov laura.murphy@muckleshoot.nsn.us
Snoqualmie Tribe Squamish Tribe
Steven Moses Stephanie Trudel
THPO THPO
425-495-6097 360-394-8533
steve@snoqualmietribe.us strudel@suquamish.nsn.us
Federal Agency: State Agency:
Agency: Agency:
Name: Name:
Title: Title:
Phone: Phone:
Email: Email:
6. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL
MATERIAL
Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be
treated with dignity and respect. Follow the steps under Stop-Protect-Notify. For specific
instructions on how to handle a human remains discovery, see: RCW 68.50.645: Skeletal
human remains—Duty to notify—Ground disturbing activities—Coroner determination—
Definitions.
Suggestion: If you are unsure whether the discovery is human bone or not, contact Guy
Tasa with DAHP, for identification and next steps. Do not pick up the discovery.
Guy Tasa, PhD State Physical Anthropologist
Guy.Tasa@dahp.wa.gov
(360) 790-1633 (Cell/Office)
For discoveries that are confirmed or suspected human remains, follow these steps:
1. Notify law enforcement and the Medical Examiner/Coroner using the contacts
below. Do not call 911 unless it is the only number available to you.
Enter contact information below (required):
• Local Medical Examiner or Coroner name and phone:
• Local Law Enforcement main name and phone:
• Local Non-Emergency phone number (911 if without a non-emergency
number):
2. The Medical Examiner/Coroner (with assistance of law enforcement personnel) will
determine if the remains are human or if the discovery site constitutes a crime
scene and will notify DAHP.
3. DO NOT speak with the media, allow photography or disturbance of the
remains, or release any information about the discovery on social media.
4. If the remains are determined to be non-forensic, Cover the remains with a tarp or
other materials (not soil or rocks) for temporary protection and to shield them from
being photographed by others or disturbed.
ECY 070-560 (rev. 06/21) 4 IDP Form
Federal Aviation Administration (FAA)
Matthew Prevo
Environmental Protection Specialist (Washington)
206-231-4136
matthew.a.prevo@faa.gov
J. Matthew Lacy, MD, 206-731-3232, ext. 3
Renton Police Department 425-430-7500
425-235-2121
ECY 070-560 (rev. 06/21) 5 IDP Form
Further activities:
•Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction
over non-forensic human remains. Ecology staff will participate in consultation.
Organizations may also participate in consultation.
•Documentation of human skeletal remains and funerary objects will be agreed
upon through the consultation process described in RCW 27.44.055,
RCW 68.50, and RCW 68.60.
•When consultation and documentation activities are complete, work in the
discovery area may resume as described in Section 8.
If the project occurs on federal lands (such as a national forest or park or a military
reservation) the provisions of the Native American Graves Protection and Repatriation
Act of 1990 (NAGPRA) apply and the responsible federal agency will follow its
provisions. Note that state highways that cross federal lands are on an easement and
are not owned by the state.
If the project occurs on non-federal lands, the Project Lead/Organization will comply
with applicable state and federal laws, and the above protocol.
7.DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS
Archaeological resources discovered during construction are protected by state law
RCW 27.53 and assumed eligible for inclusion in the National Register of Historic
Places under Criterion D until a formal Determination of Eligibility is made.
The Project Lead/Organization must ensure that proper documentation and field
assessment are made of all discovered cultural resources in cooperation with all
parties: the federal agencies (if any), DAHP, Ecology, affected tribes, and the
archaeologist.
The archaeologist will record all prehistoric and historic cultural material discovered
during project construction on a standard DAHP archaeological site or isolate
inventory form. They will photograph site overviews, features, and artifacts and
prepare stratigraphic profiles and soil/sediment descriptions for minimal subsurface
exposures. They will document discovery locations on scaled site plans and site
location maps.
Cultural features, horizons, and artifacts detected in buried sediments may require the
archaeologist to conduct further evaluation using hand-dug test units. They will
excavate units in a controlled fashion to expose features, collect samples from
undisturbed contexts, or to interpret complex stratigraphy. They may also use a test
unit or trench excavation to determine if an intact occupation surface is present. They
will only use test units when necessary to gather information on the nature, extent, and
integrity of subsurface cultural deposits to evaluate the site’s significance. They will
conduct excavations using standard archaeological techniques to precisely document
the location of cultural deposits, artifacts, and features.
The archaeologist will record spatial information, depth of excavation levels, natural
and cultural stratigraphy, presence or absence of cultural material, and depth to sterile
soil, regolith, or bedrock for each unit on a standard form. They will complete test
excavation unit level forms, which will include plan maps for each excavation level and
artifact counts and material types, number, and vertical provenience (depth below
ECY 070-560 (rev. 06/21) 6 IDP Form
surface and stratum association where applicable) for all recovered artifacts. They will
draw a stratigraphic profile for at least one wall of each test excavation unit.
The archaeologist will screen sediments excavated for purposes of cultural resources
investigation through 1/8-inch mesh, unless soil conditions warrant 1/4-inch mesh.
The archaeologist will analyze, catalogue, and temporarily curate all prehistoric and
historic artifacts collected from the surface and from probes and excavation units. The
ultimate disposition of cultural materials will be determined in consultation with the
federal agencies (if any), DAHP, Ecology, and the affected tribe(s).
Within 90 days of concluding fieldwork, the archaeologist will provide a technical report
describing any and all monitoring and resultant archaeological excavations to the
Project Lead/Organization, who will forward the report to Ecology, the federal agencies
(if any), DAHP, and the affected tribe(s) for review and comment.
If assessment activities expose human remains (burials, isolated teeth, or bones), the
archaeologist and Project Lead/Organization will follow the process described in
Section 6.
8.PROCEEDING WITH WORK
The Project Lead/Organization shall work with the archaeologist, DAHP, and
affected tribe(s) to determine the appropriate discovery boundary and where work can
continue.
Work may continue at the discovery location only after the process outlined in this plan
is followed and the Project Lead/Organization, DAHP, any affected tribe(s), Ecology,
and the federal agencies (if any) determine that compliance with state and federal laws
is complete.
9.ORGANIZATION RESPONSIBILITY
The Project Lead/Organization is responsible for ensuring:
•This IDP has complete and accurate information.
•This IDP is immediately available to all field staff at the sites and available by
request to any party.
•This IDP is implemented to address any discovery at the site.
•That all field staff, contractors, and volunteers are instructed on how to implement
this IDP.
10.ADDITIONAL RESOURCES
Informative Video
Ecology recommends that all project staff, contractors, and volunteers view this
informative video explaining the value of IDP protocol and what to do in the event of a
discovery. The target audience is anyone working on the project who could
unexpectedly find cultural resources or human remains while excavating or digging.
The video is also posted on DAHP’s inadvertent discovery language website.
(https://www.youtube.com/watch?v=ioX-4cXfbDY)Ecology's IDP Video
Informational Resources
DAHP (https://dahp.wa.gov)
Washington State Archeology (DAHP 2003)
(https://dahp.wa.gov/sites/default/files/Field%20Guide%20to%20WA%20Arch_0.pdf)
Association of Washington Archaeologists (https://www.archaeologyinwashington.com)
Potentially Interested Tribes
Interactive Map of Tribes by Area
(https://dahp.wa.gov/archaeology/tribal-consultation-information)
WSDOT Tribal Contact Website
(https://wsdot.wa.gov/tribal/TribalContacts.htm)
11.ADDITIONAL INFORMATION
Please add any additional contact information or other information needed within this
IDP.
ECY 070-560 (rev. 06/21) 7 IDP Form
Additional Tribal Contacts:
Tribe: Puyallup Tribe, Contact: Brandon Reynon, Title: Cultural Resources, Phone:
253-573-7986, Email: brandon.reynon@puyalluptribe-nsn.gov;
Tribe: Nisqually Tribe, Contact: Brad Beach, Title: THPO, Phone: 360-528-1084, Email:
beach.brad@nisqually-nsn.gov;
Tribe: Stillaguamish Tribe, Contact: Kerry Lyste, Title: THPO, Phone: 360-652-7362 ext.
226, Email: klyste@stillaguamish.com;
ECY 070-560 (rev. 06/21) 8 IDP Form
Implement the IDP if you see…
Chipped stone artifacts.
Examples are:
•Glass-like material.
•Angular material.
•“Unusual” material or shape for the area.
•Regularity of flaking.
•Variability of size.Stone artifacts from Oregon.
Stone artifacts from Washington.
Biface-knife, scraper, or pre-form found in NE Washington. Thought to be a well
knapped object of great antiquity. Courtesy of Methow Salmon Rec. Foundation.
ECY 070-560 (rev. 06/21) 9 IDP Form
Implement the IDP if you see…
Ground stone artifacts.
Examples are:
•Unusual or unnatural shapes or unusual stone.
•Striations or scratching.
•Etching, perforations, or pecking.
•Regularity in modifications.
•Variability of size, function, or complexity.
Above: Fishing Weight - credit CRITFC Treaty Fishing Rights website.
Artifacts from unknown locations (left and right images).
ECY 070-560 (rev. 06/21) 10 IDP Form
Implement the IDP if you see…
Bone or shell artifacts, tools, or beads.
Examples are:
•Smooth or carved materials.
•Unusual shape.
•Pointed as if used as a tool.
•Wedge shaped like a “shoehorn”.
•Variability of size.
•Beads from shell (dentalium) or tusk.
Upper Left:Bone Awls from Oregon.
Upper Center: Bone Wedge from California.
Upper Right: Plateau dentalium choker and bracelet, from Nez
Perce National Historical Park, 19th century, made using Antalis
pretiosa shells Credit: Nez Perce - Nez Perce National Historical
Park, NEPE 8762, Public Domain.
Above: Tooth Pendants. Right: Bone Pendants. Both from Oregon
and Washington.
ECY 070-560 (rev. 06/21) 11 IDP Form
Implement the IDP if you see…
Culturally modified trees, fiber, or wood artifacts.
Examples are:
•Trees with bark stripped or peeled, carvings, axe cuts, de-limbing,
wood removal, and other human modifications.
•Fiber or wood artifacts in a wet environment.
•Variability of size, function, and complexity.
Left and Below: Culturally modified
tree and an old carving on an aspen
(Courtesy of DAHP).
Right, Top to Bottom: Artifacts from
Mud Bay, Olympia: Toy war club, two
strand cedar rope, wet basketry.
ECY 070-560 (rev. 06/21) 12 IDP Form
Implement the IDP if you see…
Strange, different, or interesting looking dirt, rocks, or shells.
Human activities leave traces in the ground that may or may not
have artifacts associated with them. Examples are:
•“Unusual” accumulations of rock (especially fire-cracked rock).
•“Unusual” shaped accumulations of rock (such as a shape
similar to a fire ring).
•Charcoal or charcoal-stained soils, burnt-looking soils, or soil
that has a “layer cake” appearance.
•Accumulations of shell, bones, or artifacts. Shells may be
crushed.
•Look for the “unusual” or out of place (for example, rock piles
in areas with otherwise few rocks).
Underground oven. Courtesy of
DAHP.
Shell Midden pocket in modern fill discovered in
sewer trench.
Hearth excavated near Hamilton, WA.
Shell midden with fire cracked rock.
ECY 070-560 (rev. 06/21) 13 IDP Form
Implement the IDP if you see…
Historic period artifacts (historic archaeology considered
older than 50 years).
Examples are:
•Agricultural or logging equipment. May include equipment, fencing,
canals, spillways, chutes, derelict sawmills, tools, etc.
•Domestic items including square or wire nails, amethyst colored glass,
or painted stoneware.
Left: Top to Bottom: Willow pattern
serving bowl and slip joint pocket
knife discovered during Seattle
Smith Cove shantytown (45-
KI-1200) excavation.
Right: Collections of historic
artifacts discovered during
excavations in eastern
Washington cities.
ECY 070-560 (rev. 06/21) 14 IDP Form
Implement the IDP if you see…
Historic period artifacts (historic archaeology considered
older than 50 years).
Examples are:
•Railway tokens, coins, and buttons.
•Spectacles, toys, clothing, and personal items.
•Items helping to understand a culture or identity.
•Food containers and dishware.
Right, from Top to Bottom:
Coins, token, spectacles
and Montgomery Ward
pitchfork toy discovered
during Seattle Smith Cove
shantytown (45-KI-1200)
excavation.
Main Image: Dishes, bottles, workboot found at the North Shore Japanese bath
house (ofuro) site, Courtesy Bob Muckle, Archaeologist, Capilano University,
B.C. This is an example of an above ground resource.
ECY 070-560 (rev. 06/21) 15 IDP Form
Implement the IDP if you see…
•Old munition casings – if you see ammunition of any type – always assume they are live and never touch or move!
•Tin cans or glass bottles with an older manufacturer's technique – maker’s mark, distinct colors such as turquoise, or
an older method of opening the container.
Far Left: .303 British
cartridge found by a WCC
planting crew on Skagit
River. Don’t ever touch
something like this!
Left: Maker’s mark on
bottom of old bottle.
Right: Old beer can found
in Oregon. ACME was
owned by Olympia
Brewery. Courtesy of
Heather Simmons.
Can opening dates, courtesy of W.M. Schroeder.
Logo employed by Whithall
Tatum & Co. between 1924 to
1938 (Lockhart et al. 2016).
ECY 070-560 (rev. 06/21) 16 IDP Form
Implement the IDP if you see…
You see historic foundations or buried structures.
Examples are:
•Foundations.
•Railroad and trolley tracks.
•Remnants of structures.
Counter Clockwise, Left to Right: Historic structure 45KI924, in WSDOT right of way for
SR99 tunnel. Remnants of Smith Cove shantytown (45-KI-1200) discovered during
Ecology CSO excavation, City of Spokane historic trolley tracks uncovered during
stormwater project, intact foundation of historic home that survived the Great Ellensburg
Fire of July 4, 1889, uncovered beneath parking lot in Ellensburg.
ECY 070-560 (rev. 06/21) 17 IDP Form
Implement the IDP if you see...
Potential human remains.
Examples are:
•Grave headstones that appear to be older than 50 years.
•Bones or bone tools--intact or in small pieces. It can be difficult to
differentiate animal from human so they must be identified by an
expert.
•These are all examples of animal bones and are not human.
Center: Bone wedge tool,
courtesy of Smith Cove
Shantytown excavation
(45KI1200).
Other images (Top Right,
Bottom Left, and Bottom)
Center: Courtesy of DAHP.
Directly Above: This is a real discovery at an
Ecology sewer project site.
What would you do if you found these items at
a site? Who would be the first person you
would call?
Hint: Read the plan!
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Taxiway A Rehabilitation and Associated Improvements
______________________________________________________________________________
APPENDIX H. HAZARDOUS WASTE MITIGATION PLAN
THIS PAGE INTENTIONALLY LEFT BLANK
Hazardous Waste Operations and Emergency Response (WAC 296-843) Specification/
Narrative, Taxiway Rehabilitation, Renton Airport
During asphalt and soil disturbance activities as part of the Taxiway A Rehabilitation Project, the
contractor may encounter hazardous chemicals in the soil, groundwater, surface waters,
sediments, and floral and faunal habitats due to past industrial activities on or in the vicinity of
the Renton Airport, including from Boeing’s Renton plant where 737 and 757 aircraft were
manufactured.
The Washington Department of Ecology, in accordance with the State of Washington Model
Toxics Control Act (MTCA), has made a determination that at least six properties adjacent to the
Taxiway A Rehabilitation project may represent “a threat and/or potential threat to human health
and the environment” as part of its Toxics Cleanup Database. These can be found at
https://apps.ecology.wa.gov/neighborhood/, which include:
1. The Boeing Company Renton Plant, 737 Logan Avenue North, Renton, Cleanup Site
ID 2453. Contaminants include benzene, toluene, xylenes, methyl ethyl ketone, vinyl
chloride, chloroform, acetone, naphthalene, tributyl phosphate, arsenic, zinc, mercury,
cadmium, chromium, lead, copper, PCBs and cyanides.
2. Sky Harbor Aviation, 300 Airport Way South, Renton, Cleanup Site ID 1170.
Contaminants include organic solvents, petroleum hydrocarbons, and metals priority
pollutants.
3. The Cedar River Trail, North Riverside Drive, Renton, Cleanup Site ID 2857.
Contaminants include organic solvents, petroleum hydrocarbons, and metals priority
pollutants.
4. Castaways Restaurant, 1101 West Perimeter Road, Renton, Cleanup Site ID 8277.
Contaminants include petroleum hydrocarbons.
5. Action Aviation, 840 West Perimeter Road, Renton, Cleanup Site ID 6266.
Contaminants include petroleum hydrocarbons.
6. Lakeshore Landing, 1201 North 10th Place, Renton, Cleanup Site ID 4503.
Contaminants include halogenated hydrocarbons, PAHs, arsenic, and metals priority
pollutants.
In anticipation of encountering potentially-contaminated soil or groundwater media, the
contractor shall prepare and implement an Unknown Hazardous or Contaminated Substance
Health and Safety Plan (UHCS-HASP) that documents how discoveries of suspect or potential
contamination are to be handled when found. The UHCS-HASP should include the following:
1. Signs that would indicate that soils, groundwater or other environmental media may
be contaminated, such as odor, discoloration, or sheen.
2. Directions to immediately suspend work activities associated with this Contract in the
vicinity of the area of the potential or suspect hazardous or contaminated substances.
3. Notification of the Resident Engineer.
4. Securement of the area to restrict and protect work site personnel and the public from
exposure to the emergency condition. Set up and designate Exclusion Zones and
Contamination Reduction Zones using “Danger” tape to identify the Exclusion Zone
and “Warning” tape to designate the Contamination Reduction Zone.
5. Following laboratory quantitative data confirming that media is present above MTCA
cleanup limits, the contractor shall create of a Hazardous or Contaminated Substance
Health and Safety Plan (HCS-HASP) for handling of contaminated soils and
groundwater.
6. The Contractor or their Subcontractor shall provide all applicable training, awareness
and applicable certifications for all workers performing tasks covered or outlined in
the HCS-HASP.
7. Distribute the HCS-HASP and UHCS-HASP to Contract employees. Require
employees to read the plan, sign the plan, and abide by its provisions. Display or
make the plan available at the Site to employees, Sound Transit representatives, and
regulatory inspectors.
8. Any review, acceptance, or approval of the Contractor’s HCS-HASP and UHCS-
HASP by The City of Renton shall be construed merely to mean that The City is
unaware of any reasons at the time to object thereto. Review by the Resident
Engineer of the plan shall not impose any liability upon The City nor shall any such
review relieve the Contractor of any responsibilities under the Contract.
9. The HCS-HASP must be regularly updated and reviewed as work progresses and
more information about the Site becomes known, including discovery of additional
Hazardous or Contaminated Substances.