Loading...
HomeMy WebLinkAboutContract Award date: 9/17/2012 _ _ CAG 12-091 Awa-ded To:ICON Materials _ 1508 Valentine AV Se PAri f i c . _VIIA ARn47 $2 , 364,463 .60 ,Y Bidding equirements, City of Renton g a♦ �-s- Forms, Contract Forms, Conditions of + + the Contract, Plans and Specifications sown 1 V City of Renton Construction of: Taxiway B System Rehabilitation -- North Portion Reconstruction & Airfield Signage Modifications at Renton Municipal AirporI.- PROJECT NO. 001.-201: Federal Aviation Administration AIP iYo. 3-53-0055-023 City of Renton x055 South Grady Way Renton W.A 98057 General Bid Information: 425-430-6502 Project Manager: 425-430-7477 Pre•aced by 728 134th Street SW, Suite 200 Everett, WA 98204 (425)741-3800,Fax(425)741-3900 1 File No.232010.007 00"NTRACT DOCUMENT i 00001 Title Page i CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Taxiway B System Rehabilitation—North Portion Reconstruction & Airfield Signage Modifications at Renton Municipal Airport PROJECT NO. 001-2012 Federal Aviation Administration AIP No. 3-53-0055-023 June 28, 2012 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 Section 00002 Table of Contents 00003 Vicinity Map 00004 Summary of Fair Practices Policy 00005 Summary of Americans with Disability Act Policy 00105 Bid Advertisement BIDDING REQUIREMENTS AND FORMS 00210 Restrictions on Federal Public Works Projects 00400 Bid Form 00410 Bid Schedules 00420 Proposed Subcontractors 00430 Bidder's Qualifications 00440 Bid Bond Form 00445 Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims, and Minimum Wage Form 00450 Certification of Nonsegregated Facilities 00460 Bidder's Statement on Previous Contracts Subject to EEO Clause 00490 Letter of Intent 00495 Buy American Certificate and Notices to Bidders CONTRACT FORMS 00505 Contract Agreement 00510 Fair Practices Policy Affidavit of Compliance 00560 Progress Payment Retention 00580 Buy American Certificate and Exhibit A(Waiver) 00590 Non Trafficking Certification 00610 Bond to the City of Renton 00640 Certificate of Insurance CONDITIONS OF CONTRACT 00710 FAA General Provisions 00801 Special Provisions i 00802 FAA Special Provisions 00810 State Prevailing Wage Rate Schedule 00815 Federal Prevailing Wage Rate Schedule 00825 Statement of Intent to Pay Prevailing Wages 00830 Affidavit of Prevailing Wages Paid 00835 Certificate of Payment of Prevailing Wages 00910 Addenda TECHNICAL PROVISIONS See Index at Beginning of Technical Provisions - Renton Municipal Airport 00002-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications e Section 00003 Vicinity Map _ CANADA _ • ,. `' — USA --- --- BELLINGHAM r 'O PORT ANGELES EVERErt l0 2 s TrLE RENTON. eo- 1 fl� a •TAWMA SITE JECT VICINITY MAP NOT TO SCALE RENTON MUNICIPAL AIRPORT I :S 712 5{ x 't: �„.•z ?'Y '% _ NE 12T I ST 900 116 m z S 12-N si n a N sr y� -I"ST ST 9� dN ST WA t+E 9P9 D S.TND Si- RNY,N 800 389 - r th i t q . LOCATION MAP NOT TO SCALE Renton Municipal Airport 00003-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00004 Summary of Fair Practices Policy CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national. origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March , 2011 . CITY O RENTON RENTON CITY COUNCIL n Denis Law, Mayor uncil Pr sident Attest: :;:',;,:,,;:;: ,,••:. Bonnie I. Walton, City Clerk S"FEAL e i A , Y � ` Section 00005 Summary of Americans with Disabilities Act Policy I , CITY OF RENTON SUMMARY OFAAMUCANS Wll'S ACT POLICY ADOPTED RYRESOLMONNO! 3007 The policy of the City of Renton is to promote and afford equal try and service to all citizens and to assure employes opportunity to persons with disabilities, vAm the City of Renton can reasonably- accommodate the disability. Ibis policy shall be based on the principles, of equal employment opportunity, the Ammeam With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments oftbe City of Renton shall adhere to the following guidelines: (1) HMPLQYME CC FRACIIE., - All activities relating to employment such as rccruibnent,selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personocl decisions will be based on iadiyidual pa* nuance, staffing requirements,and is accordance with the Americans With Disabilities Act and other.applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGAMM-n–ONS - The City of Renton will cooperate fully with all organizations and conunissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) A ERICANS W Mi DISA.BII.TTII S ACT POLICY-The City of Renton Ameiicans With Disabilities.Act Policy will be maintained to facilitate equitable-representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR$' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilitm Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED DV by the City Council of the City ofRent+on, Washington, this 4th day of October 1993. C 7( RENTON RENTON MY COUNCIL: MaYor =MP—resident Astestw i City Clerk CITY OF RENTON CAG-12-091 Call For Bid Taxiway B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Project Sealed bids will be received until 2:30 p.m.,Thursday,July 19,2012, at the City Clerk's office,7t"floor, Room 728, and will be opened and publicly read in the 7`"Floor Conferencing Center, Renton City Hall, 1055 South Grady Way,"Renton, WA,98057,for the Taxiway B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications project at the Renton Municipal Airport. Any bids received after the time for opening will not be considered. The contemplated work to be performed includes pavement section reconstruction of the North portion of the Taxiway Bravo(B)system to maximize conformance with current FAA surface grade criteria and upgrade the structural integrity of the taxiway pavement. The project also includes construction of surface and subdrains,taxiway edge lighting modifications, underground utility improvements,establishment of a new taxiway designation system, and associated airfield signage. 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"Posted Projects,""Public Works," "City of Renton," "Projects Bidding." (Note: Bidders are encouraged to"Register as a Bidder"in order to receive automatic e-mail notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed'to Jonathan Wilson,Assistant Airport Manager,616 W Perimeter Road—Unit A,Renton,WA,98058,phone (425)430-7477,fax I (425)430-7472. r Each bid shall be accompanied b a cashier's check certified check, p ostal money order, or bid bond made payable to City f Renton in an amount not less than five percent S/ of the amount tY P u t ofthe bid. Said check or bid bond( ) shall be given as a guarantee that the bidder shall execute such contract as may be awarded to him/her in conformity with his/her bid and with the contract documents and shall provide surety bond or bonds as specified therein within ten days after notification of the award of contract. Bidders are advised that a mandatory pre-bid meeting for all prime contractors is scheduled for 10:00 a.m. on July 10, 2012,at 300 Rainier Ave N., Renton,WA, 98057. This shall be a condition of being a qualified bidder, among other conditions set'forth in the contract documents.Those submitting bids that do not attend will not be considered. All bidders and primary subcontractors are strongly encouraged to examine the site to become familiar with all site conditions prior to the bid. 1. The proposed contract is under and subject to Executive Order 11246 of September 24, 1986,and to the Equal Employment Opportunity(EEO)and Federal Labor Provisions. 2. All labor on the project shall be paid no less than the minimum wage rates established by the U.S.Secretary of Labor. The Contractor shall pay the rate that is highest of the Washington State or Federal Wage Rates. 3. Bidders shall supply all information required by the bid documents and specifications. ? 4. The EEO requirements, labor provisions,and wage rates are included in the specifications and bid documents and are available for inspection at the Airport Office,616 W Perimeter Road—Unit A, Renton, WA,98058. S. Bidders shall complete,sign,and furnish with their bids a "Certification of Nonsegregated Facilities"and a statement entitled "Bidders Statement on Previous Contracts Subject to EEO Clause,"as contained in the bid proposal. 6. A contractor or subcontractor who may be awarded a contract of$10,000 or more will be required to maintain an affirmative action program,the standards for which are contained in the FAA Special Provisions. BIDDING REQUIREMENTS AND FORMS Renton Municipal Airport TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications y .......... Section 00210 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. 100 7223. (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 product 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 signing this page the bidder certifies that with respect to this solicitation,and any resultant contract the bidder: (1) Is Is not 4/ 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, United States Code,Section 1001. Signature Date Renton Municipal Airport . 00210-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Page 10 Section 00210 Restrictions on Federal Public Works Projects Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.eom-Always Verify Scale ..W....—,...:.,..,w.,......_.....a.,—...._a.....:,...,,.... u..M....»...-„ s..a w.w.- »,w.,�.,,».....,a..,.. ..»,»,........w.�.-..m ,... -_..,. .,.. :.,,F w x., r,,...-,,...».,..,uiaa...,..om..»...n ....,o..;... ,.yu .w...,..u, iS.�..r7r� i Section 00400 Bid Form Revised To: City of Renton 1055 South Grady Way Renton WA 98057 Project: Taxiway B System Rehabilitation — North Portion Reconstruction & Airfield Signage Modifications at Renton Municipal Airport,Renton,Washington AIP'No.3-53-0055-023 Pursuant to and in compliance with your Drawings and Project Manual,including the Bid Advertisement,,for the project.identified above,the undersigned bidder has examined the site, contract documents,and conditions affecting theperfonmance thereof and hereby proposes,and agrees to perform all of the Work.and fiunish.all:ofthe equipment required thereby and to supply any and all ofthe labor,materials,tools,expendable equipment,and utility and transportation services necessary to perform the contract and:to complete all workxovered by said contract in a workmanlike manner for the prices established in the Bid Schedule,Section 00410,and summarized below. - 1. BID SUNUM ARY: The bidder shall complete and submit the Basic Bid and.Additive Schedules. Basic Bid price shall assume construction in 2012.There,is a remote chance that.grant funding will not be offered soon enough to allow for 2012 construction.during favorable weather. •Therefore,the Contractor shall also provide an..Additive Bid lump sum amountio be added to the Basic Bid for holding the bid numbers through 2013. The basis for award shall be whichever Bid Option is most advantageous-to the Owner, Option 1: Basic Bid only,reflecting 2012 constriction Option2: Basic Bid plus Additive Bid'lump,sum mnount,reflecting 2013.construction Basic Bid Plus Oales Tax $ 2 92 q% 1 3,(2 Additive Bid Plus Sales Tax $ Rai,ic Na R.IuR.Ailditiye F3id,.iiicluding Sales Tax: $ 7-1-3(a 2. ADDENDA: Receipt of addenda.numbered 01 through. 02 is hereby acknowledged. 3. PREQUALIFICATION:OF VIDDERS CERTMCATIOM, 13y signing.this.proposal,.the undersigned and/or'ks,subcontractors acknowledge:and. intend to meet the Pro"ification of Bidders requirements per;Section 00710,.PAA General Provisions,Sections`2Q=02 Bad`80=U5. • Renton Muni4alAirport 00400-1 TW B,'Systeiii Rehabilitation`—North Portioh,Reodastriiction Bi.Airfield Sigiia$e.M odifii—t6 on.s Addendum I j Page 4 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.00m-Always Verify Scale Section 00400 Bid Form Revised 4. CONTRACTOR'S SIGNATURE: O Sole Proprietor Or Partnership Or Corporation: If the Bidder is a co-partnership, so state giving the name under which business is transacted. IN WITNESS hereto the undersigned has set his(its)hand this day of ,20 By Typed Name: Title- Sworn to before me this day of .20 Notary Public in and for the State of Washington residing at EXCorporation: If the Bidder is a corporation,this Bid Form must be executed by the +, duly authorized'officials and notarized, IN WITNESS WHEREOF the undersigned corporation has caused this instr unent to be executed by'its duly authorized officers this 19th day of JULY 20 12 , ICON Materials (dba of CPM Development Corporation) ATTEST: Name gfCoTorntion See Attached Signature(in Spokane) �- Secretary By Signakrse of Corporate Officer David Gent Printed�!ame {t General Manager Ro fit,� 77& � 19th Swim to before me'this day of JULY ,20 12 0 do ' 29 ' Notary:Public in,and,forthe State of .� 'J Op W Ag�,�` Washingfon,residing at,Puyallup Renton Municipal Aitport 00400-2, TW B'Syste[n$ehabilitatibli=North Portion Reconstruction,&Airfield Signage Modificati ons Adderrdurhl Page 5 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxm.com-Always Verify Scale a Y � � Y V t-. a .. cn Js Mf o z o T ,,, aHd Materials ® CPM DEVELOPMENT CORPORATION CORPORATE OFFICE.•5111 E BROADWAY•SPOKANE VALLEY,WA 99212 Materials P.O.BOX 3366•SPOKANE,WA 99220-3366.OFFICE:(509)534-6221 •FAX:(509)536-3051 Central Pre-Mix CERTIFICATE OF AUTHORITY Concrete Co. Please be advised,that the individuals whose names,titles and signatures appear below are authorized to execute proposals,contracts,bonds, and other documents and/or instruments on behalf Central Pre-Mix of ICON Materials(dba of CPM Development Corporation). ICON Materials is a CPM Prestress Co. Development Corporation trade name. Name and Title Signature Inland Asphalt Co. 1 David Gent,General Manager IntereteteConcrete Tim Davis Construction Division Manager &Asphalt Co. Rob Meidinger,Paving/Grading Division Manager ICON Materials Pat Skube,Chief Estimator Wenatchee Sand and Gravel William M. Becker,Estimator/Project Manager a� C C Central Washington Concrete Respectfully submitted, CPM DEVELOPMENT CORPORATION Eugene Sand&Gravel Susan L.Devaney Vice President of Finance and Assistant Secretary Viking Redi-Mix STATE OF WASHINGTON ) ss. COUNTY OF SPOKANE ) Green&White On this day personal-ly appeared before me Susan L. Devaney, known to me to be the person.that Rock Products executed the foregoing instrument, on behalf of ICON Materials (dba of-CPM Development Corporation), and acknowledged said instrument to be the free and voluntary act of said corporation, IFAW for the uses and purposes therein mentioned. Klamath Pacific Corporation n SUBSCRIBED and sworn to before me this day of 2012._ Bandon Concrete &Development KATHLEEN FRIZZELL ignat oNotary Public River State o Washington int or Type Name ofNotar'-- SandandGravel My Commission Expires OTARY PUBLI m and for a State of Washington January 19, 2013 siding at _� ��e�Pitts y Commission expires on 3 — Salem Road&Driveway Valley Concrete&Gravel ICON Materials Contractor's Name (dba of CPM Development Colp.) Section 00410 Bid Schedule Revised CITY OF RENTON RENTON MUNICIPAL AIRPORT TAXIWAY B SYSTEM REHABILITATION AIP-NO.3-53-0055-023 BASIC BID: TAXIWAY B SYSTEM REHABILITATION—North Portion Reconstruction and Airfield iguge Modifications Item Tech De=lptioa ApP� Unit UnttPrloe Total Price No. Prov. Qty 1 A-101 FOD Prevention Control 1 LS $ 58,000.00 $58,000.00 2 A-101 Traffic Control 1 LS $45,000.00 $45,000.00 3 A-103 Contractor Quality Control I 1 LS $ 8,500.00 $ 8,500.00 Acceptance Testing 4 A-105 Mobilization 1 LS $210,000.00 $210,000.00 5. A405 Utility Locate 1. IS $3,500.00 $ 3,500.00 6 A-110 Construction Survey 1 IS $ 20,000.00 $ 20,000.00 Trench'Excavation Safety 3,000.00 3,000.00 7 A-201 Provisions 1 LS $ $ 8 D-'701 6-Inch IiDPE Storm Drain Pipe 380 LF $22.00 $ 8,360.00 9 D-701 12-Inch HDPE.Stonn Drain 450: LF $37.00 $ 16,650.00 Pipe. i I 10 D-701 8-Inch DI.Storm Drain Pipe 90 LF $58.00 $5,220.00 11 D-701 12-Inch DI Storm Drain Pipe 751 LF $62.00 $46,562.00 12 D-701 Storm Drain Pipe Removal 8o0 LF $12.00 $9,600.00 T3 D-702 Slotted Drain.System 55.0- LF $145.00 $79,750.00 I Renton Municipal Ai port Aldo,-1 TVA$System Rehabilitation—North:Portion.Recbnstivction 8i Airfield Siguage Modificatiobs �ddendrim 1 I I Page B Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bwm.com-Always Verify Scale ICON Materials (dba of CPM Development COP,) Nom Prow Deseriptioa Ap�p�rox. unit Unit Price Total Price 14 D-705 6-Inch Perforated HDPE 2,625 LF $ 23.00 $60,375.00 Subdrain 15 D-705 518"Minus Clean Drain Rock 150 Cy $80.00 $ 12,000.00 (Swale Underdrain) Connect to Existing Catch 16 D-751 Basin 9 EA $ 2,000.00 $18,000.00 WSDOT Standard Type 1 17 D-751 Catch Basin with Locking Solid 10 EA $2,200.00 $22,000.00 Lid 18 D-751 WSDOT Standard Ty.pe 1 7 EA $ 2,400.00 16,800.00 Catch Basin with Locking Grate WSDOT Standard'Type 2 19 D-751 Catch.Basin with Locking Solid 5 EA $3,500.00 $ 17,500.00 Lid 20 D-751 WSDOT Standard Type Z 6 EA $3,750.00 $22,500.00 Catch Basin with Locking:Grate Flow Splitter WSDOT Standard 21 D-751 Type 1L Catch Basin with Solid 2 EA $3,000.00 $ 6,000.00 Locking.Lid 22 D-751 Yard Drain 10. EA. $ 640.00 $.6,400.00 23 13451 Catch Basin-Removal 8 EA $ 350.00 $.2,800.00 24 D-751 Clean Out Removal 2 EA $ 200.00 $400.00 25 D;751 Yard Drain Removal 10 EA $275.00 $$2,750.00 Vinyl Coated-Chain Link Fence 26 F-162 and Gate with'Slats 1 LS $ 6,200.00 $6,200.00 27 16 Generator System; ICON Materiaeve l Corp (ft of CPM D wN Nm h, Appprrox. Udt Unit Price Total Price I 28 12 Utility Feeders 1 LS $75,000.00 $ 75,000.00 29 16402 Utility Charges 1 LS $ 9,600.00 $ 9,600.00 30 1 Electrical Permit 1 LS $ 7,000.00 $7,000.00 31 L-107 Wind Cope 1 EA $ 12,000.00 $, 12,000.00 32 L-10$ L-824C Cable 6,700 LF $ 4.00 $_26,800.00 33 L-115 Eidsting Electrical Manhole 7 EA $ 1,820.00 $ 12,740.00 Elevation Adjustment 34 1-125 Demolish Taxiway'Edge Ligbi 62 EA $ 195.00 $ 12,090.00 35 L-125 Demolish L-867 Basecan 42' EA $ 288.00 $12,096.00 36 L-125 Demolish L-824 5kV Cable 6,-600 LF $ 1.60 $ 10,560.00 37 L-125 Demolish Airfield Sign 21 EA $550.00 $ 11,550.00 38 L425 Demolish Sign Base 3 EA $ 705.00 $,2,115.00 39 L-125 New Taxiway Edge Light 67 EA $ 420.00 '$28,140.00 i [ 40 L-I25 New IrW Basecan 48 EA $ 788.00 $37,824.00 f 41 L-125 Airfield Signs-Refurbish 33 EA $366.00 $12,078.00 42 IA25 Airfield;Sign-Panel 34 EA, $ 923.00 $,31,382.00 Replacement 43 L t25 Now. Aiffikld Sigc,.2 Module ft EA $2,700.00 $ 45,900.00 44 L-125 New Airfield Sign,3-Module 2 EA $,3,900.00 $;7,800.00 Renton Municipal Airport A0410-3 TW B'System Rehabilitation—North Portion Reconstruction&Airfield Signa&modifications Addendum 1 Page 8 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale - S terial ICON materials (dba at CPM Dsvelapm No. Prov" De�ipH°n �� Unit UnitPr[ie Total Price 45 1.,125 Sign Base 2-foot Extension 16 EA $750.00 $ 12,000.00 46 1,125 New Sign Base,2 Module 1 EA $3,500.00 $3,500.00 47 L-125 New Sign Base,3 Module 2 EA $4,000.00 $8,000.00 48 1,125 Spares 1 LS $ 1.,500.00 $ 1,500.00 49 P-105 Miscellaneous Electrical 1 IS $ 55,000.00 $55,000.00 50 P-105 Asphalt Pavement Sawcutting 850 LF $3.50 $2,975.00 Asphalt Pavement Grinding and Si P-105 Disposal 4.5.0 SY $ 12.00 $ 5,400.00 52 P-105 Asphalt Pavement Removal and 11,200 SY $5.00 $ 56,000.00 Disposal 53 P-152 Unclassified Excavation 4,530 CY $25.00 $ 113,250.00 54 P-152 Unsuitable Excavation 500 CY $ 35.00 $ 17,500.00 5.5 P-152 Imported Borrow Material 900 CY $ 32.00 $ 28,800.00 I 56 P-160 Catch Basin Inserts 30 EA $ 75.00 $2,250.00 w 57 P-160 Silt Fence- 100 LF $ 7.00 $ 700.00 �. 58 P.160 Wattles 650 I,1; $ 2.00 $ 1,300.00 59 P-160 Zlectex k Encased Check Dam 1' EA $ 450.00 $ 450.00 Temporary Eirosion Control 60 P-160 1 FA $51000:00 $5;000.00 Forice Account R ,P-160 Gravel Construction Entrance 1' EA $ 2,750.00 $:2,750.00 i 62 P-209 Crushed Top�Coul se 660 CY $'47.00 $31,020.00 Renton Municipal Aitport .00410-4 X TVV B:$ysteih,kehabilkation—North Portion Reconstruction&Airfield'Signage.'Mbdifications, f Addendum 1 Page 9 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Ahmays Verify Scale ICON Materials We of CPM Development Corp:r No. � Description Ap i unit unttPrim Total Prke 63 P-209 Crushed Aggregate Base 1,310 CY $ 47.00 $ 61,570.00 Course 64 P-301 Soil-Cement Base Course 11,750 SY $ 6.15 $72,262.50 65 P-401 Bituminous gurface Course 2,610 TON $ 97.00 $ 253,170.00 66 P-603 Bituminous Tack Coat 4.8 TON $ 9oo.00 $ 4,320.00 Thermoplastic Pavement 67 P-620 Marking 354 SF $ 37.00 $ 13,098.00 68 P-620 Pavement Marking 4,350 SF $ 2.50 $ 10,875.00 69 P-620 Pavement Marking Removal 235 SF $ 12.00 $2,820.00 70 P-622 Aircraft Tiedown Anchor, 21 EA $250.00 $, 5,250.00 Type 1. Aircraft Tiedown Anchor, 4,500.00 71 P-622 750.00 T3 .2 6 EA $. $ Aircraft Tiedown Anchor 72 P-622 Removal 19 EA 125.00 $ 2,375.00 73 T:9,02 Hydroseeding 2.0 AC $ 4,400.00 $ 8,800.00 74 T-902 Generator Pad Planting 1 IS $3,500.00 $,3,500.00 75 T-905 Topsoiling 15.0 C.Y $ 30.00 $ 4,500.00 76 T-909 Under Pavement Herbicide 11,750 SY $ 0.20 $ 2,350.00 Subtotal Basic Bid $2,049,327.50 Plus Sales Tax(9.5%) $ 194,686.11 TOTAL,BAgIC BID PLUS*SAUS TAX $ 2,244,013.61 Renton Municipal Airport 00.410-5 TW"B:Sygtem-Rehabilitation—North Portion.1k&6hstruction&Aiifield-Sigaage'Modifications Addendum I z Page 10 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verity Scale ICON Materials (dbe of CM Development Carp.) Contractor's Name Section 00410 Bid Schedule Revised ADDITIVE BID: Lump Sum Bid Item for 2013 Construction Item Dow iption '�Q Untt Unit Prke Total Price A-1 Lump Sum Bid Item for 2013 1 LS $ 110,000.00 $110,000.00 Construction Subtotal.Additive Bid $ 110,000.00 Plus Sales Tax(9.5%) $ 10,450.00 TOTAL ADDITIVE BID PLUS SALES TAX $ 120,450.00 1 f i i t t f 1 Renton My nicipal Airport 00410-i5 TW'.B-System:JUhaEi'ilit Pion—North Poition ReConstsuclion&Airfield Signage Modificattokl§ Addendum 1 Page 11 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see wvvw.bzwa.corn-Always Verify Scale .. ..� .__ ICON Materials Section 0042Q (dba of CPIti pevelol COP-) PROPOSED SUBCONTRACTORS Comply with requirements of Section 00801.,Special Provisions. Note that this form contains two parrs: Part I is for work to be performed;Part II is for work quoted or bid but not to be performed. PART I–LIST WORK TO BE PERFORMED BY BIDDER AND SUBCONTRACTORS Work List Subcontractors(Names, Contract %of Certified Age *GRS .U ..s Addresses,Business License Contract DBE of Category .o ¢, Value (Values 3-a Numbers) Price (Y or N) Firm I-5) o' i° Work to be performed by B1DDEii $ N 52 YR 5 Bidder's Own 1 N3161 `l Name NO Heating. $ Subcontractor WORK CIMS1'zip. Business t3c.k Name Ventilation and NO Add,, Air Conditioning . $ 56 Subcontractor WORK atry,SZ•�+p Business tic tt Name.. .. .: Ptombl>ag NO Subcontractor Add— (as aesrrribed.in WORK clll�ST;W $ % RCW 28.106) Businesslic.lt Name'COlvicO,Inc i Ebxtrica3) _ Snbcoatraed�lr. Address 2812 N Pittsburgh o . $512,893.00 (as descnbcd,iu aty:drip S okane,WA 99207 �S N 25 YRS RCW`192$). COLVII*134D6 Busmes3'Iic;Y: N..Ground Up Road Construction ;PAVEMENT of Work: � PO Box 1690 LING Milton,WA.98354-1.690 $75.816.00 % N 4 YRS NING Ship 8uvoess[ic'# GROUNUR929CR Type of Work. tdame Hicks Stri in &Curbing,Inc Address.PO Box 9121 ) Brooks,OR 97305 $23,143.50 L 96 N 14 YRS KING Busfness[ic«.HICKSSCO21LE Subtotals. ICON Materials --�3 � 2�tx�-3,�{�?•� This i^CpntpanyBid R�ent�n Mu_..: .. . Ai�ort • pQ4,2{1-1 ' TrW B ystem.)4�e}ia>Silitation—Noifli Pq tibn RICO- ;M1040n,&Aifridd?Stpitge;Modifications } I Page i$ Section 00420 Proposed Subcontractors: Provided to Builders Exchange of WA,Inc.For usage Conditions Aareement see www.bxwa,cdm-Ahnrays Vedfv Scale' ICON Materials (08 of CPM pMIOPMent Corp.! Section 00420 PROPOSED SUBCONTRACTORS PART I(continued) c Work Z A List Subcontractors(Names, Contract %of Certified Age *GRS . a a Addresses,Business License Value Contract DBE of (Vetoes Category •_ Numbers) Price (Y or N) Firm. 1-5) - e 3 : Subtotals Carried Forward from page 00420-1 $ 9b N. C&P Fencin Type of Work Address 1516 Chinook Ave FENCING Enumclaw,WA.98022. $5,860.00 O.� N I YR 2 City,STzip Bt shw,Lic#CPFENPF882ME Nnax Type of Work: Ad ms CIt)G ST, ZIP- Business to# Name Type of Work, Address City.ST iip Bwidea Lk* Name Type of Wow Address City.STzip. -- - $ 9'0 Btisiness Lk 1F Name - - Type of Work: Address - $' City,STZV, ` - $ttsiness.IJt:.# 1GRAND TOTALS $Z oq?3z '�UQ% r In compliance vrith RCW Chapters I8 106'.and 1922$.bidder shall_wii%"Nb,Worle' f idci believer,`sl*&work is not'part of scope of`PMject * �- Cross Rxei is � t�nnttal .. P. .r .T=,L.essthan$I Million -=, More than$I Million,14 $5:MiRion. • 3-.Mott:than$5`Mt7lion,-Lpssthan$`1Q 1►Tlllpn - +4=More,than$10 MiIh n,Less than$15 Million 5=Mott than$15 Million' Thies Form Shalt Accompany Bid 'Re>ntoti Municipal Airport .00420-2 T'W B System Rehabilitations—Notth.Poition RecoiisttWtiork kAicfid SiPage Modifications Page 19 Provided tc Builders Exchange of WA,Inc.For usage Conditions Agreement see www.byxwa.com-Always Verify Scale ICON Materials (do of CPM Devawerd Corp.) Section 00420 PROPOSED SUBCONTRACTORS PART U—LIST SUBCONTRACTORS QUOTING OR BIDDING BUT WHOSE WORK WILL NOT BE PERFORMED ON THIS PROJECT. Certified *GRS DBE Age of (Values Subcontractors not performing work on project (Y or N) Firm 1-s) Company Name W E COATES SURVEYING LLC �� 9825 GLORY DR SE City,ST zip OLYMPIA,WA 98513 Y 7 YEARS Business Lic# NOT ON QUOTE z Type of Work SURVEYING COMMy Name KRAZAN&ASSOCIATES,INC Address 922 VALLEY AVE NW,SUITE 101 City,ST zip PUYALLUP,WA.98371 Business lic# NOT ON QUOTE N 30 YEAR Type of W SPECIAL INSPECTION&TESTING SERVICES Coagmy Name APPLY-A-LINE,INC Address 175 ROY ROAD S W,BLDG.C City,ST zip PAC_IFIC,WA.98047 N 28 YEARS BttsinessLic# APPLYI*161RU Type of Work PAVEMENT MARKING Company Name AMERICAN ENGINEERING CORPORATION Amass 4032 148TH AVE NE City,ST zip REDMOND,WA.98082 Business Lic'# NOT ON QUOTE N 23 YEARS TYPe of Work CONSTRUCTION STAKING Cotnpauy.Name APEX ENGINEERING,PLLC Address 2601 SOUTH 35TH ST,SUITE 200 City;ST zip TACOMA.WA.98409 2 Business,Lac.# NOT ON QUOTE N 16 YEARS Type•of Wont CONSTRUCTION STAKING{SURVEYING) t TIIa3s,Fi71'1)t Shad t�GLOlttpLtR�-Bl(f' Reatt:tl Mut ictpai AOwl rt 00420-3 TVV B System liefWbilk ntion—Xortlt:Portion Reconstrueti &Ai� -Sg 'p Modfibns-r e t t Page 20 -Pro ded to-Builders,Exchange of-WA,)no,For usage Conditions Agreement see www.bxwa.00m-A*ays Verity Scale 100N 4dlaterials (dbaofCPMDeWI CWP-) Section 00420 PROPOSED SUBCONTRACTORS PART Il(continued) Certified *GRS DBE Age of (Values Subcontractors not performing work on project (Y or N) Firm 1-S� Company Name RAINIER SURVEYING,PLLC Address PO BOX 1206 City,ST zip KENT,WA.98035-1206 N 8 YEARS Business Lic 41 NOT ON QUOTE Type of Work CONSTRUCTION STAKING Co mpany Name COUNTRY GREEN TURF FARMS Address 7725 YELM HWY SE City,ST zip OLYMPIA,WA.98513 N 13 YEARS Business Lic# COUNTGTO14CE Type of Work HYDROSEEDING Company Name DPK,INC Address 7829 SO.208TH ST City,ST zip KENT,WA.98132 N 34 YEARS Business Lac# DPK**1*222KG Type of'Wo&._ UTILITIES company Name THE BAG LADY,INC Address 11124 VALLEY AVE EAST City,ST zip PUYALLUP,WA.98372 Y 21 YEARS Business l.io# BAGLA**033CL Typeof Wqrk EROSION CONTROL ORS r•Anq Gross-Receipts i= t ss'6an$I Million 2= Moreihan V,Wlion-,LesS'ftn$S'Milliod 3= More.thaa,'�.S1►ilion,.Lmt.thait:$10M1Fion 4= 1�fo1e;Ith ii SlO I" 4= $'Is " 5= More on { Printed Nmiie: avid Gent Tide::' General Manager Date?. July 19,2012 ?'fib s RPrm Shall Accoiftpany Bt'd' Reriton:Municipal Airpott 0042.0.4 TW B.SystM Reh$�il tadon—Not'di:Poitilynn'1tWobsUtdtion.B Aiifield•Signap:Mo"ca iops- Page 21 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxea.com-Always Verify Scale . ............. w, Section 00430 Bidder's Qualifications Each bidder submitting a bid on Work included in these Bidding Documents shall prepare and submit the data requested in the following schedule as part of the bid. ICON Materials 1- Name of Bidder: (dbe of CPM D8Wl*W*C0q'} 2. Business Address 1508 Valentine Ave SE Pacific,WA.98047-2103 3. Telephone/Fax Nos.: 206 575-3200 (Office) 206-575-3207 (Fax) 4. &mail Address: dgent @oldcastlematerials,com 5. Business License No.: 601-006-854 6. How many years,has said Bidder been engaged.in the.coutm iag business under the present firm name: PLEASE SEE ATTACHED 7. Contracts now in hand(GMss Amount):$ 30+MILLION 8. General character of work pefformed by said company, DEMOLITION,EARTHWORK,ASPHALT CONCRETE PAVEMENT, UTILITY INSTALLATION 9. The following Wa.pactial listof the construction.our organization has completed which is similar in character and maghitade.W tbet req_Wred in the proposed conawt: Sribmit added sheet ff-necessary., Owner Contrast Year., Include CanW*-PegnneAa Ph0ne,iVo. Location. Amount PLEASE SEE ATTACHED LISTING E Denton IYiunici S1 A "art t�434-1 t W- 4 S,ytivift kehabiiitation—N6rth.Portion Wonstttzobd: AWeld$igdage kWihcaiions Page 22 Section 00430 Bidders oualiiic ations Provided to Builders Exchange of WA,Inc.F&usage Conditions ka eement see www.bxws.com-A ovs Verify Scale- . yrtprvo�n•vw.ccam.nm Attachment to Subcontractor/Vendor Questionnaire 6. Organization Previous Business Names: ICON Materials, now a trade name, was the Company's' corporate name(ICON Materials, Inc.) since 6/9/2000. Prior to that the Company, a continuation of a 1960 company, operated under the name Oldcastle Northwest Inc, dba M.A. Segale, Inc. Years of Experience: The business name, ICON Materials has been in use since June 2000. The company was formed 4/30/98 to purchase the assets and continue the operations of M.A.Segale, Inc. a Washington Corporation since 1960. Other Businesses Owned or Controlled by Your Firm, its Officers or Principals: ICON Materials is a division of CPM Development Corporation which is a subsidiary of Oldcastle, Inc., ultimately a wholly owned subsidiary of CRH plc, a Republic of Ireland Corporation. ICON Materials(dba of CPM Development Corporation)1508 Valentine Ave SE Pacific,WA.98047-2103 206 575-3200 Phone 206-575-3207 Facsimile ICONM**982CF An Equal Opportunity Employer 171 ICON Materials Bidder's Experience Listing-Spec.00440 Section 2.1 MAJOR PROJECTS/AIRPORT WORK>$4 million-1988-2012 f t INITIAL/ FINAL OWNERIGENERAL PROJECT NAME/LOCATION/ ENGINEER NAME/ CONTRACT COMPLETION NAME/LOCATION SIMILAR SCOPE OR COMPLEXITY LOCATION CLASS OF WORK AMOUNT DATES-INITIAL/FINAL CONTACT King County URS Aviation Demolition,Excavating, $16,477,610 Dec.2012/Estimated Mark Bergam King County Int'l Airport Taxiway Alpha Rehabilitation Seattle,WA Asphalt Paving $19,275,659 December 2012 206 296-7380 and Related Work ; { AECOM Technical Service Repair/Replace Runway 05/23 PBS&J Demolition,Excavating, $12,976,903 Lea Ann Scholfield Spokane,WA Fairchild Air Force Base Nashville.TN PCC&Asphalt Paving $14,242,254 October 2011/Oct.2011 714 689-7194 1 4 Port of Portland HNTB Corporation Demolotion,Excavating, $39,776,000 Christine Edwards Portland Int'I Airport Runway 10R-28L Rehabilitation Bellevue,WA PCC&Asphalt Paving $42,290,307 October 2011/Oct.2011 503-415-6395 Port of Bellingham URS Aviation Demolition,Excavating, $26,341,955 John Hergensheimer Bellingham Intl Airport Rehab Runway 16-34 Seattle,WA Asphalt Paving $27,438,011 June 2011/June 2011 360-676-2500 x 3rd Runway Construction,Final !!! Runway paving,shoulder $79,827,080 Port of Seattle Seattle- Phase Prime Contractor-New Port of Seattle Stephanie Alexander , Tacoma Int'l Airport pavement construction,electrical Seattle,WA paving,electrical systems, $81,886,477 July 2008/Mar 2009 206-787-4092 underdrains,storm drainage ` systems installation and underdrains. KCIA Runway 13R131 L Rehabilitation Extensive paving,milling, King County Project-Prime Contractor-Runway URS Aviation earthwork,drainage and $23,745,633/ January 1,2007! Sept. Rick Renaud,P.E. ! King County Int'l Airport Paving/Fast-track schedule, Seattle,WA electric,all within a fast- $19,923,050 24,2006 206-296-7427 i track time frame. i earthwork,drainage and electrical 1-182 to Columbia Center I/C-Paving WA State DOT WA State DOT Earthwork,Retaining Walls, March 2005 to June 2007 Moe Davad Olympia,WA /Extensive earthwork/Sub. Olympia,We Pave,Grade $30;473,330 /Est.Dec.2006 509-222-2402 l coordination/Phased work i _ t Page 1 i.. _; PrequaiPProj List Maj Proj wContects 87-07(Rev.7/12) { ICON Materials-Bidder's Experience Listing-Spec.00440 Section 2.1 MAJOR PROJECTS/AIRPORT WORK>$4 million.-1988-2012 INITIAL/ I FINAL OWNERIGENERAL PROJECT NAME/LOCATION/ ENGINEER NAME/ CONTRACT COMPLETION NAME/LOCATION SIMILAR SCOPE OR COMPLEXITY LOCATION CLASS OF WORK AMOUNT DATES-INITIAL/FINAL CONTACT Pierce County Line to Tukwila WA State DOT Stage 4-Paving/Earthwork/ WA State DOT Earthwork,Grade,Pave, Feb.2005 to Feb.2007/ Stanley Eng Olympia,WA Drainage/Sub.Coordination/Phased Olympia,WA Utilities $35,846,819 Est.Feb.2007 253-872-2958 9 work i KCIA Runway 13R/31 L King County W&H Pacific $1,206,000/ Sept.2004 to Sept.2005/ Jody Robinson King County Intl Airport Paving Sub.to Meriino Cons't.- Bothell,WA Asphalt Paving Runway Paving $1,306,5505 Sept.2005 206-762-9125 t Terminal 7 ReDevelopment I Port of Tacoma David Evans&Assoc $10,990,115/ March 2005 to Dec.2005/ Doug Saathof Tacoma,WA Port of Tacoma-Paving/Earthwork, Fife,WA Asphalt Paving $10,333,500 Dec.2005 253-383-9456 Sub.Coordination/Phased work Renton Parking Lots 15,16,17- The Boeing Company Phased work/coordination with Rupert Engineering $1,844,217/ May 2004 to Sept.2004/ William Price Jr. Renton,WA Boeing req'mts./paving Auburn,WA Site Development,Paving $1,848,062 Sept.2004 425-2374519 Port of Bremerton Bremerton Airport Runway CH21VI Hill Grading,Drainage $3,361,970/ Sept.2004 to Oct.2005/ Fred Salisbury , Port Orchard,WA Bremerton,WA-Runway paving Portland,OR Airfield Paving $3,151,406 Oct.2005 360-674-2381 Pierce County Terminal Container&Intermodal Yard Site Demo,Utilities, S Port of Tacoma Moffat and Nichol $45,867,976/ Oct.2003 to Feb.2005/ Brad Erickson Port of Tacoma-Extensive time Electrical,Trackwork, I j Tacoma,WA Seattle,WA $43,203,216 Feb.2005 253-428-8653 r sensitive paving/sitework/sub. Paving,Pedistrian Bridge coordination i °i i. ' Marshall Ave Auto Facility Port of Tacoma Sitts&Hill Earthwork,Grade,Pave $17,000,000/ Dec.2002 to Oct.2004/ Trevor Thomsiey Port of Tacoma-Extensive paving/ Tacoma,WA Tacoma,WA Railroad,Concrete $16,609,177 Oct.2004 253-383-9408 � earthwork/sub.coordination t North Main Substation Michael Mequet Port of Seattle R.W.Beck Earthwork,Grade,Pave, $4,200,000/ June 2003 to Nov.2005/ SeaTac International Airport-Sub. Director of Engr.206- 1 Seattle,WA coordination Seattle,WA Excavation,Bollards $5,067,684 Nov.2005 835-7637 6. The Austin Company Ft.Lewis FY02 MCA Deploy Facility-Demolition& Garry Struthers Assoc. Railroad Ballast,Site $14,671,848/ May 2002 to Nov.2003/ Frank Gonzales I Seattle,WA site work Bellevue,WA Grading,Excavation $14,329,578 Nov.2003 206-674-8332 i i F Page t .. PmquallProi list Mai rho]wcontads 87-07(Rev.7/12) ���N MaD�0o�; Section 00430 Bidder's Qualifications 18. The following is a listing of aIl projects we have undertaken in the last two years that have resulted in partial or final settlement of the contract by arbitration or litigation: Original Total Claims Amount of Name of Client, Contract Arbitrated or Settlement of and Project Amount Litigated Claims NIA i 11. List of Company's major equ*ment to be used in the work: Submit added sheet if- necessary. PLEASE SEE ATTACHED LISTING i k i i i ltnton Municipal Aitpfttt ,6&30-2 TW B''Systonx.9eliabl taition—N0f h'Poition-Reop*UWuot &MrWd.S.Jg a ModifiicafibAs Page 23 Provided to Builders Exchange'of WA,Inc.'For usage Conditions Agreement see www.bwo.,00m-Mways Verify Scale 1m.. - ma, y y ICON Materials (dba of CPM Development Corporation} -- .._...-- — --- ..........- ....._ — ..-.. ....... Major Equipment Detailed List Qty 'I Description Model Model Yr Age Condition �— _.- 4 i3 Axle Pup Trailer OSW 2011 New :Excellent ;Own ._ . ................---- ;. --- --- ----- - -_-__ __-. 7 3 Axle Pup Trailer Peerless (991 20 .Good ,Own -- 4 3 Axle Pup Trailer Reliance ; 2007 4.--:Good----.— !Own ........................._._._.__._...................................._ -_4 3 Axle Pup Trailer Reliance ' 2006 5 Good ;Own ..... ......... 2 ;3 Axle Pup Trailer Reliance 2005 6 Good !Own 3 3 Axle Pup Trailer Sturdyweld 2008 3 .... - - ...... 1 '3 Axle Pup Trailer Sturdyweld 2010 1 Excellent !Own 3 14 Axle Pup Trailer ;Sturdyweld ' 2006 5 ;Good !Own __...... _ ...... ------ - -- - —--- 1 ;Booster w/Pintle Hitch -�iSuperior ; 2010 1 !Excellent Own ........... 1 Detachable Lowboy Trailer Superior 2010 1 !Excellent ;Own _ 6 14 Axle Flowboys Red River 1998 j 13 Good -;Own - _ _._..__.. ........... ____ -- ____ 1 !Bottom Dump ;Trail King ) 1995 � ----16 --^-�---_---------------•�- Good lOwn ------ _ . ....... ......... ........... ..... 1 ;Bottom Dump Trail King 1994 17 Good iOWn -- _ 6.., Bottom Dump - - - Trail King 2007 4 Good Own 2 Side Dumps Trail King 1 2007-_-_� 4 --Good --;Own- ----' -- 1 ;Grove Hyd Crane 40 Ton RT740 �- 1980 31 IGood ';Own __.. -_ _- 1 -;Pettibone Hyd Crane 35 Ton RT35 1 1976 35 !Good ;Own 1 _-!Tymco Sweeper i600BAH 2007 4 Good !Own - 1 !CAT Dozer 1 D9T 1 2012 f New Excellent (Own 1 John Deere Dozers 1650JLG 2005 i 7 Excellent !Own :.. 2 ?CAT Dozers ID6T i 2011 1 New Excellent Lease - 1 - �CATLoader ;9306 ; 1981 30 ;Good Own __._. . ... ............. ...... 1 JJD Loader 1824K 2011 New :Excellent ;Lease 1 IJD Backhoe Landscraper ;210LE 1998 ! 13 IGood (Own !_ - ...... ....... -- 2 ,CAT Off-Hwy Dump Trucks --- 1738 �- 1993 18 IGood (Own --'— -1 SCAT Off-Hwy Dump Trucks 1773B ! 1990 ; 21 IGood y -!Own 1 !CAT Off-Hwy Dump Trucks 1773B 1981 . 30 ;Good !Own 1 ICAT Off-Hwy Dump Trucks - 1... -- 1773E- 2003 _9 -Good (Own 2 CAT Graders 114M 2011 1 New jExcellent ;Own 1 ICATGrader --1140H 1 2004 7 (Excellent Own 1 !CAT Grader 114G 1 1985 ! 26 !Good (Own 1 iRahco Grader !Rahco ( 2004 7 ;Excellent Own - - ........_.._... ._.. - Qty !Description !_Model 1 Model Yr 1 Age ;Condition 1 .1 !CAT Excavator ?385B� 1 2002 9 IGood Own - _ _..---..... -.__..............._..._.._._.__....__..............<.......... --------- --------- -- 1 ;Hitachi Mini Excavator i50ZTS j 2005 6 (Very Good Own __-----_- _ -__ ................. -- - -_ 70 !Maint.&Operation Vehicles (Various i New-161 Excellent ;Own ............ ................. 1 lFreightliner DumpTruck (FLD/TM 1 2005 1 6 ;Good Own 5 !Freightliner Dump Truck IFLD/TM ! 2006 ! 5 'Good 'Own 4 iFreightliner Dump Truck IFLD/TM _ i 2007 _j 4 Good Own �1 IKenworth Dump Truck -- - 178006 i 1997 ! 14 IGood jOwn 1 ;Mack Dump Trucks iRD688S 1998 ! 13 ;Good Own Page 1 Major Items Equipment Detailed List 3.14.11 8 Western Star Dump Trucks 49F/TM 2011 New Excellent 'Own 7 Western Star Tractors 49S/DS 2007 4 Good Own 111.1... --- ._ . .. -- _ _. _._ _ _ _ 2 Western Star Lowboy Tractors ,4900SA 2010 2 Excellent !Own _ ........ 2 International Distributors Bearcat 1995 16 Good 3Own --- ------ - ---- -- - ................. ...... ..: _ _ 1 Roadtec Shuttlebuggy ,SB2500 1999 12 Good !Own 1111_ _ — 1 Road Widener 'Midland 2006 5 ;Very Good Own _ :. - ... _.._. . ......._ 1 CAT Paver 1AP100SE 2012 ( New !Excellent Own -- - -- --- - - __ .-_: __ 1 !CAT Paver 1AP1005D 2008 ( 3 (Excellent iOwn 1 ;CAT Paver jAP555E 2010 i 2 Excellent ;Own _.._._-. ..... ...................... - ---.- 2 ,CAT Grade Rollers ICSS63C 1995 16 lGood !Own _ _ — _ _.. ...... .... ........... ........... 1 Hypac Pneumatic Roller C5606 2001 10 Good Own 1111_ ._--------------- --_..-_ —_— - 1 ;Writgen Milling Machine W1200FT 2001 10 Very Good Own. .___.___.... ..... ............ .._1111. .. .......... —_ 5 ;Truck Scales&(2 Portables) 30 to 150 Ton Excellent Own -- .. 1 Seattle Asphalt Plant G nste I p or `Very Good Own 1 p el/Gencor !Very Good Own . __:.. 1111. 1 Complete Crushing Plant 300-1200 TPH Excellent Own —_ -- — 1 — Cat Excavator 345D 2011 ! New .Excellent Own 1 Cat Excavator 336D ; 2011 I New ;Excellent lOwn 1 Cat Excavator 320D 2011 New Excellent 'Own ` 1 3Cat Loader 2011 New ;Excellent Own 1 t1 �J IL Page 2 Major Items Equipment Detailed List 3.14.11 ,r ' Sm awawoer•vsc cununm CREDIT INFORMATION Name: ICON Materials, (dba of CPM Development Corporation) Legal Entity: CPM Development Corporation Subsidiary of: Oldcastle Materials, Inc. Business Started: Oldcastle Materials, Inc. established 1978 Federal I.D.No.: 91-1272258 Duns No. 02-733-6650 Legal Entity UBI No. 601 006 854 Managers: Dave Gent, Vice President, CPM Development Corporation Tim Davis, Construction Division Manager, ICON Materials Rob Meidinger, Pave&Grade Division Manager, ICON Materials Vanessa Hoang, Accounting Manager, ICON Materials Credit References: N.C. Machinery, PO Box 88786, Seattle,WA 98138 Contact: Credit Department,(Phone)425-251-5861 (Fax)425-251-6287 Seattle Mack Sales&Service, Inc.,PO Box 13902,Des Moines, WA 98198 Contact: Credit Manager, (Phone)253-449-8800, (Fax)253-529-0258 US Oil&Refining Company, PO Box 2255,Tacoma,WA 98401 Contact: Credit Department,(Phone)253-383-1651, (Fax)253-383-9970 Bank References: I For ICON Materials For Oldcastle, Inc. Bank of America Bank of America Lois D. Marshall Larry Schaad,Vice President Atlanta Plaza Bldg 600 Peachtree St NE 1230 Peachtree, Suite 3800 Atlanta, GA 30308-2265 Atlanta, GA 30309 (404)607-5913 (404)249-6915 Terms: Monthly statements are requested. Further credit information may be obtained by writing the Company, attention Vanessa Hoang, Accounting ! Manager, at the address below. ICON Materials(dba of CPM Development Corporation) i Corporate Office 1508 Valentine Ave SE Pacific,WA 98047-2103 206-575-3200 Phone 206-575-3207 Facsimile .. 2�n. k..«�..+,... ..w«.. . x...._,...,�w...iwuw.s -.a..».z,.. ...... __.w... ...,.,<.,,n._ ... __.... ,,.,_W. ,........e,o...w.....» :.,....v�.n....•....w.. Washington State Transportation Building Department of Transportation 310 Maple Park Avenue S.E. j Paula J. Hammond,P.E. P.O.Box 47300 1 Secretary of Transportation Olympia,WA 98504-7300 360-705-7000 April 2, 2012 TTY: 1-800-833-6388 www.wsdot.wa.gov Icon Materials dba CPM Development Corporation Prequalifcation#755000 Mr.David Gent 1508 Valentine Ave SE Pacific WA 98047-2103 Re:Prequalification Bidding Rate Dear Mr.David Gent: The recent information submitted by your firm is sufficient to fulfill the requirements for qualification under the provisions of RCW 47.28.070. This qualification, for a period X11` expiring March 31,2013, allows your firm to bid on our projects in the amount, class, and type of work as listed below: CLASS DESCRIPTION AMOUNT 1 Clearing, Grubbing, Grading and Drainage $43,250,000 2 Production and Placement of Crushed Materials $10,000,000 i 4 Asphalt Concrete Paving $15,000,000 li 34 Erosion Control $11,000,000 SWR Small Works Roster Participant �a The amount shown for each class, is the maximum value within a class of work that is �jused to determine your firm's eligibility to receive a bid proposal document for a single ro P ject. The rating you have received above is subject to review at any time and is conditioned upon a satisfactory performance record on present and future contracts you may have with this Department. In accordance with Section 1-02.1 of the Standard Specifications, the amount of your bid plus the amount of outstanding work with the state as a prime contractor cannot exceed $262,500,000. Section 00440 Bid Bond Form BID BOND FORM Herewith find deposi t in the form of a certified check,cashier's check,cash,or bid bond is the amount of $501a of Amount Bid which amount is not less - ent of Abe r to �•-'' .f�aWre Know All Men by-Mese Presents: k That we ICON Materials(dba of CPM Development Corporation) as Principal, and Fidelity&Deposit Co.of Maryland as gurety;are•held and fh7Wy bbgnd"oath the City of Renton,as f Obligee,in the penal sum of Five Percent of Amount Bid Dollars,for tht-payment of i which the Pdndpd find-the Surety bind themselves;theirle its,exeecutars,administrators,,successors and assigns,jointly and severally.by these preseafs; i The condition of this obligation is such that if the Obligee shall mslce.any award to.tbe-Princip:l for Taxiway B System Rehabilitation according to:the.tenets of the proposal.or bid made'h . 'h therefor,andttie FtinciW shall duly make and ether,into a contract with the Obligee in sOOgrdance with the terms.of said.proposal or°bid and award'and sWLgive,bond farthe faitbful perfo+rulaace tbereof,with Suety or Sueed s approved by the Obligee;•or if the Principal shall,:in case of failure-to do so,pay and i, forfeit to the.Oblige'the penal�amount of the deposit•specihed,ul the call for"bids,then.this obligation , .shall be null and void;otherwise it shall be and-remain in full.force and effect and the Surety shall forihwith.payaad forfeit'to.the Obligee,as penally and liquidated damages;the amount of this bond. 2012 SIGI`dM SEATED AND.DATED'TMS 19th DAY OF 3c 2 . ( ICON 1� rials(d o£+CPM�eve ent r t Fideli p&Deposit Co.o ]and Sdifty Attorney-in-Fact .Receimed retam of de{resit in:the sum:of$ 1t f 1 , KtrlA04IVI OW"CID"ial tr?Olt 0 W-1$1 Sot=IkOAM, u—North PortidA gC4!DA9WZfi0A&'.A tfieaSignW..Adodrficatiott`s, Page 25 Section 00440 Bld Bond Form Provided to Widens Exchange of WA;Inc.For usage Conditions Agreement see www.bwm.com-Always Verify Scale Yvl r Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by FRANK E.MARTIN JR.,Vice President,and GERALD F.HALEY,Assistant Secretary,in pursuance of authority granted by Article Vi,Section 2,of the By-Laws of said �y�which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint David GENT,Bruce HARJEHAUSEN,Laurie D. BURY,Rob D. MMIDINGER and Karen RHINEHART,all of Pacific,W is nt and Attorney-in- Fact,to make,execute,seal and deliver,for,and on ' p : any and all bonds and undertakings,Any and all bid bonds i n o CPM Development Corporation), Kent,Washington each 62d. eed 0 and the execution of such bonds or undertakings in pursuance of the as ompany,as fully and amply,to all intents and purposes,as if they had been duly e regularly elected officers of the Company at its office in Baltimore, Md. in their own P r S. ower of attorney revokes that issued on behalf of David GENT,Bruce HARJEHAUSEN,L ARD,Jeffrey D.THOMAS,Susan QUINZEL,James RADICH,Paul D.SALISBURY, dated October 10,2006. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of March, A.D.2012. ATTEST:. FIDELITY AND DEPOSIT COMPANY OF MARYLAND .. •wry v Cl By: v Gerald F.Haley Assistant Secretary Frank E.Martin Jr. Vice President State of Maryland ss: City of Baltimore On this 6th day of March, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,came FRANK E.MARTIN JR.,Vice President,and GERALD F.HALEY,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and they each acknowledged the execution of the same,and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of i the said Corporation. t IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. - t�gatt�nrr� ��i�r< �•iiiit� `t " irr�t ri tttPt,,• Maria D.Adamski Notary Public My Commission Expires: July 8,2015 POA-F 020-8022U ...»a,. mP .s..,<. n..dad.»h•w nmwt",,:«»-.+.... Rzwy.,w-wrvwe.wr ++aub+». 0 w.-...r.m--...en.r— m�'z+-"T £Etd'Xu.s C'-iu�.'lV.x-!<+<*JV 6a..,us._,.,r �{ Section 00445 Combined Affidavit and Certification form:Non-Collusion, Anti-Trust,and Minimum Wage(Non-Federal Aid) CITY OF RENTON ti NON-COLLUSION AFFIDAVIT Being drily sworn,deposes and says,that he is the identical person who submitted the foregoing proposal or bid,and that such bid is genuine and not sham or collusive or made in:the interest or on behalf of any person not therein named,and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid,ouany other person or corporation to refrain from bidding,and that deponent has not in any manner sought by collusion to,secure to himself or to any other person any advantage over other Bidder or Bidders. AND. CER'T'IFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice,overcharges-resulting from,anti-trust'violations are in fact,usually borne by the purchaser-, Thc4for;vendor hereby Assignj.to purchaser.any and all claims for such over- charges as to-goods and-.materiak purchased in connection:with this order or contract,except as to overcharges resulting from and-tnnst violations cQmmenciug after the date of:the bid,quotation,or other event estabhsh*the price.under this order or contract Ira addition,vendor warrants and represents that such of Iris suppliemand subc,ontracto;s shall.assign any acid all such claims to purchaser,subject to ihe.afor'emcni'ioned exceptiod. AND MINIMUM WAGE.AFFIDAVIT FORM L the undersigned,havin0een duly sworn,deposed,say and certify that.in connection with the performance of the work of this project, It will pay each classification of labone4'workman, or mechanic enVloyad in the performanc4 of such work;-not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: I have:-read the above and foregoing statement and cetificatr 'know the contents thereof and the substance as set forth therein is truo to iq knowledge and belief: FUR: NON COLLUSION AFIDAVff ASSIGNTVJINT OF ANTI-TRUST CLAIM TO PURCHASER AND MINIMUM WAGE AFF WAVTT Taxiway B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications 4 ICON Materials N'ame;hf Project (dba a1CPM Devehpwl Corp.) of BiddWa Futu S*atumofAuthorkeitRepresentative of°Bidder Subs 1\ �y1e.M'tbis 19th ,day.or July 20'12 r,Z Notat7PabTic'"in-and`fortheState`4Was>iidgton. ) 51 N wavy i vy O S Nulty(PiFintj Ellen Roth 9j!�,,��6.29•'1�` C�.: 'lv�.. [eX Tess '6-29-2016 Reott 1Vhtn}iC ail ��������` . _ 004!45-1. TRr B Systetti Rehabitpn-Not#h Poriion ReGOnsauchoa:&Airfield Signage Modifications Page 26 Section 00445 Combined Affidavit and Certification Form:Non-Collusion,Antl Trust,and Kinimum Wage(Non-Federel Aid) -PrOWded In Builders Exchange of4M lnceFor usage Conditions Aareernent see www.bvwa.com-Always Verity Scale ICON Materials Section 00450 (dbaOICPM DWORM -) Certification of Nonsegregated Facilities The Federally assisted construction contractor certifies that segregated facilities are not maintained at any establishments,and that employees are not permitted to perform services at any location,under the contractor's 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 louse in this contract. As used in this cectifiication,'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 and dressing areas,parking lots,drinking,fountains,recreation bt entertainment areas,,.transportation,and housing fhcilides"provided for employees which are segregated_by explicit directive or are in fact segregated on the basis of race,color,religion,sex,or nadbtW origin,bemuse of habit,local Custom,or any"other reason. The federally assisted constinuctloni contractor agrees tba.(except where obtained identical card icadort from.proposed subcontractors for specific.time periods)he/she will obtain identical certi5cetions from proposed subcontr ors prior-to the award of subcontracts exoeedl'ung$10,000 which are milt elrempt hum the provisions of the Equal OppQUtudity clause,and that he/she will retain such certifications the tiles. Certification-The information above is true and complete to the best of my;knowledge and belief. David Gent General Manager d�a �- �T&k..of ftner(Please `~" July 19,2012 Sigaarure Date NOTE: The penalty form. aking false st cm— nts in offers is prescribed-in 1-8 U.S.C. 1001. i I i 1 Renton Munici}igl Auport 00450-1 I W b*Mm RtehtabilitaticM–Not th Pord(m lat:omtructioq=4 Airfield 9i" Alb0padoft Page 27 Section 00450 Certification of Nonsegregated Facilities Provided to Builders Ey change of WA;Inc:For usage Conditions Agreement see www.bxwa.eom-Always Verify Scale ICON Materials Section 00460 ldto of rPM t)evelopmentCorr.. Bidder's Statement on Previous Contracts Subject to EEO Clause The Bidder has Zhas 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 has X has not submitted compliance reports in connection with any such contract as!mquited.by applicable_instructions. If the Bidder tires participated in a previous coinfiract subject to the nondiscrimination clause,and has not submitie&comp1mce.reports as requit-ed by applicable instructions;the Bidder shall submit Standar-d.Form 100 with the bid or ptopoW indicating-current compliance. David Gent General Manager Name and Tu of Signer(PIease Type) July 19,2012 Signature Date I f t ' I i i R-di otn Mania pal Airport, 00460-4 'T9V`B??` Cetik'R ibi italiC�n-N.oXth,P ortibn It i 1+ ifteatitti .. Page 28 Section OD480 Bidder's Statement on Previous Contracts Subject to EEO Clause, Provided to Builders Exchange of-WArinc Far•asageConditions•Agnoement,sw~.bxwa.cdm •Always Verily-Scale Section 00495 Buy American Certificate and Notice to Bidders BUY AMERICAN CERTIFICATE(Jan.1991) By submitting a bid/proposal under this solicitation,except for those items listed by the offeror below or.on a separate,and clearly ideutiFied attachment to Phis-bid/proposai;the offeror certifies that,steel and each manufacturd product is produced in the United States(as-defined in the: t)ause Buy American:Steel and Manufactured Products or Buy American-Steel and Manufactured Products for'Construction Contracts)and that.components of uriknoWn origin are considered to.have been produced or manufactured outside the United States. Offerors may obtain front City of Renton lifts of articles,materials,,and supplies excepted from this provision. PRODUCTS f COUNTRY OF ORIGIN A i ICON Materials Corp.) (dla ofCPM DW h(ariie of Bi By Dav 6456nt TI General Manager, Rerifont Municigai Akpori 00495-1 1 $ is1 lil li a 8bilitat�tt5i.�North Cop RM-0- tiri�4i -d`i Airfieid+S� o.Mad 1 b9 Page 30 Section 00495 Buy American Certificate and Notice to Bidders P to Builapm Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa eom-Always Verify Scale -7 _N....... .. Section 00495 ICON w1medels Buy American Certificate and (ft of CPM� °t Corp' Notice to Bidders NOTICE TO B mDERS BUY AMERICAN-STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) 71te Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvernent Program. The ' following terms apply;; 1 L Steel and manufactured products. As.used to this clause,.stoel and manufactured. products include`(1)steel produced-In the United States or(2)a manufactured product.produced in the LTalted SCate$,if the cost of its components mined, produced or.manufactured-in-.the.United States exceeds 6d pergont of the cost of all its components and final assembly has taken place in the United,States. Components of foreign origin of the same class or kind as the products•reforred to in subparagraphs(b)(1)or(2)shall be treated as domestic. 2. Components. As used in this clause,components means those articles;materials, and supplies incorporated directly into-steel and manufactured products. 3. Cost of Compbnents. This meansthe.costs for produc:tion,of the components, exclusive.offinal assembly labor costs. (b) The successf&bidder will be required to assure that only domestic steel and manufactured pm&ct&wiftbe'uU d by'tlfe Coittracto%::subcotitracto s,materialmm and suppliers in the performance.of this contract,except those, L that the:U:S.ITepattinent of Trauspottation has determined;wtdet:the Aviation Safety-oad C apa. ty Expansion Am of 1.99 ,ammor., a ucedut the United States . to sti Ici4'tit anti.teasonably available'gnantthes ap4;f n 6wwfacry qq ty; 2, t}iattlte:U, ,:Depa�ent of 1'jeaa rtat on;l 5.detmained.under the Aviation SafeCy:and.CapacityE Expansion, that.odhiestic.preftrarice would be- in�tent with ttte-public:inft=t;:w 3., thatinclusidin. do estip: ateri l av ll,ilrcnease4tecost office overall pro�0ct c o�atract liy:more Omd 25'pelt: (13tttt,c�f Clause) Renton Municipal Airport: -0049$-2 TW$Sistene Reliabilitattat►=i�Tdtth Pifrtion i`eonstttic�ityit.,&Airfieldignae.'Moiiifitiot[s Page 31 ' Provided to Builders Exchaige of TWA,Inc.For usage Conditions Agreement sea www.bma.00m-Alwevs Verify Scale CONTRACT FORMS Renton Municipal Airport TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00505 Contract Agreement CONTRACTS OTHER THAN FEEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 7 iA day of&j4,! DOIA by and g between THE CITY OF RENTON Washington, p co a municipal oration of the State of � Washington, hereinafter referred to as "CITY" and ICON Materials (dba of CPM Development Corporation),hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 45 calendar days, plus an additional 14 calendar days for emergency generator installation, from date of commencement hereof as required by the Contract, of which this agreement is a component p art) p erform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment,utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. 001-2012) for improvement by construction and installation of the Taxiway B System Rehabilitation — North Portion Reconstruction & Airfield Signage Modifications project at Renton Municipal Airport. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Bid Proposal c) Specifications d) Maps and Plans e) Bid f) Advertisement for Bids g) Special Provisions h) Technical Specifications Renton Municipal Airport 00505-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications i 'I �I Section 00505 Contract Agreement 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension iri'writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder,including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention,process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and(b)the City, Renton Municipal Airport 00505-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00505 Contract Agreement its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 45 calendar days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum per Section 00801, Special Provisions, 1.14 Failure to Complete Work on Time — Liquidated Damages, as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work,unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the Renton Municipal Airport 00505-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00505 Contract Agreement V cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of$2,364,463.61 numbers Two Million Three Hundred Sixty-Four Thousand Four Hundred Sixty--Three and 61/100 Dollars written words including Washington State Sales Tax, for the Basic Bid and Additive Bid. Payments will be made to Contractor as specified in the"Special Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE Renton Municipal Airport 00505-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00505 Contract Agreement FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. 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 NTON res' ent/Partner/O ner Mayo Denis E--aw ATTEST I � Se etary Bonnie I . Walton, r Ci 'Ce k F ON Materials 4 � . (dba of CP,Devetopmerd Corp.) dba .y —r,. v i Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in Renton Municipal Airport 00505-5 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00505 Contract Agreement Attention: If business is a CORPORATION, name of the corporation should be listed in full and both 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 business is a PARTNERSHIP, 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 business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. Renton Municipal Airport 00505-6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications p o City of Section 00510 Fair Practices Policy CITY OF RENTON Affidavit of Compliance FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ICON Materials (dba of CPM Development Corp.) hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name DAVID GENT LIP Print Agent/Repr entative's Title nt/Representative's Signature lid' Date Si ned Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. Section 00560 Progress Payment Retention In accordance with RCW 60.28.010, the undersigned elects that, during the life of the Contract, the money withheld from Contract progress payments be retained in the financial institution indicated below. Failure to indicate a choice shall be construed as approval of Item A. I A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until thirty(30) days following final acceptance of the Work. a Date 1z ?- Signed 1V e DAVID GENT B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the Work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this Contract from time to time as such retained percentage accrues. I hereby designate as the repository for the escrow of said funds. I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Prior to the Owner investing any fund in an escrow account, the Contractor shall obtain a letter from the repositor on their letterhead stating their acceptance of the account, the account number and a statement that they will not release any funds until authorized in writing by the Owner. Date Signed Renton Municipal Airport 00560-1 TW B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications Section 00580 Buy American Certificate BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal,the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American- Steel and Manufactured Products or Buy American- Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors,materialmen, and suppliers in the performance of this contract, as defined in(b)below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1)those produced in the United States or(2) a manufactured product produced in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. PRODUCT COUNTRY OF ORIGIN Offerors may obtain from the City of Renton lists of articles, materials, and supplies excepted from this provision. ❑ Exhibit A to this certificate is completed and approved to waive this requirement. ❑ The product listed above appears on the Nationwide Buy American Conformance List, and no waiver is required. ICON Matedals Company dba of CPM Develor-In+CorP.} Title /� ( RIC By / Date_ �� Z (authorized signature) TO BE INCLUDED INALL CONTRACTS AND SUBCONTRACTS Renton Municipal Airport 00580-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00580 Buy American Certificate Exhibit A (Request for Waiver of Buy American Requirement) Airport Sponsor City of Renton Official Representative Ryan Zulauf,Airport Manager Project Name Taxiway B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications Indicate reason(s)for waiver request. Supporting documentation must be provided for each reason indicated. A. Applying the provision is not in the public interest. This is reserved for significant public interest determinations. B. The steel or manufactured good is not available in sufficient quantity or satisfactory quality in the United States. C. For AIP grant-funded projects other than ground transportation demonstration projects: —the cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment; and —final assembly of the facility or equipment has occurred in the United States. D. Applying this provision would increase the cost of the overall project by more than 25 percent. Company Authorized Signature I hereby request a waiver of the Buy American requirements for the reason(s)indicated above. All documentation provided in support of this request is true and complete to the best of my knowledge. Date • • USE ONLY BELOW Waiver requests based on Criteria A or B above require,approval by Headquarters ADO Recommendation ❑Recommended ❑Not recommended ADO Manager Signature Date RO Recommendation ❑Recommended ❑Not recommended 610 Branch Manager Signature Date ADO Manager or block-grant state may approve waivers based on Criteria C or D above Waiver Determination ❑Approved ❑Denied ❑Further information required ADO Manager Signature Date Renton Municipal Airport 00580-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00590 NON TRAFFICKING CERTIFICATION Trafficking in persons as described in FAA Order 5100-38 and Section 00802 of this Contract states: Provisions applicable to a recipient that is a private entity. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not Engage in severe forms of trafficking in persons during the period of time that the award is in effect; Procure a commercial sex act during the period of time that the award is in effect; or Use forced labor in the performance of the award or subawards under the award. Certification: I, bein l�/: �P�ey� 9!. (title) of V company), hereby certify that the information as stated above is true and complete to the hess, of my knowledge and belief and the a ve mentio ed stat ment it b pro id din writing to all subcontractors hired for the j ect. By Authorized Signature Printed Name DAVID GENT Date Include with all Contracts and Subcontracts Renton Municipal Airport 00590-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications BOND NO.09094847 Section 00610 'j RENTON BOND TO THE CITY O Bond to the City of Renton OF KNOW ALL MEN BY THESE PRESENTS: 1 That we, the undersigned ICON Materials.(dba of CPM Development Corporation) as principal,and 1 FIDELITY AND DEPOSIT COMPANY OF MARYLAND corporation organized and existing under the laws of {� the State of MARYLAND as a surety corporation,and qualified under the laws of the 1 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 in the penal sum of Two Million Three Hundred Sixty-Four Thousand Four Hundred Sixty-Three and 61/100 Dollars ($2,364,463.61) for the payment of which sum on demand we bind ourselves and our successors, heirs,administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. p. SALT LAKE CITY,UT& Dated at PACIFIC ,Washington,this 24TH .day of SEPTEMBER ,2012. Nevertheless,the conditions of the above obligation are such that: i WHEREAS, under and pursuant to Public Works Construction Contract CAG-12-091 providing for construction of the Taxiway B System Rehabilitation — North Portion Reconstruction and Airfield Signage Modifications at Renton Municipal Airport project, (project name) i the principal is required to furnish a bond for the faithful performance of the contract;and �I WHEREAS, 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; Ii NOW,THEREFORE;if the principal shall faithfully perform all of the provisions of said contract in � I the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal,or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under Ithe contract within a period of one year after its acceptance thereof by the City of.Renton,then and in �I that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. ICON Materials(dba of CPM Development I Corporation) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Principe° Surety -� I' S' tore General Manager TIN FACT Title Title I Renton Municipal Airport 00610-1 I TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications � IIll' EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE i I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. " This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. ; RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of O May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. 1 1� reproduced seal of the company an and facsimile or mechanically reproduced signature RESOLVED: "That the facsimile or mechanically ep P Y of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a j certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. ` ji IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, 1 this24THday of SEPTEMBER 20 12. 'Q OtI psi G�SNSU��� C L Isom James M.Carroll,Vice President II_) I.I i I� Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU TNC•CERTIFICATE HOLDER,TH14 CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND EXTEND OR ALTERTHE COVERAGEAFFORDED BY THE POLICIES LISTED BELOW.POLICY LIMITS ARE NO LESS THAN THOSE LISTED ALTHOUGH POLICIES MAY lNcLUQFAWN0K1 SUBLIMLTZIMITS LIS I i This IS to Certify that ICON Materials � ���� (dba of CPM+Development Corporation) NAME AND "� I f 1508 Valentine Ave SE ADDRESS INSURED L Pacific WA 98047 a' utume is,at the itsve dace of1his caffmat5 i amed by the Company under the pofic)ftes)listed below.The insurance sMrdc! by the Ii W oolicy(cs)�s subject to an their tettts,exelasions and Conditions and is not altered by say regaaemwt aim or coaMdon ofany confirm or otherdocument with respect to which this a a maybe isastd. EXP DATE TYPE OF POLICY [3 uous POLICY NUMBER LIMIT OF LIABILITY I ®POLICYTERM WORKERS WA7-C8D-004095-022 COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY 9/1/2013 LAW OFTHE FOLLOWING STATES: COMPENSATION WC7-C81-004095-012 ALL STATES EXCLUDING g,�,y my by A,x;�r MONOPOLISTIC STATES NY& 'I 0 000 WA Bomy lwwy By Dluase WI 1000 000 Bodfly]*w 8y Di-mm $1,000.0 COMMERCIAL TB2-CB1-004095-112 Assam GENERAL LIABILITY 9/1/2013 $3_,00_0,000 1Z OCCURRENCE Products/Completed Operations Aggregate S3 000 000 l 10 CLAIMS MADE Each Ocamotae i I ; RETRO DATE Pes'sond&Advertising Injury 000 PrrPetram/Otglmira6oa DAMAGE$100,000 PROJECT AGGREGATE IJ AUTOMOBELEAOCid00` °�e Y 9/1/2013 AS2-C81-004095-122 $ 000 OOO B.I.And P.D.Combined 1 �q Each peso M OWNED 1 ®NON.OWNED BmhAceidmtorOv;mvc e 1117 M HIRED iderttaOccrossatce Each Ax f MtieR Aub1QM p Ded$10,0WIC011 Oed$10,000 SIR$250.000 ' EXCESS WORKERS' 911/2012 EW7-68N4XNO95-342 EXCESS WC$250,000,000 COMPENSATION& 911=3 (INCLUDES WA STOP GAP) EMPLOYERS'LIABILITY EISM,ODD ABDITIONALCOmmENTS RE: AIP#3-53-0055-023 CAG 12- axiway B System Rehabilitation North Portion Reconstruction and Airfield§ignage Modifications. City of Renton and Reid Middleton,Inc are Primary Non-Contributory Additional Insured. Per Written Agreement. Iftheauti6cate expiration date is cottimtma or ad turn,you will be ua#UW ifooveaage is tenmioated or redrced befaae the oetuGcam a cghation date. ' i 'I NOTICE OF CANCELLATION:(NOTAPPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BBtAW. I PrIS t aoceMnt�p s y BEFORE 7UE STATED EXPIRATION DATE THE CObIPANY wrli NOT coat GR RFAUCE TIffi 1 I INSURANCE AFFORDED UNDER THEABOVEPOLICIESUNIYLATLEAS1 45 DAYS NOTICE I OF SUCH CANCELLATION HAS BEEN MAILED M. II ' fCity of Renton L Judith Balazentis 8 Attn:Jonathan Wilson,Project Manager Wg AurxoRrlEDREPRESENTATIVE 12 FedoralftetiL Ste.310• I` 1055 South Grady Way P3Qsburgtt PA 15212-5706 412-231-1331 9.724-2012 LRenton,WA 98057 J512309CE PRONE DAM ISSUM 1 This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is worded by those Companies NM 772 07-10•- LD1COI 268896 02 11 .......................................................__......._.__................. ----....................._........,........,_..............,...........------ --..:....._.............._........_.._.__... _.__..__...__... THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name of Person(s)or Organizations(s): "Any person or organization for which such coverage is required by written contract with the Named Insured." RE: Taxiway B Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications Project#001-2012 AIP No.3-53-0055-023 Each person or organization shown in the Schedule is an"insured"for Liability Coverage,but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to Section IV B.5 Other Insurance: e.If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations,and the agreement was executed prior to the"bodily injury"or"property damage",then this insurance will be primary and we will not seek contribution from such insurance. Policy No: AS2-C81-004095-122 Issued By: Liberty Mutual Fire Insurance Company Effective Date: 09/01/2012 Expiration Date: 09/01/2013 Sales Office: Pgh,PA Endt Serial No: Includes copyrighted material of Insurance Services Office, Inc., with it permission Copyright, Insurance Services Office, Inc.,2006 AX 12 34 03 06 Page 1 of 1 CONDITIONS OF CONTRACT Renton Municipal Airport TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) . Section 00710 FAA General Provisions Contents Section 10 DEFINITION OF TERMS(10-01 THROUGH 10-49), 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 Advertisement(Notice to Bidders) 20-02 Prequalification of Bidders 20-03 Contents of Proposal Forms 20-04 Issuance of Proposal Forms 20-05 Interpretation of Estimated Proposal Quantities 20-06 Examination of Plans, Specifications, and Site 20-07 Preparation of Proposal 20-08 Irregular Proposals 20-09 Bid Guarantee 20-10 Delivery of Proposal 20-11 Withdrawal or Revision of Proposals 20-12 Public Opening of Proposals 20-13 Disqualification of Bidders 20-14 Sales Tax 20-15 Interpretation of Contract Documents 30 AWARD AND EXECUTION OF CONTRACT 30-01 Consideration of Proposals 30-02 Award of Contract 30-03 Cancellation of Award 30-04 Return of Proposal Guaranty 30-OS Requirements of Contract Bonds 30-06 Execution of Contract 30-07 Approval of Contract 30-08 Failure to Execute Contract 40 SCOPE OF WORK 40-01 Intent of Contract 40-02 Alteration of Work and Quantities 40-03 Omitted Items 40-04 Extra Work 40-05 Maintenance of Traffic—See Technical Provision A-100 40-06 Removal of Existing Structures 40-07 Rights In and Use of Materials Found in the Work 40-08 Final Cleaning Up 50 CONTROL OF WORK 50-01 Authority of the Engineer 50-02 Conformity With Plans and Specifications 50-03 Coordination of Contract,Plans, and Specifications 50-04 Cooperation of Contractor Renton Municipal Airport 00710-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions 50-05 Cooperation Between Contractors 50-06 Construction Layout and Stakes—See Technical Provision A-110 50-07 Automatically Controlled Equipment 50-08 Authority and Duties of Inspectors 50-09 Inspection of the Work 50-10 Removal of Unacceptable and Unauthorized Work 50-11 Load Restrictions 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work 50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustment and Disputes 50-17 Cost Reduction Incentive 60 CONTROL OF MATERIALS 60-01 Source of Supply and Quality Requirements 60-02 Samples,Tests,and Cited Specifications 60-03 Certification of Compliance 60-04 Plant Inspection 60-05 Engineer's Field Office 60-06 Storage of Materials 60-07 Unacceptable Materials 60-08 Owner Furnished Materials 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 Laws to be Observed 70-02 Permits,Licenses, and Taxes 70-03 Patented Devices,Materials,and Processes 70-04 Restoration of Surfaces Disturbed by Others 70-05 Federal Aid Participation 70-06 Sanitary,Health, and Safety Provisions 70-07 Public Convenience and Safety 70-08 Barricades,Warning Signs,and Hazard Markings—See Technical Provision A-100 70-09 Use of Explosives 70-10 Protection and Restoration of Property and Landscape 70-11 Responsibility for Damage Claims 70-12 Third Party Beneficiary Clause 70-13 Opening Sections of the Work to Traffic 70-14 Contractor's Responsibility for Work 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 70-16 Furnishing Rights-of-Way 70-17 Personal Liability of Public Officials 70-18 No Waiver of Legal Rights 70-19 Environmental Protection 70-20 Archaeological and Historical Findings 80 PROSECUTION AND PROGRESS 80-01 Subletting of Contract 80-02 Notice to Proceed Renton Municipal Airport 00710-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 80-03 Prosecution and Progress 80-04 Limitation of Operations—See Technical Provision A-100 80-05 Character of Workers,Method, and Equipment 80-06 Temporary Suspension of the Work 80-07 Determination and Extension of Contract Time 80-08 Failure to Complete on Time 80-09 Default and Termination of Contract 80-10 Termination for National Emergencies 80-11 Work Area, Storage Area and Sequence of Operations—See Technical Provision A-100 90 MEASUREMENT AND PAYMENT 90-01 Measurement of Quantities 90-02 Scope of Payment 90-03 Compensation for Altered Quantities 90-04 Payment for Omitted Items 90-05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Hand 90-08 Payment of Withheld Funds 90-09 Acceptance and Final Payment 100 CONTRACTOR QUALITY CONTROL PROGRAM—See Technical Provision A-103 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 General 110-02 Method for Computing PWL 120 NUCLEAR GAGES 120-01 Testing 120-02 Verification Testing Renton Municipal Airport 00710-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions II, Intentionally Left Blank Renton Municipal Airport 00710-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD._The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual,partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include,but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. Renton Municipal Airport 00710-5 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions 10-14 CONTRACT ITEM(PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual,partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual,partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed,""required," "permitted," "ordered,""designated,""prescribed,"or words of like import are used, it shall be understood that the direction, requirement,permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Renton Municipal Airport 00710-6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions Engineer approval,permission, review, or acceptance does not relieve the Contractor of liability to meet all requirements of the contract documents. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term"Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term"sponsor" shall have.the same meaning as the term"Owner."Where the term"Owner"is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 PROPOSAL. The written offer of the bidder(when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. Renton Municipal Airport 00710-7 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-41 SPONSOR. See definition above of"Owner." 10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or(2) work that is not within the scope of the originally awarded contract. 10-46 SURETY. The corporation,partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-47 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract,plans, and specifications. 10-49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 Renton Municipal Airport 00710-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 i FAA General Provisions Section 20 Proposal Requirements and Conditions 20-01 ADVERTISEMENT (Notice to Bidders). See Section 00105, Bid Advertisement. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his/her competency to perform the proposed work and satisfactory evidence of his/her financial responsibility. Satisfactory"Evidence of Competency,"unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. As part of this contract, the Owner requires the bidding company to have performed airport construction work of similar nature, magnitude, and complexity within the past 10 years and to provide and employ a project superintendent and an asphalt paving foreman meeting certain qualifications. Required qualifications for the project superintendent, paving foreman, and equipment are outlined in Section 80-05, Character of Workers, Methods, and Equipment. Satisfactory evidence of meeting the qualification requirements in Section 80-05 shall be provided with the bid on the Bidder's Qualifications form (Section 00430). See also the certification statement in Section 00400,Bid Form,Item 3, "Prequalification of Bidders Certification." Satisfactory"Evidence of Financial Responsibility,"unless otherwise specified, shall consist of a statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. At the time of submitting such financial statements or reports, the bidder shall state whether his/her financial responsibility is approximately the same as stated or reported in the documents provided. If the bidder's financial responsibility has changed, the bidder shall state the changes to reflect his/her(bidder's)true financial condition at the time the statement or report is submitted to the Owner. Each bidder shall submit"evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening with the submittal of the proposal. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current"bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Renton Municipal Airport 00710-9 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d.Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal,plans specifications, and contract forms. He shall satisfy himself as to the character, quality,.and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract,plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information,whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the l forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) for which he proposes to do each pay item furnished in the proposal. Renton Municipal Airport 00710-10 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part proposal art of the ro osal 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 f4mish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a bid bond, certified check, or other negotiable instrument in the amount of not less than 5 percent of the bid price submitted. Such proposed guaranty shall be given by the contractor as the bidder's assurance to the Owner that the bidder will enter into a contract, within the time specified, if he is the successful bidder. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail,preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read,publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other Renton Municipal Airport 00710-11 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in"default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. 20-14 SALES TAX. The Washington State sales tax shall be as shown as a separate line item on the bid proposal form. 20-15 INTERPRETATION OF CONTRACT DOCUMENTS. The documents forming the contract are complementary and what is called for by one shall be binding as if it were called for by all. They are intended to include all detail of labor and material reasonably necessary for the proper execution of the work. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications or other documents, he may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery not less than five(5) days prior to the date set for opening bids. Any interpretation of the proposed documents will be made by an addendum duly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of the plans and specifications and each bidder shall acknowledge receipt of each such addendum received in order to have the bid considered. The Owner will not be responsible for any other explanations or interpretations of the proposed documents. END OF SECTION 20 Renton Municipal Airport 00710-12 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications i 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 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. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless " otherwise specified herein. The Contractor must bid the Basic Bids, Additives, and/or Alternates, as applicable, in their entireties. The successful bidder will be determined on the basis of Basic Bid. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. No award shall be made until the FAA has concurred in the Owner's recommendation to make such award and has approved the Owner's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. Renton Municipal Airport 00710-13 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications it 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions 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 such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 49 CFR Part 26 provides that each contract the owner signs with a contractor(and each subcontract the prime contractor signs with a subcontractor) shall include the following assurance: The contractor, sub-recipient 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(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. - 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 1 contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 r Renton Municipal Airport 00710-14 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 40 Scope of Work 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities,provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate ' the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by"Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage r determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. j 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. Renton Municipal Airport 00710-15 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications A 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work."Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement(change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. See Technical Provision A-100. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND .IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered(within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the y Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a.Use such material in another contract item,providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site,upon written approval of the Engineer; or Renton Municipal Airport 00710-16 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications r 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions c.Use such material for his/her own temporary construction on site; or, d.Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a.,b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a.,b., or c.,the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a.,b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract,plans, or specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials,rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and i presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily,unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 4 �r Renton Municipal Airport 00710-17 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) Section 00710 FAA General Provisions ` ,r i Intentionally Left Blank I I I r 11 Renton Municipal Airport 00710-18 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 ' FAA General Provisions Section 50 Control of Work 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions,material requirements, and testing requirements that are specified (including specified tolerances) in the contract,plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order r or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed,or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. The Engineer shall have the authority to reject any and all work that is defective or not in full conformity with the plans and specifications and shall have the authority to suspend such work while being performed. The fact that the Engineer has witnessed such defective or nonconforming work while in progress without halting the operations of the Contractor will not be construed, however, to mean that the Engineer has waived the right to reject such work nor will the Engineer be responsible in any way for the quality of the end product thereby obtained. For the purpose of this subsection, the term"reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract,plans, and Renton Municipal Airport 00710-19 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions ' specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term"reasonably close conformity"is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict ' conformity but will provide a finished product equal to or better than that intended by the requirements of the contract,plans and specifications. The Engineer will not be responsible for the Contractor's means,methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions,plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars;plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one _ copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. Renton Municipal Airport 00710-20 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or f claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall ' perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. See Technical Provision A-110. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs,the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction,provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract,plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. J Renton Municipal Airport 00710-21 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights.of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract,plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the . Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause y unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed.No loads will be permitted on a concrete pavement,base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute i Renton Municipal Airport 00710-22 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING y CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work,the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE.Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract,plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract,plans, or specifications or previously authorized as extra work, he shall notify the Renton Municipal Airport 00710-23 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE.The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. a On projects with original contract amounts in excess of$100,000, the Contractor may submit to , the Engineer, in writing,proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; , c.A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and L The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall Renton Municipal Airport 00710-24 4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions J not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 Renton Municipal Airport 00710-25 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Intentionally Left Blank r Renton Municipal Airport 00710-26 ` TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions Section 60 Control of Materials 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract,plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new(as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases,prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting 1 equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular(AC) 150/5345-53, Airport Lighting Equipment r Certification Program, and Addendum that is in effect on the date of advertisement; and, b.Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 60-02 SAMPLES, TESTS,AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall hire a laboratory and perform all Quality Control and Quality Acceptance testing for Item P-152 Excavation and Embankment and Item P-209 Crushed Aggregate Top r Renton Municipal Airport 00710-27 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Course and Base Course. See respective specification sections for testing requirements of each Item. For Item P-401 Plant Mix Bituminous Pavements, the Contractor shall provide all Quality Control Testing as specified in Section P-401. The Contractor shall develop all mix designs. The cost for all mix designs shall be incidental to the bid item, "Contractor Quality Control/Acceptance Testing." Payment for contractor quality control and acceptance testing listed above shall be paid for under the lump sum bid item"Contractor Quality Control/Acceptance Testing. This lump sum price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. All acceptance sampling and testing for Item P-401, "Plant Mix Bituminous Pavements,"as specified in P-401-5, Material Acceptance, is the responsibility of the Owner and will be performed by the Engineer at no cost to the Contractor. The Contractor shall employ a testing organization to perform all Contractor required tests. The laboratory quality control technicians shall meet the requirements of Technical Provision A-103, A-103-2.2b, Quality Control Technicians. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports,plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use,prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by"brand name or equal" and the Contractor elects to furnish the specified "brand name,"the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, 1 b. Suitability of the material or assembly for the use intended in the contract work. Renton Municipal Airport 00710-28 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Should the Contractor propose to furnish an"or equal"material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract,plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. The building shall be set up at the location designated by the Engineer within the first 10 working days, unless the Engineer has approved a different schedule. The building shall be weather-tight, installed plumb and level, and provided with the following, as a minimum: 1. 400 square feet of floor space 2. Above ground floor 3. Heat, air conditioning, and electricity 4. Electric outlets and lights 5. Telephone and fax machine 6. Adequate windows 7. 12 square feet of shelving 8. Two desks with chairs, 5 feet by 2.5 feet 9. One drafting table, 5 feet by 3 feet 10. Drafting stool 11. Conference table, 4 feet by 8 feet _ 12.Nine chairs 13. Cylinder door lock and six keys Renton Municipal Airport 00710-29 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions ' 14. Sanitary facilities (unless existing facilities are available) 15. Copy machine 16. Water I All equipment, furniture, and computers shall remain operable throughout the duration of the project. Contractor shall maintain and repair the above items within 24 hours of being notified by the Engineer that repairs are required. The building shall remain the property of the Contractor and be removed from the site upon physical completion of the Contract or when designated by the Engineer. This building shall be located conveniently near the construction and shall be separate from any building used by the Contractor. The Contractor shall furnish, install, maintain, and remove the facility, including all costs associated with required utility hookups and disconnects and monthly utility charges for all utilities. The Contractor shall be responsible for payment of the basic monthly telephone charges and local calls only. Any long distance tolls shall be the responsibility of the caller. No direct payment will be made for this building or labor,materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable the Engineer to inspect the workmanship and materials entering into the work. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing)by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract,plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. Renton Municipal Airport 00710-30 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) Section 00710 FAA General Provisions 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein(if any) to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified,the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner-furnished materials. END OF SECTION 60 I i Renton Municipal Airport 00710-31 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions Intentionally Left Blank I Renton Municipal Airport 00710-32 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications r 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 70 Legal Regulations and Responsibility to Public 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES,AND TAXES. The Contractor shall procure all permits and licenses,pay all charges, fees, and taxes; and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS,AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright,he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract,plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United Renton Municipal Airport 00710-33 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code(USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract,plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY,HEALTH,AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary,hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with Technical Provision A-100, Operational Safety on Airports During Construction and shall limit such operations for the convenience and safety of the traveling public as specified in Technical Provision A-100, Operational Safety on Airports During Construction. 70-08 BARRICADES, WARNING SIGNS,AND HAZARD MARKINGS. See Technical Provision A-100, Operational Safety on Airports During Construction. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work,the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. Renton Municipal Airport 00710-34 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or.materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or"private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done,by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person,persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the"Workmen's Compensation Act,"or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suits, actions, or claims for injuries or J damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due,the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such"phasing"of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the Renton Municipal Airport 00710-35 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic ` which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction(See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever,the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. Renton Municipal Airport 00710-36 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: Person to Contact Owner's Emergency Utility Service or Facility (Name, Title, Address, and Phone Contact Phone City of Renton Storm Water Richard Marshall, Maintenance Manager 425-430-7400 3555 NE 2nd Street, Renton, WA 98056 City of Renton Water George Stahl, 425-430-7400 Maintenance Services Supervisor . 3555 NE 2nd Street, Renton, WA 98056 Electrical - Boeing Rob Henderson 425-213-4521 Maintenance/Infrastructure Manager Robert.o.henderson boein .com Electrical (PSE) Luke Neel 253-395-6913 AT&T 425-271-7964 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall,upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion,the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in Renton Municipal Airport 00710-37 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications I� 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or , facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS.The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point-of- Contact seven(7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. C. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point-of-Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables,the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point-of-Contact. I e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point-of-Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have an FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable Renton Municipal Airport 00710-38 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer,his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes,ponds, and reservoirs with fuels, oils,bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building,part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be Renton Municipal Airport 00710-39 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions covered by an appropriate contract modification(change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 Renton Municipal Airport 00710-40 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 80 Prosecution and Progress 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person,by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set b the Engineer in the written notice to proceed, but in an event the Contractor Y g p � Y shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified,the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer,may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. The Contractor shall attend a weekly construction meeting. The purpose of the meeting will be to discuss the previous week's work, work for the next two weeks, construction progress/status, any construction issues, and any other pertinent issues. Construction meetings shall be held more frequently, as needed,to ensure the Contractor is communicating the planned work areas with the airport manager on a day-to-day basis, in order to allow the airport manager at least two weeks to notify airport tenants of when and where the Contractor will be doing work. 80-04 LIMITATION OF OPERATIONS. See Technical Provision A-100. Renton Municipal Airport 00710-41 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 80-05 CHARACTER OF WORKERS,METHODS,AND EQUIPMENT. The Owner(City of Renton) requires, as part of this contract, the Contractor to have a full-time project - superintendent, acceptable to the Owner, managing the project and construction operations at all times. The project superintendent shall be a full-time employee of the Contractor or a consultant engaged by the Contractor. The project superintendent shall have a minimum of 5 years' experience in managing airport and/or highway construction projects of comparable size and scope as this contract. The Contractor shall also have an asphalt paving foreman, acceptable to the Owner, on site full- time during all asphalt paving operations. The asphalt paving foreman shall be a full-time employee of the Contractor, subcontractor, or a consultant engaged by the Contractor. The asphalt paving foreman shall have a minimum of 5 years' experience in managing airport and/or highway asphalt paving construction projects of comparable size and scope as this contract. Both the project superintendent and asphalt paving foreman shall have previous construction experience with FAA-funded and governed projects of a similar nature, magnitude, and complexity within the past 10 years. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract,plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer,be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract,plans, and specifications. Where the project superintendent, asphalt paving foreman, equipment, or labor is found to be unacceptable by the Owner, the Contractor shall replace them with personnel or equipment that are acceptable to the Owner. Replacing personnel and equipment shall be at no additional cost to the Owner. Renton Municipal Airport 00710-42 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications --I 12/2011 AC 150/5370-IOF (NOTICE F-1) Section 00710 FAA General Provisions When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct.No change will be made in basis of payment for the contract items involved or in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown.No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances.No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract,plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: Renton Municipal Airport 00710-43 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1)No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2)The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the-cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays,holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of Renton Municipal Airport 00710-44 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c.When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section)the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. See Section 00801, Special Provisions, Articles 1.13 and 1.14. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a.Fails to begin the work under the contract within the time specified in the"Notice to Proceed,"or b.Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c.Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or Renton Municipal Airport 00710-45 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or E Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started.No claims or loss of anticipated profits shall be considered.' Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor,be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Renton Municipal Airport 00710-46 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. See Technical Provision A-100. END OF SECTION 80 Renton Municipal Airport 00710-47 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) Section 00710 FAA General Provisions Intentionally Left Blank i Renton Municipal Airport 00710-48 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions Section 90 Measurement and Payment 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 sq ft or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits,pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of in. The term"ton"will mean the short ton consisting of 2,000 lb avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer,provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Renton Municipal Airport 00710-49 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 °F or will be corrected to the volume at 60 °F using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum"when used as an item of payment will mean complete payment for the work described in the contract. If no work is performed on the lump sum item, no payment shall be made to the Contractor for that item of work. When a complete structure or structural unit (in effect, "lump sum"work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire,plates,rolled shapes, pipe conduit, etc., and these items are identified by gauge,unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale,but not less than 1 pound. The use of spring balances will not be permitted. Beams, dials,platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Renton Municipal Airport 00710-50 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales"overweighing"(indicating more than correct weight)will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been underweighing(indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made,unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final 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 prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the"basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract,plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned,payment at the original contract price for the accepted quantities of work actually completed and accepted.No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work(order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Renton Municipal Airport 00710-51 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous.No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement.No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1)Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials,prices, and extensions. (4)Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her Renton Municipal Airport 00710-52 TW B System Rehabilitation—North Portion Reconstruction.&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates,prepared by the Engineer, of the value of the work performed and materials complete and in place in accordance with the contract,plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section.No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided(at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95%) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND.Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work,provided that such materials meet the requirements of the contract,plans, and specifications and are delivered to Renton Municipal Airport 00710-53 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a.The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind)to the material so stored or stockpiled. e.The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract,plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a.The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b.The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c.The Contractor shall enter into an escrow agreement satisfactory to the Owner. d.The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section Renton Municipal Airport 00710-54 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 Renton Municipal Airport 00710-55 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Intentionally Left Blank Renton Municipal Airport 00710-56 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 100 Contractor Quality Control Program SEE TECHNICAL PROVISION A-103 Renton Municipal Airport 00710-57 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Intentionally Left Blank Renton Municipal Airport 00710-58 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) 110-01 GENERAL.When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section.All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation(Sn) of the specified number(n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1.All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty(risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the contractor that, in order to consistently offset the contractor's risk for material evaluated,production quality(using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d.Find the sample average (X) for all sublot values within the lot by using the following formula: X=(X1 +X2 +X3 + . . .Xn) /n Where: X= Sample average of all sublot values within a lot xl, x2= Individual sublot values Renton Municipal Airport 00710-59 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions n=Number of sublots e. Find the sample standard deviation(Sn)by use of the following formula: S. = [(di2+d22+d32 + . . Ant)/(n-1)]U2 Where: Sn = Sample standard deviation of the number of sublot values in the set dl, d2 =Deviations of the individual sublot values xI, x2, ... from the average value X that is: dl = (xi -X), d2 =(x2 - X) ... do =(xn -X) n=Number of sublots L For single sided specification limits (that is, 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 (that is, L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL= (X- L)/ Sn AND QU = (U -X)/ Sn Where: L and U= specification lower and upper tolerance limits Estimate the percentage of material between the lower(L) and upper(U) tolerance limits (PWL)by entering Table 1 separately with QL and QU, using the column appropriate to the total number(n) of measurements, and determining the percent of material above PL and percent of material below PU for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or PU. Determine the PWL by use of the following formula: PWL= (PU +PL) - 100 Where:PL =percent within lower specification limit PU =percent within upper specification limit Renton Municipal Airport 00710-60 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 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 ercent density Y 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)]12 Sn = [(1.82+0.16 + 1.82 +0.16)/3]12 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. 1 +x +x X= (XI( 2 3 . . .n)/n X=(5.00+3.74 +2.30+3.25) /4 X= 3.57 percent Renton Municipal Airport 00710-61 TW B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions 3. Calculate the standard deviation Sn for the lot. S. = [((3.57 - 5.00)2+(3.57 - 3.74)2 +(3.57 - 2.30)2+(3.57 -3.25)2)/(4- 1)]112 S„ = [(2.04+0.03 + 1.62 +0.10 )/3]1iz S„ = 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)/ S„ QU = (5.00 - 3.57)/ 1.12 QU = 1.2702 7. Determine PU by entering Table 1 with QU = 1.29 and n=4. PU = 93 8. Calculate Air Voids PWL PWL= (PL +PU) - 100 PWL= (97 + 93) - 100= 90 Renton Municipal Airport 00710-62 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions EXAMPLE OF OUTLIER CALCULATION(REFERENCE ASTM E 178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 =99.30 A-4=98.35 A-2 =97.55 A-1 =96.60 2.Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463. 3.Use average density, standard deviation, and test criterion value to evaluate density measurements. a.For measurements greater than the average: If(measurement- average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if(99.30 - 97.95 )/ 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b.For measurements less than the average: If(average- measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if( 97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. NOTE: In this example, a measurement would be considered an outlier if the density were: Greater than(97.95 + 1.463 x 1.15)=99.63 percent OR less than(97.95 - 1.463 x 1.15)=96.27 percent. Renton Municipal Airport 00710-63 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) Section 00710 FAA General Provisions Table 1.Table for Estimating Percent of Lot Within Limits(PWL) Percent Within Positive Values of Q(QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 1 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 1 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 1 0.0272 1 0.0267 0.0264 0.0262 0.0260 50 1 0.0000 0.0000 0.0000 1 0.0000 1 0.0000 0.0000 0.0000 0.0000 Renton Municipal Airport 00710-64 TW B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 1`50/5370-10F (NOTICE F-1) Section 00710 FAA General Provisions Percent Within Negative Values of Q(QL and QU) Limits n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 (PL and PU) 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 1 -0.1125 -0.1090 -0.1070 -0.1057 1 -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 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 1 -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 END OF SECTION 110 Renton Municipal Airport 00710-65 TW B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Intentionally Left Blank Renton Municipal Airport 00710-66 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Section 00710 FAA General Provisions Section 120 Nuclear Gauges 120-01 TESTING.When the specifications provide for nuclear gauge acceptance testing of material for Items P-152 and P-209, the testing shall be performed in accordance with this section. At each sampling location,the field density shall be determined in accordance with ASTM D 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM D 6938. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards. When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular daily intervals. The material shall be accepted on a lot basis. Each Lot shall be divided into eight(8) sublots when ASTM D 6938 is used. 120-02 VERIFICATION TESTING. (For Item P-152 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of, (1) compacting the material and determining the dry density and moisture-density in accordance with ASTM D 698, and(2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a"one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 698. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 Renton Municipal Airport 00710-67 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications I AC 150/5370-1OF (NOTICE F-1 12/2011 (N ) Section 00710 FAA General Provisions i I Intentionally Left Blank i I Renton Municipal Airport 00710-68 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications I I Section 00801 Special Provisions Table of Contents 1.01 STANDARD SPECIFICATIONS APPLICABLE TO CONTRACT.......................................................3 1.02 CONFLICTING CONDITIONS..................................................................................................................3 1.03 COMPENSATION INSURANCE...............................................................................................................3 1.04 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE........................................................4 1.05 GUARANTEE...............................................................................................................................................5 1.06 MAINTENANCE OF TRAFFIC-SEE TECHNICAL PROVISION A-100..........................................5 1.07 CONSTRUCTION SURVEY CONTROL-SEE TECHNICAL PROVISION A-110...........................5 1.08 DISTRIBUTION OF EXECUTED CONTRACTS....................................................................................5 1.09 MEASUREMENT AND PAYMENT..........................................................................................................6 1.10 ACCEPTANCE OF CONSTRUCTION.....................................................................................................6 1.11 RADIO COMMUNICATIONS....................................................................................................................6 1.12 WORK SCHEDULE.....................................................................................................................................6 1.13 TIME FOR COMPLETION........................................................................................................................6 1.14 FAILURE TO COMPLETE WORK ON TIME-LIQUIDATED DAMAGES...........1.........................7 1.15 PERMITS,SURVEYS AND COMPLIANCE WITH LAWS...................................................................7 1.16 ENVIRONMENTAL PROTECTION.........................................................................................................8 1.17 HAUL ROADS..............................................................................................................................................8 1.18 EXISTING RUNWAY AND TAXIWAY LIGHTS....................................................................................9 1.19 UTILITIES....................................................................................................................................................9 1.20 SPECIAL PROVISIONS FOR PROTECTION OF CABLES,NAVAIDS AND FACILITIES............9 1.21 NOTICE OF NONDISCRIMINATION IN EMPLOYMENT(SF-38 FORMS)...................................10 1.22 NON-COLLUSION AFFIDAVIT..............................................................................................................10 1.23 RETAINAGE...............................................................................................................................................10 1.24 WAGE RATES............................................................................................................................................10 1.25 PROJECT MANUAL DOCUMENTS......................................................................................................11 1.26 ADDITIONAL INFORMATION AVAILABLE FOR BIDDERS..........................................................11 1.27 TERMINATION FOR DEFAULT............................................................................................................11 1.28 COMPLIANCE WITH STATE OF WASHINGTON LAWS................................................................13 1.29 PROPOSED SUBCONTRACTORS(SECTION 00420).........................................................................13 1.30 FAA ADVISORY CIRCULARS................................................................................................................14 Renton Municipal Airport 00801-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00801 Special Provisions Intentionally Left Blank 0 Renton Municipal Airport 00801-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions 1.01 Standard Specifications Applicable to Contract The FAA General Provisions, Special Provisions, FAA Special Provisions, and Technical Provisions are hereby made a part of this Contract. i Where the Washington State Department of Transportation, Standard Specifications and Standard Drawings for Road, Bridge and Municipal Construction, current edition, hereinafter referred to as "Washington State Specifications and Washington State Standards," are referenced in the subsequent Technical Provisions, only that section and any amendments thereto made in the Technical Provisions shall become and be incorporated as a part of this Contract. The Contractor, by execution of this Contract, certifies that he/she has a copy of the current Standard Specifications, is thoroughly familiar with the contents and requirements of these documents, and will abide by them. Divisions 2 through 9 of the Standard Specifications are further amended by the following: A. The Owner of this project is the City of Renton. All references in the specifications to the Washington State Department of Transportation shall be understood to refer to and mean the Owner. B. The Engineer referenced in these specifications is Reid Middleton, Inc., as employed by the Owner to prepare the Drawings and Project Manual and provide technical assistance for this project. 1.02 Conflicting Conditions In case of discrepancies, special provisions shall govern over technical provisions and drawings, and technical provisions shall govern over standard specifications. On the plans or drawings, figure dimensions shall govern over scaled dimensions. In case of any ambiguity over interpretation of the provisions of the Contract, the decision of the Engineer shall be followed. 1.03 Compensation Insurance The Contractor shall take out and maintain during the life of this Contract Worker's Compensation Insurance for all of its employees at the site of the project; and, in case any work is sublet, the Contractor shall require the subcontractors similarly to provide Worker's Compensation Insurance for all the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the project is not protected under Worker's Compensation statutes, the Contractor shall provide and cause each subcontractor to provide compensation insurance with a private company in an amount equivalent to that provided by the Worker's Compensation statute for the protection of its employees not otherwise protected. Renton Municipal Airport 00801-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions State: Statutory Federal (including Longshoreman's): Statutory 1.04 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force during the term of the Contract,public liability and property damage insurance in companies and in form to be approved by the Owner. Said insurance shall provide coverage to the Contractor and subcontractor performing Work provided by this Contract, the Engineer, and the Owner. The Owner and Reid Middleton, Inc., shall be named as additional insureds on said policy insofar as the Work and obligations performed under the Contract are concerned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages that may arise from any act or omission of the Contractor or the subcontractor or by anyone directly or indirectly employed by either of them. The City of Renton requires the industry standards: • $1,0001)000 Commercial General Liability, with$2,000,000 in the aggregate • $1,0009000 Auto Liability(Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite.) • $1,0009000 Excess Liability(if required in contract; can be in tandem with CGL) • Proof of Workers' Compensation coverage(provide the number) • $1,000,000 Professional Liability(if required in contract) The following persons or entities shall be identified as insureds or additional insureds under the required liability policies. Name the City of Renton as a Primary and Non- contributory Additional Insured on the policy. Due to a statement found at the upper right of the ACORD form,please provide the endorsement pages from the policies, evidencing Primary and Non-contributory coverage. 1. City of Renton 1055 South Grady Way Renton, WA 98057 2. Reid Middleton, Inc. 728 134th Street SW, Suite 200 Everett, WA 98204 Put descriptive text of the project in the"Description of Operations"box. The certificate holder should read: City of Renton ATTN: (enter your City contact's name and department here) 1055 South Grady Way Renton, WA 98057 Renton Municipal Airport 00801-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00801 Special Provisions Modify the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." 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. 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. 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. Property insurance shall be provided by the Owner to the full insurable value of the Work and in accordance with Section 00710, FAA General Provisions. A copy of the insurance policy or a certificate of insurance, as required by the Owner, together with a copy of the endorsement naming the Owner and additional insureds shall be provided to the Owner and Reid Middleton. 1.05 Guarantee All Work shall be guaranteed by the Contractor against defects resulting from the use of inferior, defective materials, equipment, or workmanship for one year from the date of final acceptance of the Contract. 1.06 Maintenance of Traffic—See Technical Provision A-100. 1.07 Construction Survey Control—See Technical Provision A-110. 1.08 Distribution of Executed Contracts Each Contract shall be executed in four original counterparts and no more, and there shall be executed original counterparts of the Contractor's performance and payment bonds in equal number to the executed original counterparts of the Contract. One copy of such executed documents will be retained by the Owner, one copy will be delivered to the Contractor, one copy will be delivered to the Engineer, and one copy will be delivered to FAA. The cost of executing the bonds, Contract, and insurance, including all notarial fees and incidental expenses, shall be paid by the Contractor to whom the Contract is awarded. Renton Municipal Airport 00801-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions 1.09 Measurement and Payment Measurement and payment will be for items listed in the bid form only or as modified herein. All other items required for the Work shall be considered incidental to the construction. Payment will be made to the Contractor on a once-monthly basis for work completed through the end of each month. 1.10 Acceptance of Construction A notification of Project Completion will be issued to the Contractor,upon satisfactory completion of the project. The guaranty period, as indicated in this Project Manual, shall begin on the date of the notice. 1.11 Radio Communications Section 70-07 shall be amended as follows: Radio communication is required between the Contractor's representative, the Air Traffic Control Tower(ATCT), and airport operations personnel when operating within airport operation areas as described in the CSPP. The Contractor shall supply one hand-held aviation radio for tower communication, Icom, Model ICA3, or approved substitute, and one airport communication radio, Motorola, Model HT10-00 16 channel UHF radio, or approved substitute. The cost for such radios will not be paid for directly but is incidental to other bid items. 1.12 Work Schedule Section 80-03 shall be amended as follows: Within five days after the award of Contract, the Contractor shall file with the Engineer a time chart or schedule of proposed progress, a plan of construction, and the proposed detailed method of carrying on the Work, including a full statement of equipment and equipment layout for the job. 1.13 Time for Completion In compliance with Section 80-07, the following shall be considered part of the Contract: The Contractor agrees to complete the Work of the Contract, except the emergency generator, within 45 calendar days of the Notice to Proceed. Anticipated lead time for the emergency generator is 10 to 12 weeks. The Contractor shall document and notify the Engineer when the emergency generator is ordered and provide an anticipated delivery date. When the emergency generator has been delivered, the Contractor shall coordinate with the Engineer and Owner to agree on a beginning date for construction. The emergency generator shall be installed, completed, and operational within 14 calendar days of Renton Municipal Airport 00801-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions the beginning of emergency generator installation. 1.14 Failure to Complete Work on Time-Liquidated Damages In compliance with Section 80-08,the following shall be considered part of the Contract: In the event the Contractor fails to complete the Work hereunder within the minimum time fixed in these specifications plus the total of any authorized extensions, a sum of$5,000 per day for liquidated damages shall be deducted from monies otherwise due or to become due the Contractor under this Contract. Phase Liquidated Allowed Damages Cost Construction Time 1 —TW B Boeing Ramp to $5,000 per day 17 calendar days Mid Tie-Down Ram 2—TW B Mid Tie-Down Ramp $5,000 per day 14 calendar days to north of Hangar 749A 3 —TW B North of Hangar $5,000 per day 14 calendar days 749A to Runway 16 and signage modifications 4—Emergency Generator $500 per day 14 calendar days Installation The maximum construction time allowed for this project will be the sum of the time allowed for individual schedules but not more than 45 calendar days. An additional 14 calendar days will be provided for emergency generator installation after the emergency generator has been delivered. 1.15 Permits, Surveys and Compliance with Laws The Contractor shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the Work and required by municipal, state, and federal regulations and laws, as pertains particularly to permits for transportation of materials and equipment or other operations that are not a specific requirement of the Contract. This includes permits and requirements for burning and blasting. The Contractor shall give all notices,pay all fees and taxes, and comply with all federal, state, and municipal laws, ordinances, rules and regulations, and building and construction codes bearing on the conduct of the Work. The Contractor shall provide test results from a certified testing lab showing that all crushed materials incorporated into the project do not contain levels of arsenic greater than 20 mg/kg as tested by EPA Method 7060A. Materials that require testing are all crushed material containing greater than 5 percent passing the#4 sieve. Along with the test results, the Contractor shall provide certification stating that materials tested are representative of the materials that will be delivered. All testing results and p g certification shall be submitted with a"Request for Approval of Material Source" form Renton Municipal Airport 00801-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions delivered to the Engineer a minimum of 10 working days prior to bringing any material on site. The source for the material shall be approved prior to using the material. The Engineer reserves the right to test at any time during the project for the presence of arsenic in accordance with this specification. If arsenic at or above 20 mg/kg is detected in the material, the Contractor shall remove all affected materials from the site at Contractor's expense. This shall not constitute a reason for any reimbursement to the Contractor for time or money. All testing performed and costs borne by the Contractor shall be included in the unit contract price for that material. 1.16 Environmental Protection Add the following to Section 70-19: Compliance with clean air and environmental quality acts as passed by the U.S. Government, state of Washington, and local agencies shall be mandatory to the Contractor in the performance of the Work. u The Contractor shall provide a Certified Erosion and Sediment Control Lead(CESCL) for the duration of the project. The Department of Ecology(DOE)Notice of Intent responsibilities shall be transferred to the Contractor for the duration of construction. 1.17 Haul Roads The Contractor shall obtain approval from the Engineer prior to establishing haul roads. Once established, these haul roads shall be utilized for all equipment traffic, and the equipment shall not be allowed to stray or wander away from the established route. The Contractor shall maintain the haul roads and keep them in good order at all times. Water, when required, shall be applied at the locations and in the amounts as directed by the Engineer to minimize dust and dirt. Haul roads across the existing apron areas shall be kept clean and in good order at all times. The Contractor shall repair any damages caused by the movement of equipment on any of the haul roads, whether in designated or undesignated areas. The performance of any work as specified by this provision, including watering, maintaining, and repairing haul roads, shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor. The Contractor shall give special attention to keeping construction debris and materials free from airport ramps, taxiways, and runways. Such debris or materials shall be cleaned up and off these areas immediately. Dust from construction shall be kept at a minimum and under close control. II Renton Municipal Airport 00801-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions 1.18 Existing Runway and Taxiway Lights The Contractor will be charged $200 for each existing runway or taxiway light damaged. This payment shall be made directly to the Owner who will make the necessary repairs. 1.19 Utilities Any utilities required by the Contractor for the performance of the Work shall be paid for by said Contractor. The Contractor shall locate,protect, and repair, if damaged, any utilities encountered. 1.20 Special Provisions for Protection of Cables, NAVAIDS and Facilities 1. The contractor is informed that there may be FAA facilities installed on the airport. The facilities and associated cables shall be protected during construction. Work under this contract can be accomplished in the vicinity of these facilities and cables only at approved periods of time. Approval is subject to withdrawal at any time because of changes in weather, emergency conditions, or for any other reason determined by the airport manager or the local FAA sector representative. Any instructions to the contractor to clear any given area, at any time, by the engineers, the airport manager or the FAA Control tower(by radio or other means) shall be immediately executed. Construction work shall resume in the cleared area only when the proper authorities issue additional instructions. 2. These special provisions intend to make perfectly clear the need for protection of FAA facilities and cables by this contractor at all times. 3. The approximate location of underground cables will be shown on the construction drawings. The contractor shall notify the resident engineer at least 48 hours before excavation begins so cable routes can be marked in the field. The contractor shall use whatever means necessary, including a cable locator, to locate the utilities before excavation. All identified cable crossings shall be hand excavated before mechanical equipment is used. Thereafter, through the entire time of this construction, the contractor shall protect cables from any possible damage. 4. The contractor shall immediately repair, by skilled workmen, any underground cables serving FAA or other airport facilities, which are damaged by his workmen. Prior approval of the FAA must be obtained for the materials, workmen, time of day or night, method of repairs, and for any temporary or permanent repairs the contractor proposed to make to any FAA NAVAIDS and facilities damaged by the contractor. Prior approval of the engineer or of the airport manager must be obtained for repairs the contractor proposes to make to any other airport facilities and cables damaged by the contractor. Renton Municipal Airport 00801-9 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00801 Special Provisions 5. It is recognized that the airport owner may incur costs for employees' salaries, engineering fees, and otherwise in connection with the damage caused by the contractor; and consequently that the airport owner may incur loss of income by reason of the diversion of aircraft traffic from the airport resulting from interruption of the use of airport facilities. In addition to the obligation of the contractor to immediately repair any identified cables or facilities damaged by the contractor, any loss of income or cost incurred by the airport owner shall be recovered from the contractor, the surety, or from both. The amount of these deductions are not considered penalties. 6. If damage to or cutting of FAA cables results from this project, the cables shall be repaired or spliced in accordance with FAA Specification 1391 a "Installation and Splicing of Underground Cables" and the repairs shall be approved by the FAA before burial. 1.21 Notice of Nondiscrimination in Employment(SF-38 Forms) No contractor shall perform any work on the project until a suitable SF-38 form is posted and copies filed thereof with all labor sources as provided in Section 3, "Equal Employment Opportunity," of Section 00802, FAA Special Provisions. 1.22 Non-Collusion Affidavit Each bid shall be accompanied by a properly executed non-collusion affidavit on the form furnished in the project manual. 1.23 Retainage Section 90-06 shall be amended as follows: From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided(at the Contractor's option) in Section 00710, FAA General Provisions,paragraph titled"Payment of Withheld Funds." Contractor shall declare its options on the form provided in Section 00560, Progress Payment Retention. 1.24 Wage Rates The Contractor shall pay the rate that is highest of the Washington State or Federal labor rate. A schedule of applicable federal and state wage rates is included in Sections 00810 and 00815 and shall be a part of this Project Manual. Also, in conformity with RCW 39.12 (laws of the state of Washington) and subsequent Renton Municipal Airport 00801-10 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00801 Special Provisions amendments, no laborer, worker, or mechanic employed under this Contract shall be paid less than the minimum hourly rate of wage for his/her trade or occupation that prevails in the facility where the Work is to be performed. The Contractor shall file a statement under oath, on or before the date of commencement of the Work, with the Owner and the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of contractor that shall be not less than the prevailing rate of wage. Such statement and any supplemental statements that may be necessary shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. "Zone"pay, as identified in the Federal prevailing wage rates, shall be determined by measuring the road miles over the shortest practical maintained route from the county courthouse of the named town to the center of the job. 1.25 Project Manual Documents The documents herewith bound together in this Project Manual and labeled AIP Project No. 3-53-0055-023, or included herein by reference, together with the Drawings listed and described on the drawing title sheet, are all made a part of the Contract. 1.26 Additional Information Available for Bidders Soils information is available at the Engineer's office. The soils data are submitted for information only, and the Owner assumes no responsibility for the accuracy of the data, nor does the Owner guarantee that no other materials will be encountered or that the proportions of materials will not vary. The Contractor shall make such investigations as is felt necessary before the time of bidding on the Work. 1.27 Termination for Default A. A Determination for Default. If the Contractor: 1. Refuses or fails to supply sufficient skilled workers or materials of the specified quality, or 2. Fails to prosecute the Work continuously to completion with promptness and diligence, or 3. Fails to perform any of its obligations under the Contract, or 4. Becomes insolvent, is declared bankrupt, commits any acts of bankruptcy or insolvency, or makes an assignment for the benefit of its creditors, the Owner may,by serving written notice to the Contractor and its Surety: 1. Transfer the performance of the Work from the Contractor to its Surety, or 2. Provide such sufficiency of labor or materials as required and deduct the Renton Municipal Airport 00801-11 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00801 Special Provisions costs thereof from any money due or coming due to the Contractor under the Contract, or 3. Terminate the Contract. The election of the Owner to pursue one remedy will not bar the Owner from pursuing other remedies on the same or subsequent breaches. Upon receipt of a notice that the Work is being transferred to the surety, the surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under the Contract and employ by contract or otherwise any person or persons satisfactory to the Owner to finish the Work and provide the materials therefore without termination of the Contract. Such employment shall not relieve the surety of its obligations under the Contract and the bond. If there is a transfer to the surety, payments on estimates covering work subsequent to such transfer shall be made to the extent permitted under law to the surety or its agent without any right of the Contractor to make any claim thereon. If the Owner terminates the Contract by any of the means provided above, the Contractor shall not be entitled to receive any further payment on the Contract until the Work has been performed fully, at which time, if the unpaid balance of the amount to be paid under the Contract due the Contractor shall exceed the expenses incurred by the Owner in completing the Work, including all increased costs for completing the Work, all damages sustained or that may be sustained, by the Owner by reason of such refusal, neglect, failure, or discontinuance of work by the Contractor, such excess shall be paid by the Owner to the Contractor; and its Surety shall be jointly and severally liable therefore to the Owner and shall pay the difference to the Owner on demand. B. Termination for Public Convenience. The Owner may terminate the Contract in whole, or from time to time in part, whenever: 1. The Contractor is prevented from proceeding with the Work as a direct result of an executive order of the President with respect to the prosecution of war or in the interest of national defense;; or an Executive Order of the President or Governor of the state with respect to the preservation of energy sources, or 2. The Contractor is prevented from proceeding with the Work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such restraining order is caused primarily by acts or omissions of persons or agencies other than the Contractor, or 3. The Owner determines that such terminations are in the public's best Renton Municipal Airport 00801-12 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00801 Special Provisions interest. C. Payment for Termination for Public Convenience. Whenever the Contract is terminated in whole or in part in accordance with paragraph B above before completion of all items of the Work, payment will be made for the actual work performed at unit contract prices for completed items of the Work. Partially completed items of the Work shall be paid for by agreed prices or by force account. D. Arbitration of Disputes. After receipt of a Notice of Termination in accordance with paragraph B above, the Contractor shall submit its termination claim to the Engineer in sufficient detail to enable the Engineer to ascertain the basis and amount of such claim. The claim shall be submitted promptly but in no event later than 60 days from the effective date of termination. The Contractor shall pursue resolution of its claim through the established administrative channel to the office of the Engineer. The Contractor agrees to make its records available to the extent deemed necessary by the Owner to verify the claim. In the event the claim is not resolved and an agreement reached at the office of the Engineer, the Contractor may appeal to the Owner for determination. The decision of the Owner or Owner's representatives shall be final. 1.28 Compliance with State of Washington Laws Contractor and subcontractors shall comply with all applicable laws of the state of Washington. 1.29 Proposed Subcontractors (Section 00420) Bidders shall complete and submit Section 00420, Proposed Subcontractors, with their bids. Part I of Section 00420 shall include a listing of all Work to be performed by the Bidder and Bidder's subcontractors. Part II shall list all firms quoting or bidding work that will not be performed. Both articles shall be completed in their entirety, including: 1. Part I-Work to be Performed by Bidder and Subcontractors: a. The Bidder shall list itself and all subcontracting firms that will be performing work on the project. b. For heating, ventilation and air conditioning, and plumbing (as defined by RCW Chap. 18.106) and electrical work (as defined by RCW Chap. 19.28), Bidder shall either identify itself or its subcontractors. Bidder shall write"No Work" in the second column(next to the category of work) if Bidder believes such work is not part of the scope of work. C. For work other than heating, ventilation and air conditioning,plumbing, and electrical, Bidder shall identify the type of work to be performed in Renton Municipal Airport 00801-13 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00801 Special Provisions the "Work Category" column. d. Bidder shall provide Contractors' names and business license numbers in the second column. e. Bidder shall provide the contract value for each type of work in the "Contract Value"column. Grand total for the "Contract Value"column shall equal amount of Bid. f. Bidder shall provide the percentage of contract for each contractor in the "% of Contract Price" column. Grand total for"% of Contract Price" column shall equal 100 percent. g. Bidder shall indicate Y for"yes" and N for"no"if the contractor is a certified DBE company. h. Bidder shall indicate the age of each listed company in the"age of firm" column. i. Bidder shall use the following values to identify the annual gross receipts in the "*GRS"column: 1 = Less than $1 Million 2 =More than $1 Million, Less than$5 Million 3 =More than $5 Million, Less than$10 Million 4=More than $10 Million, Less than $15 Million 5 =More than $15 Million 2. Part II—Work Quoted or Bid that will not be Performed on the Project: Bidder shall list all subcontracting firms for which they received quotes or bids but whose work will not be performed on this project. 3. If additional space is needed, Bidder shall copy sheets from Section 00420 and attach them to the Bid. 4. Bidder shall sign and date Section 00420, Proposed Subcontractors, and submit with bid. 5. Failure to comply with these requirements may render the bid non-responsive. 1.30 FAA Advisory Circulars All FAA Advisory Circular references will be for the circular referenced or the current edition, whichever is applicable. Renton Municipal Airport 00801-14 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications I Section 00802 FAA Special provisions Contents CIVIL RIGHTS ACT OF 1964,TITLE VI-49 CFR PART 21 CONTRACTUAL REQUIREMENTS............3 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982,SECTION 520.....................................................4 INSPECTION OF RECORDS-49 CFR PART 18..................................................................................................4 RIGHTS TO INVENTIONS-49 CFR PART 18 ........................5 ............................................................................. BREACH OF CONTRACT TERMS-SANCTIONS-49 CFR PART 18.............................................................5 DBE REQUIRED STATEMENTS-49 CFR PART 26...........................................................................................5 TRADE RESTRICTION CLAUSE-49 CFR PART 30..........................................................................................6 CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY,AND VOLUNTARY EXCLUSION-49 CFR PART 29..............................................................................................................................7 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982,SECTION 515,VETERAN'S PREFERENCE.? TERMINATION OF CONTRACT-49 CFR PART 18..........................................................................................7 CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS........................................................8 DAVIS BACON REQUIREMENTS-29 CFR.PART 5..........................................................................................9 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS-29 CFR PART 5....15 EQUAL EMPLOYMENT OPPORTUNITY-41 CFR PART 60-1.4(B).............................................................16 NOTICES TO BE POSTED PER PARAGRAPHS(1)AND(3)OF THE EEO CLAUSE- 41 CFR PART 60-1.4(B)............................................................................................................................................18 NOTICE FOR SOLICITATIONS FOR BIDS(BID NOTICE)-41 CFR PART 60-4.2....................................18 NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS- 41 CFR 60-1.8.............................................................................................................................................................19 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATEDFACILITIES.........................................................................................................................19 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS-41 CFR 60-4.3)......................................................................................................................20 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES...........................................................................25 ENERGY CONSERVATION REQUIREMENTS.................................................................................................25 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION-41 CFR PART 60-2...................................26 TRAFFICKING VICTIMS PROTECTION ACT(TVPA)OF 2000...................................................................27 BUY AMERICAN STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS .....................................................................................................................................................................................31 Renton Municipal Airport 00802-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions Intentionally Left Blank v i I Renton Municipal Airport 00802-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions FAA SPECIAL PROVISIONS CONSTRUCTION CONTRACT $100,000 AND OVER r. CIVIL RIGHTS ACT OF 1964, TITLE VI-49 CFR PART 21 CONTRACTUAL REQUIREMENTS (VERSION 1, 1/5/90) 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 shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiations made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. j 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration(FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the Renton Municipal Airport 00802-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions lam, nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment,unless exempt by the Regulations or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS (VERSION 1, 1/5/90) The Contractor/tenant/concessionaire/lessee assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a)the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or(b)the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of Contractors, this provision binds the Contractors from the bid solicitation period through the completion of the contract. INSPECTION OF RECORDS -49 CFR PART 18 (VERSION 1, 1/5/90) The Contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents,paper, Renton Municipal Airport 00802-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions and records of the Contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The Contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. RIGHTS TO INVENTIONS -49 CFR PART 18 (VERSION 1, 1/5/90) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. BREACH OF CONTRACT TERMS- SANCTIONS-49 CFR PART 18 (VERSION 1, 1/5/90) Any violation or breach of the terms of this contract on the part of the Contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. DBE REQUIRED STATEMENTS -49 CFR PART 26 (11/19/01) Policy: It is the policy of the Department of Transportation(DOT)that Disadvantaged Business Enterprises (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. DBE Obligation: The recipient or its contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the recipient or its contractor or subcontractor 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. i Prompt Payment: The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 calendar days from the receipt of each payment the prime Contractor receives from the recipient. The prime Contractor agrees further to return retainage payments to each subcontractor 30 calendar 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 Renton Municipal Airport 00802-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions f s-� good cause following written approval of the recipient. This clause applies to both DBE and non-DBE subcontractors. Letter of Intent: DBE Participation is encouraged, and the bidder shall submit a Letter of Intent for any DBE contractor to be used. 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. Section 00420 may be used to report this information. TRADE RESTRICTION CLAUSE -49 CFR PART 30 (VERSION 1, 1/5/90) The Contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United State Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals or a foreign country on said list; C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Contractor or subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the Contractor agrees, that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Sponsor if the Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Renton Municipal Airport 00802-6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY, AND VOLUNTARY EXCLUSION-49 CFR PART 29 (VERSION 1, 1/5/90) The bidder/offeror certifies,by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations,proposals, contracts, and subcontract. Where the bidder/offeror/Contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515, VETERAN'S PREFERENCE (VERSION 1, 1/5/90) In the employment of labor(except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. TERMINATION OF CONTRACT- 49 CFR PART 18 (VERSION 1, 1/5/90) 1. The Sponsor may,by written notice, terminate this contract in whole or in part at any I time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued Renton Municipal Airport 00802-7 TW B System Rehabilitation—North Portion Reconstruction&Airfield Si na e Modifications Section 00802 FAA Special Provisions (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made,but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the Contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the Contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS (VERSION 1, 1/5/90) Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency(EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; C. That, as a condition for the award of this contract, the Contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. f Renton Municipal Airport 00802-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions DAVIS BACON REQUIREMENTS - 29 CFR PART 5 (VERSION 1, 1/5/90) (1) Minimum Wages. (i) All laborers and mechanics employed or working upon the site of 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 regulations issued 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 equivalents 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 laborers or mechanics, subject to the provisions of subparagraph(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination(including any additional classification and wage rates conformed under(1)(ii) of this section) and the Davis-Bacon poster(WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry; and i (3) The proposed wage rate, including any bona fide fringe benefits, bears a Renton Municipal Airport 00802-9 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification(if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(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 benefits 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 has been met. The Secretary of Labor may require the Contractor to 1 set aside in a separate account assets for the meeting of obligations under plan or Renton Municipal Airport 00802-10 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (2) Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to Davis/Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and Basic Records (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years 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 worker,his or her correct classification, hourly rates of wages paid(including contributions for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b) (2) (B) of Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has .. found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b) (2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of the apprenticeship program and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed, a copy of all payrolls to the sponsor, or owner, as the case may be, for transmission to the FAA. The payrolls submitted shall set out accurately and Renton Municipal Airport 00802-11 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions completely all of the information required to be maintained under 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (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 maintained under(3)(i) above 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 M1 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 or Title 31 of the United States Code. (ii) The Contractor or subcontractor shall make the records required under paragraph c(1) of this section available for inspection, copying or transcription by authorized representatives of 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 Renton Municipal Airport 00802-12 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions 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 perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with the State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ration permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau,withdraws approval of the 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 Renton Municipal Airport 00802-13 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications i Section 00802 FAA Special Provisions 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 for the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who 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 conform with the EEO requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through(10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract Termination: Debarment. A breach of the contract clauses in paragraphs (1) through (10) of this section and paragraphs (1) through(5) of the next section below may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and Renton Municipal Airport 00802-14 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions 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 of 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS— 29 CFR PART 5 (VERSION 1, 1/5/90) (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 maintenance and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of the clause set forth in paragraph(1) above, the Contractor or any subcontractor responsible therefore 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, I Renton Municipal Airport 00802-15 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications �IIII Section 00802 FAA Special Provisions employed in violation of the clause set forth in paragraph (1) above, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(1) above. (3) Withholding for or Unpaid Wages and Liquidated Damages. The Federal Aviation Administration shall upon its own action or upon written request of an authorized i representative of the Department of Labor withhold or cause to be withheld, from any - monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) above. (4) Subcontracts. 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). (5) * Working Conditions. No Contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY-41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include,but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Renton Municipal Airport 00802-16 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1)through (7) in every subcontract or purchase order unless exempted by rules, regulations or order of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance;provided,however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Renton Municipal Airport 00802-17 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions NOTICES TO BE POSTED PER PARAGRAPHS (1)AND (3) OF THE EEO CLAUSE— 41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) Equal Employment Opportunity is the Law - Discrimination is Prohibited by the Civil Rights Act of 1964 and by Executive Order No. 11246. Title VII of the Civil Rights Act of 1964 - Administered by: THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Prohibits discrimination because of race, color, religion, sex, or national origin by employers with 25 or more employees,by labor organizations with a hiring hall of 25 or more members,by employment agencies, and by joint labor-management committees for apprenticeship or training. Any person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S. Department of Labor Washington, D.C. 20210 NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE)—41 CFR PART 60-4.2 (VERSION 1, 1/5/90) 1. The Offerors' or Bidders' attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" as set forth herein. 2. 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, 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 Renton Municipal Airport 00802-18 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions 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. NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS—41 CFR 60-1.8 (VERSION 1, 1/5/90) 1. A Certification of Nonsegregated Facilities shall be submitted prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES 1. A certification of Nonsegregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) Renton Municipal Airport 00802-19 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS -41 CFR 60-4.3) (VERSION 1, 1/5/90) 1. As used in these specifications: a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; b. "Director"means Director, Office of Federal Contract Compliance Programs (OFCCP), U. S. Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number"means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (All persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander(All persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaska native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate Renton Municipal Airport 00802-20 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions 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 and 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 p of these specifications. The goals set forth in the solicitation from which this contract results 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 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 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 EEO. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, Renton Municipal Airport 00802-21 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions 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 reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or 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 on site supervisory personnel such as superintendents, general foremen etc.,prior to the initiation of construction work at any job site. A written record shall be made and maintained Renton Municipal Airport 00802-22 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools and to 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 the Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60-3. 1. 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. Renton Municipal Airport 00802-23 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions 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 p). 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 p of these specifications provided that the Contractor actively participates in the group,makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and to take affirmative action for all minority groups,both male and female, and all women both minority and nonminority. Consequently, if the particular group is employed in a substantial disparate manner(for example, even though the Contractor has achieved its goals for women generally,) the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and or 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 OFCCP. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative actions 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 60-4.8. Renton Municipal Airport 00802-24 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00802 FAA Special Provisions 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade,union affiliation, if any, employee identification number, when assigned, social security number, race, sex, status (e.g., mechanic apprentice, trainee,helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 1. No Federal appropriated funds shall be paid,by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. 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 any Federal grant, the contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) Renton Municipal Airport 00802-25 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION-41 CFR PART 60-2 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 (Vol. 45 Federal Register pg. 65984 10/3/80) Goals for female participation in each trade (6.9%) These goals are applicable to all 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 non- federally 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 shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is King County, Pierce County and Snohomish County,Washington. Renton Municipal Airport 00802-26 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions TRAFFICKING VICTIMS PROTECTION ACT (TVPA) OF 2000 (4/2009 FAA Order 5100-38) 1. Background: On November 5, 2007, the Office of Management and Budget issued Memorandum M-08-03 implementing Section 106(g) of the Trafficking Victims Protection Act of 2000, as amended(TVPA). By including this Grant Special Condition in each grant agreement, FAA is complying with Executive Order 13333, which requires that FAA include a condition that implements the requirements of Section 106(g) of the TVPA. Section 106(g) is codified at 22 United States Code § 7104. The Special Grant Condition is required for grants to private entities (as defined in 2 CFR § 175.25(d)) or for grants to public entities if any funding from the grant could be provided to a private entity. The link to the memorandum is http://www.whitehouse.gov/omb/memoranda/fy2008/mO8-03.pd f 2. This Special Grant Condition shall be included in all grants to privately-owned airports and to block grant states or other grants that may have private entities, including privately-owned airports as subrecipients. 3. Trafficking in Persons: Provisions applicable to a recipient that is a private entity. a. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not- i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. b. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity– i. Is determined to have violated a prohibition in paragraph a.l of this award term; or ii. Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either—February 19, 2008 4. Associated with performance under this award; or Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an Renton Municipal Airport 00802-27 TW B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions I organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Government-wide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity-- a. Is determined to have violated an applicable prohibition in paragraph a.l of this award term; or b. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.l of this award term through conduct that is either-- i. Associated with performance under this award; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),"as implemented by our agency at 49 CFR Part 29. Provisions applicable to any recipient. a. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.I of this award term. b. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: C. Implements Section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. d. You must include the requirements of paragraph a.l of this award term in any subaward you make to a private entity. e. Definitions. For purposes of this award term: "Employee"means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or Renton Municipal Airport 00802-28 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are February 19, 2008 4 contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. "Forced labor" Means labor obtained by any of the following methods: the recruitment, harboring,transportation,provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude,peonage, debt bondage, or slavery. "Private entity": i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). A for-profit organization. f. "Severe forms of trafficking in persons,""commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102) 5. . Associated with performance under this award; or a. Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension(Nonprocurement)," as implemented by our agency at 49 CFR Part 29. b. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity-- 1. Is determined to have violated an applicable prohibition in paragraph a.l of this award term; or Renton Municipal Airport 00802-29 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either-- i. Associated with performance under this award; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. C. Provisions applicable to any recipient. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.I of this award term. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. 6. You must complete Section 00590, "Non Trafficking Certification," and include the form and these terms of award in any subaward you make to a private entity. Definitions. For purposes of this award term: a. "Employee"means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including,but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. b. "Forced labor" Means labor obtained by any of the following methods: the recruitment, harboring, transportation,provision, or obtaining of a person for labor or services, Renton Municipal Airport 00802-30 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude,peonage, debt bondage, or slavery. C. "Private entity" i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: A. A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). B. A for-profit organization. 7. "Severe forms of trafficking in persons,""commercial sex act," and "coercion"have the meanings given at Section 103 of the TVPA, as amended(22 U.S.C. 7102). BUY AMERICAN STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS ((JAN 1991) 5/9/2008, 49 USC §50101, FAA Order 5100.38) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in(b)below. (b) The following terms apply to this clause- 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1)those produced in the United States or(2) a manufactured product produced in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. Section 50101 of the Buy American Act prohibits the FAA from obligating funds for a grant under the Airport Improvement Program(AIP)unless steel and manufactured goods used in the project are produced in the United States. This provision was added to the FAA's authorizing legislation in 1990. The North American Free Trade Agreement(NAFTA) specifically excluded Renton Municipal Airport 00802-31 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00802 FAA Special Provisions federal grant programs such as AIP. Therefore,NAFTA does not change a Sponsor's requirement to comply with the Buy American requirement in the Act. Much of the equipment that is used frequently on AIP or ARRA projects has been reviewed by FAA Headquarters and a nationwide waiver has been issued. The Nationwide Buy American Conformance List is posted on the www.faa.gov website. If the equipment is listed on the Nationwide Waiver List, no waiver is required. The FAA may waive the requirement if a sponsor submits a written request demonstrating that one of the following criteria applies: 1. Applying the provision is not in the public interest. This is reserved for significant public interest determinations. 2. The steel or manufactured good is not available in sufficient quantity or satisfactory quality in the United States. 3. For AIP grant-funded projects other than ground transportation demonstration projects: a. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment. b. Final assembly of the facility or equipment has occurred in the United States. 4. Applying the Buy American Act increases the cost of the overall project by more than 25 percent. Contractor may complete Exhibit A to Section 00580, Buy American Certificate, to request the FAA to waive the Buy American requirement. Sponsors are urged to submit such requests as early as possible, generally providing at least 30 calendar days prior to anticipated grant award. FAA headquarters only may issue waivers for Reasons 1 and 2 above. FAA field offices (regional offices and airport district offices)may issue waivers for Reasons 3 and 4 above. Renton Municipal Airport 00802-32 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00810 Washington State Prevailing Wage Rates In conformity with RCW 39.12 (laws of the state of Washington) and subsequent amendments, no laborer, worker, or mechanic employed under this contract shall be paid less than the minimum hourly rate of wage for his trade or occupation that prevails in the locality where the Work is to be performed. Current prevailing wage rate information, including the applicable Benefit Code Key, may be obtained through the following sources. Refer to Section 00801, Special Provisions, for detailed information. An electronic copy is available from the following: State of Washington Department of Labor and Industries Industrial Relations Division General Administration Building Olympia, Washington 98501 https:Hfortress.wa.gov/lni/wa elg ookup/prvWa elg ookup.aspx A paper copy is available for viewing or may be obtained upon request from: City of Renton 1055 South Grady Way Renton WA 98057 (425) 430-6502 Reid Middleton, Inc. 728 134a' Street SW, Suite 200 Everett, WA 98204 (425) 741-3800; Fax (425) 741-3900 Applicable effective date for prevailing wage rates for this Project: Date of Bid Opening (see Bid Advertisement) County where Project is Located: King i Renton Municipal Airport 00810-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Section 00815 Federal Prevailing Wage Rates The Contractor shall pay the rate that is highest of the Washington State or Federal prevailing labor rates. Refer to Section 00801, Special Provisions, for additional information. An electronic copy of the federal prevailing wage rates is available from the following website: http://www.wsdot.wa.gov/Design/ProjectDev/WageRates/FedWageUpdateNotifY htm A paper copy of the federal prevailing wage rates is available for viewing or may be obtained upon request from: City of Renton 1055 South Grady Way Renton WA 98057 (425) 430-6502 Reid Middleton, Inc. 728 134th Street SW, Suite 200 Everett, WA 98204 (425) 741-3800; Fax (425) 741-3900 Applicable effective date for prevailing wage rates for this Project: Rates in effect on date of this Project Manual (see title page) County where Project is Located: King Construction Type: Heavy, Highway Renton Municipal Airport 00815-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO ��,arnrEOA (360)902-5335 PAY PREVAILING WAGES www.Ini.wa.gov//TradesLicensing/PrevailingWage � y�z Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be posted online at the above website. APPROVED FORM WILL BE MAILED TO THIS ADDRESS * Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits I I II Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number " For-L&I Use Only Check Number: ❑ $25 or $ For L&I Use Only Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I .How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator" under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials" if applicable. The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing— Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360) 902-5335 F700-029-000 statement of intent to pay prevailing wages—backer 12-04 Department of Labor and Industries £, °rF AFFIDAVIT OF WAGES PAID Prevailing Wage (360)902-5335 ma �y Public Works Contract www.lni.wa.goviprevalingwage $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name �- Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Atency(public agency-not federal or private) �.. MOW ,,_ yy �a f_-: Address- Contractor,company or agency name,address,city,state&ZIP+4� City_ State —Z(P+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Aid due date (m/dly) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/dry) Date Intent filed (m/d/y) Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#brs hate of Rate of hourly registration#,trade,dates of work on project and stage of progression) of Workers worked-ea trade Hourly Pay fringe benefits + I + 1 + --------------- + { Company name,address,city,state,ZIP+4 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers T employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address Phone number �� :°�x p `* a _ .�cni r /,9 fiCheck Number. Amounts sM,.� 3 CERTIFIED: Department of Labor and Industries Issued By: Al.` By Industrial Statistician ?x a � '✓..ti .+n:. vi' c ,q;... :.r<�: S:" 5t�'tt..':,.40„-v'. .'4;;:•i'ryam,.Y >M.%�Aae'�'�a -r F700-007-000 affidavit of wages 2-02 rafter APPROVAL send white copy to Awarding Agenev Canary copy-L&I I Section 00835 Certification of Payment of Prevailing Wages ym g es g CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: Renton Municipal Airport 00835-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Section 00910 Addenda This section contains written changes to the Bidding Documents. Renton Municipal Airport 00910-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications �Y ' � O IV City of Renton 1055 South Grady Way Renton WA 98057 425-430-6502 ADDENDUM NO. 1,July 16,2012 Project: Taxiway B System Rehabilitation—North Portion Reconstruction and Airfield Signage Modifications at Renton Municipal Airport AIP No. 3-53-0055-023 TO: Plan Holders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents (dated June 28, 2012) as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. CHANGES TO BIDDING DOCUMENTS 1. Section 00105, Bid Advertisement, second to last paragraph: Remove and replace with the following: Bidders shall not withdraw bids after the hour set for the opening thereof, or before award of contract, unless said award is delayed for a period exceeding ninety(90) days. 2. Section 00400, Bid Form: Remove and replace with the attached Revised Bid Form. 3. Section 00410, Bid Schedules: Remove and replace with the attached Revised Bid Schedules. CHANGES TO CONDITIONS OF CONTRACT 4. Section 00710, FAA General Provisions, Article 30-02, Award of Contract, second paragraph: Remove and replace with the following: Basic Bid price shall assume construction in 2012. There is a remote chance that grant funding will not be offered soon enough to allow for 2012 construction during favorable weather. Therefore,the Contractor shall also provide an Additive Bid lump sum amount to be added to the Basic Bid for holding the bid numbers through 2013. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. The basis for award shall be whichever Bid Option is most advantageous to the Owner. Renton Municipal Airport Page 1 of 3 TW B System Rehabilitation Addendum No. 1 CHANGES TO TECHNICAL PROVISIONS: 5. Section A-100, Operational Safety on Airports during Construction, Article A-100-3.1, Item B 1 table, last row: Supplement with the following: The power outages associated with the generator installation must occur between 9:00 p.m. and 7:00 a.m. 6. Section A-101, FOD Prevention and Traffic Control, Article A-101-1.1: Supplement with the following: In addition to active aircraft surfaces, all haul roads and most specifically East Perimeter Road shall be kept clean and free of FOD as work progresses. 7. Section D-702, Slotted Drains: Remove and replace with the attached revised section. 8. Section P-301, Soil-Cement Base Course: a. Article 301-3.1, Laboratory Soil Tests, second paragraph: Remove and replace with the following: For bidding purposes, assume 60 lbs. of cement per square yard at an 8-inch mixing depth. b. Article 301-4.9, Protection and Curing: i. First paragraph: Remove and replace with the following: 301-4.9 PROTECTION AND CURING. After the base course has been finished to grade and compacted as specified herein, it shall be protected against drying for a period of 7 days or until a minimum compressive strength of 400 psi has been achieved. The base course shall be protected by sprinkling with water, placing a protective layer consisting of either 10-mil visqueen, concrete curing compound, or bituminous material, or other acceptable methods. The curing method shall begin as soon as possible, but no later than 24 hours after the completion of finishing operations. The finished base course shall be kept moist continuously until the curing material is placed. I ii. Fourth paragraph: Remove and replace with the following: The curing material shall be maintained and applied as needed by the Contractor during the protection period so that all of the soil-cement will be covered effectively during this period. Renton Municipal Airport Page 2 of 3 TW B System Rehabilitation Addendum No. 1 iii. Sixth paragraph: Remove and replace with the following: When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the soil-cement for 7 days after its construction or until it has hardened. 9. Section P-620, Runway and Taxiway Painting: Remove and replace with the attached revised section. CHANGES TO DRAWINGS 10. Sheet G1.2, Project Layout Plan: Remove and replace with the attached revised Sheet G1.2. 11. Sheet C1.1, Taxiway B Plan and Profile: Remove and replace with the attached revised Sheet C 1.1. 12. Sheet C 1.2, Taxiway B Plan and Profile: Remove and replace with the attached revised Sheet C1.2. 13. Sheet C1.3, Taxiway B Plan and Profile: Remove and replace with the attached revised Sheet C1.3. 14. Sheet C 1.4, Taxiway B Plan and Profile: Remove and replace with the attached revised Sheet CIA. 15. Sheet C 1.5, Taxiway B Plan and Profile: Remove and replace with the attached revised Sheet C 1.5. 16. Sheet C1.7, Paving Sections and Details: Remove and replace with the attached revised Sheet C 1.7. 17. Sheet C4.2, Pavement Marking Details: Remove and replace with the attached revised Sheet C4.2. 18. Sheet C6.1, Airport Signage Plan: Remove and replace with the attached revised Sheet C6.1. Prepared by Karla Kendall, P.E., Project Engineer Attachments: Section 00400, Bid Form Section 00410,Revised Bid Schedules Section D-702, Slotted Drains Section P-620, Runway and Taxiway Painting Drawing Sheets G1.2, C1.1, C1.2, C1.3, CIA, C1.5, C1.7, C4.2, and C6.1 sah\23\10\007\bid phase\addenda\addendum l.doc\kmk Renton Municipal Airport Page 3 of 3 TW B System Rehabilitation Addendum No. 1 Section 00400 Bid Form Revised To: City of Renton 1055 South Grady Way Renton WA 98057 Project: Taxiway B System Rehabilitation — North Portion Reconstruction & Airfield Signage Modifications at Renton Municipal Airport, Renton, Washington AIP No. 3-53-0055-023 Pursuant to and in compliance with your Drawings and Project Manual, including the Bid Advertisement, for the project identified above, the undersigned bidder has examined the site, contract documents, and conditions affecting the performance thereof and hereby proposes and agrees to perform all of the Work and furnish all of the equipment required thereby and to supply any and all of the labor, materials, tools, expendable equipment, and utility and transportation services necessary to perform the contract and to complete all work covered by said contract in a workmanlike manner for the prices established in the Bid Schedule, Section 00410, and summarized below. 1. BID SUMMARY: The bidder shall complete and submit the Basic Bid and Additive Schedules. Basic Bid price shall assume construction in 2012. There is a remote chance that grant funding will not be offered soon enough to allow for 2012 construction during favorable weather. Therefore, the Contractor shall also provide an Additive Bid lump sum amount to be added to the Basic Bid for holding the bid numbers through 2013. The basis for award shall be whichever Bid Option is most advantageous to the Owner. Option 1: Basic Bid only,reflecting 2012 construction Option 2: Basic Bid plus Additive Bid lump sum amount, reflecting 2013 construction Basic Bid Plus Sales Tax $ Additive Bid Plus Sales Tax $ Basic Bid Plus Additive Bid, including Sales Tax $ 2. ADDENDA: Receipt of addenda numbered through is hereby acknowledged. 3. PREQUALIFICATION OF BIDDERS CERTIFICATION: By signing this proposal, the undersigned and/or its subcontractors acknowledge and intend to meet the Prequalification of Bidders requirements per Section 00710, FAA General Provisions, Sections 20-02 and 80-05. Renton Municipal Airport 00400-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 Section 00400 Bid Form Revised 4. CONTRACTOR'S SIGNATURE: • Sole Proprietor Or Partnership Or Corporation: If the Bidder is a co-partnership, so state giving the name under which business is transacted. IN WITNESS hereto the undersigned has set his (its)hand this day of 120 By: Typed Name: Title: Sworn to before me this day of , 20 Notary Public in and for the State of Washington residing at • Corporation: If the Bidder is a corporation, this Bid Form must be executed by the duly authorized officials and notarized. IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed by its duly authorized officers this day of , 20 ATTEST: Name of Corporation Secretary By Signature of Corporate Officer Printed Name Title Sworn to before me this day of , 20 Notary Public in and for the State of Washington residing at Renton Municipal Airport 00400-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum 1 Contractor's Name Section 00410 Bid Schedule Revised CITY OF RENTON RENTON MUNICIPAL AIRPORT TAXIWAY B SYSTEM REHABILITATION AIP NO. 3-53-0055-023 BASIC BID: TAXIWAY B SYSTEM REHABILITATION—North Portion Reconstruction and Airfield Signage Modifications Item Tech. Approx. No. Prov. Description Qty Unit Unit Price Total Price 1 A-101 FOD Prevention Control 1 LS $ $ 2 A-101 Traffic Control 1 LS $ $ 3 A-103 Contractor Quality Control/ 1 LS $ $ Acceptance Testing 4 A-105 Mobilization 1 LS $ $ 5 A-105 Utility Locate 1 LS $ $ 6 A-110 Construction Survey 1 LS $ $ 7 A-201 Trench Excavation Safety 1 LS $ $ Provisions 8 D-701 6-Inch HDPE Storm Drain Pipe 380 LF $ $ 9 D-701 12-Inch HDPE Storm Drain 450 LF $ $ Pipe 10 D-701 8-Inch DI Storm Drain Pipe 90 LF $ $ 11 D-701 12-Inch DI Storm Drain Pipe 751 LF $ $ 12 D-701 Storm Drain Pipe Removal 800 LF $ $ 13 D-702 Slotted Drain System 550 LF $ $ Renton Municipal Airport 00410-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum I Item Tech. Approx. No. Prov. Description Qty Unit Unit Price Total Price I 14 D-705 6-Inch Perforated HDPE 2,625 LF $ $ Subdrain 15 D-705 5/8"Minus Clean Drain Rock 150 CY $ $ (Swale Underdrain) 16 D-751 Connect to Existing Catch 9 EA $ $ Basin WSDOT Standard Type 1 17 D-751 Catch Basin with Locking Solid 10 EA $ $ Lid 18 D-751 WSDOT Standard Type 1 7 EA $ $ Catch Basin with Locking Grate WSDOT Standard Type 2 19 D-751 Catch Basin with Locking Solid 5 EA $ $ Lid 20 D-751 WSDOT Standard Type 2 6 EA $ $ Catch Basin with Locking Grate Flow Splitter WSDOT Standard 21 D-751 Type 1 L Catch Basin with Solid 2 EA $ $ Locking Lid 22 D-751 Yard Drain 10 EA $ $ 23 D-751 Catch Basin Removal 8 EA $ $ 24 D-751 Clean Out Removal 2 EA $ $ 25 D-751 Yard Drain Removal 10 EA $ $ 26 F-162 Vinyl Coated Chain Link Fence 1 LS $ $ and Gate with Slats 27 L Generator System 1 LS $ $ 16200 Renton Municipal Airport 00410-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 Item Tech. Approx. No. Prov. Description Qty Unit Unit Price Total Price 28 16402 Utility Feeders 1 LS $ $ 29 16402 Utility Charges 1 LS $ $ 30 16402 Electrical Permit 1 LS $. $ 31 L-107 Wind Cone 1 EA $ $ 32 L-108 L-824C Cable 6,700 LF $ $ 33 L-115 Existing Electrical Manhole 7 EA $ $ Elevation Adjustment 34 L-125 Demolish Taxiway Edge Light 62 EA $ $ 35 L-125 Demolish L-867 Basecan 42 EA $ $ 36 L-125 Demolish L-824 5kV Cable 6,600 LF $ $ 37 L-125 Demolish Airfield Sign 21 . EA $ $ 38 L-125 Demolish Sign Base 3 EA $ $ 39 L-125 New Taxiway Edge Light 67 EA $ $ 40 L-125 New L-867 Basecan 48 EA $ $ 41 L-125 Airfield Signs-Refurbish 33 EA $ $ 42 L-125 Airfield Sign- Panel 34 EA $ $ Replacement 43 L-125 New Airfield Sign, 2 Module 17 EA $ $ 44 L-125 New Airfield Sign, 3 Module 2 EA $ $ Renton Municipal Airport 00410-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 Item Tech. Approx. Description Unit Unit Price Total Price No. Prov. Qty 45 L-125 Sign Base 2-foot Extension 16 EA $ $ 46 L-125 New Sign Base, 2 Module 1 EA $ $ 47 L-125 New Sign Base, 3 Module 2 EA $ $ 48 L-125 Spares 1 LS $ $ 49 P-105 Miscellaneous Electrical 1 LS $ $ 50 P-105 Asphalt Pavement Sawcutting 850 LF $ $ 51 P-105 Asphalt Pavement Grinding and 450 SY $ $ Disposal 52 P-105 Asphalt Pavement Removal and 11,200 SY $ $ Disposal 53 P-152 Unclassified Excavation 4,530 CY $ $ 54 P-152 Unsuitable Excavation 500 CY $ $ 55 P-152 Imported Borrow Material 900 CY $ $ 56 P-160 Catch Basin Inserts 30 EA $ $ 57 P-160 Silt Fence 100 LF $ $ 58 P-160 Wattles 650 LF $ $ 59 P-160 Geotextile Encased Check Dam 1 EA $ $ Temporary Erosion Control 60 P-160 1 FA $5,000.00 $5,000.00 Force Account 61 P-160 Gravel Construction Entrance 1 EA $ $ 62 P-209 Crushed Aggregate Top Course 660 CY $ $ Renton Municipal Airport 00410-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 Item Tech. Approx. No. Prov. Description Qty Unit Unit Price Total Price 63 P-209 Crushed Aggregate Base 1,310 CY $ $ Course 64 P-301 Soil-Cement Base Course 11,750 SY $ $ 65 P-401 Bituminous Surface Course 2,610 TON $ $ 66 P-603 Bituminous Tack Coat 4.8 TON $ $ 67 P-620 Thermoplastic Pavement 354 SF $ $ Marking 68 P-620 Pavement Marking 4,350 SF $ $ 69 P-620 Pavement Marking Removal 235 SF $ $ 70 P-622 Tiirrceaft Tiedown Anchor, 21 EA $ $ 71 P-622 Type Tiedown Anchor, 6 EA $ $ 72 P-622 Aircraft Tiedown Anchor 19 EA $ $ Removal 73 T-902 Hydroseeding 2.0 AC $ $ 74 T-902 Generator Pad Planting 1 LS $ $ 75 T-905 Topsoiling 150 CY $ $ 76 T-909 Under Pavement Herbicide 11,750 SY $ $ Subtotal Basic Bid $ Plus Sales Tax (9.5%) $ TOTAL BASIC BID PLUS SALES TAX $ Renton Municipal Airport 00410-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 Contractor's Name Section 00410 Bid Schedule Revised ADDITIVE BID: Lump Sum Bid Item for 2013 Construction Iltteom Description A Qty x . Unit Unit Price Total Price A-1 Lump Sum Bid Item for 2013 1 LS $ $ Construction Subtotal Additive Bid $ Plus Sales Tax (9.5%) $ TOTAL ADDITIVE BID PLUS SALES TAX $ Renton Municipal Airport 00410-6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM D-702 SLOTTED DRAINS DESCRIPTION 702-1.1 This item shall consist of the construction of slotted drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 702-2.1 GENERAL. All slotted drains shall meet the requirements shown on the plans and specified below. Slotted drains shall be capable of accommodating a minimum flow of 1.94 cfs (see contract drawing for grade information) in accordance with the contract drawings and manufacturer's instructions and shall support 82,000-pound ARFF truck loading. 702-2.2 PIPE. a. Steel Slotted Drain. Pipe shall be metallic-coated(galvanized or aluminized steel type II) corrugated steel Type I meeting the requirements of ASTM A760. Pipe diameter and gauge shall be as shown on the plans. The corrugated steel pipe shall have a minimum of two rerolled annular ends. b. Low Density Polyethylene Channel. Channel shall have a smooth inside profile, non- stick, non-corrosive, and shall not be corrugated. Cleanout ports will be made of low density polyethylene and match the channel profile of the slotted drain. 702-2.3 GRATES AND CASTINGS. a. Steel Slotted Drain. Grates shall be manufactured from ASTM A 36 or A 570, Grade 36 steel. Spacers and bearing bars (sides) shall be 3/16-inch(5 mm) material. The spacers shall be welded to each bearing bar with four 1 1/4-inch-long by 3/16-inch-wide (32 mm long by 5 mm wide) fillet welds on each side of the bearing bar at spacings not exceeding 6 inches (150 mm). The grates shall be 6 inches (150 mm)high or as shown on the plans and shall have a maximum 1 3/4-inch (45 mm) opening in the top. Grates shall be galvanized in accordance with ASTM A 123 except with a 2 ounce per square foot(0.61 kg per square meter) galvanized coating. The grates shall be fillet welded to the corrugated steel pipe with a minimum weld 1 inch (25 mm) long on each side of the grate at every other corrugation. Weld areas and the heat- affected zones where the slot is welded to the corrugated pipe shall be thoroughly cleaned and painted with a zinc-rich paint in accordance with repair of damaged coatings in ASTM A 760. Each 20-foot (6.1 m) length of drain delivered to the job site shall be within the following tolerances: vertical bow±3/8 inch(9.5 mm), horizontal bow f5/8 inch(16 mm), twist ± 1/2 inch(12.5 mm). Renton Municipal Airport D-702-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 12/2011 AC 150/5370-1 OF (NOTICE F-1) b. Low Density Polyethylene Channel. Drain cleanout ports shall have a slotted ductile iron grate and shall be spaced at 100-foot intervals. 702-2.4 CONCRETE. The slotted drain shall be installed in concrete with a 3,000 psi minimum strength at 28 days when tested in accordance with ASTM C 39. Reinforcing steel shall be installed as shown on the plans. CONSTRUCTION METHODS 702-3.1 EXCAVATION. The width of the trench shall be sufficient to permit satisfactory installation and jointing of the slotted drain and placing of a high slump concrete backfill material under and around the drain, but shall not be less than the external pipe diameter plus 6 inches on each side. The depth of the trench shall be a minimum of 2 inches below the invert for the drain. The trench may be roughly shaped to the slotted drain bed. 702-3.2 INSTALLATION. Drain shall be laid in sections joined firmly together with mechanically interlocking joints. The top of all drains shall be held firmly in place to the proper grade, to preclude movement during the backfilling operation. 702-3.3 JOINING. a. Slotted steel drain joints shall be firmly joined by modified hugger-type bands, or as indicated, to secure the pipe and prevent infiltration of the backfill. When the slotted steel drain is banded together, the adjacent grates shall have a maximum 3-inch(76 mm) gap. b. For Low Density Polyethylene Channel, the channels will have interlocking joints and exhibit 0 percent water absorption. 702-3.4 BACKFILLING. Slotted drains shall be inspected before any backfill is placed. Damaged drains shall be aligned or replaced at the expense of the Contractor. The slotted drain assembly shall be backfilled with concrete that will easily flow under and around the drain and the trench wall. The opening in the top of grates and castings shall be covered to prevent unwanted material from entering the drain during the backfilling and subsequent surfacing operations. METHOD OF MEASUREMENT 702-4.1 The length of slotted drain system shall be measured in linear feet of slotted drain system in place, completed, and approved. It shall be measured along the centerline of the drain from end or inside face of structure to the end or inside face of structure, whichever is applicable. All trenching, backfill concrete, connections to structures, and fittings shall be included in the footage as typical drain sections being measured. Renton Municipal Airport D-702-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE.F,1.}— BASIS OF PAYMENT 702-5.1 Payment shall be made at the contract unit price per linear foot for each kind of slotted drain type and size designated. These prices shall be.full compensation for all materials, all preparation, excavation, and installation of these materials; and all labor, equipment,tools, and incidentals necessary to complete the item. Payment will be made under: Item 702-5.1 Slotted Drain System—per linear foot TESTING REQUIREMENTS ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens MATERIAL REQUIREMENTS Information A guide to Standardized Highway Drainage Products disseminated under the sponsorship of the American Association of State Highway and Transportation Officials, Associated General Contractors, and the American Road and Transportation Builders Association END OF ITEM D-702 Renton Municipal Airport D-702-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE.The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne in accordance with the requirements of Federal Specification TT-B-1325D, Type I. Paint shall.be furnished in Yellow 33538 or 33655 in accordance with Federal Standard No. 595. a. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates,pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1)The markings must be able to be applied in temperatures as low as 35 °F without any special storage,preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non-reflectorized black border. (2) Graded Glass Beads. (a)The material must contain a minimum of thirty percent (30%) intermixed graded glass beads by weight. The intermixed beads shall conform to Federal Specification TT-B-1325D, Type III. (b)The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 1 lb. (± 10%)per 10 sq. ft. These factory-applied coated surface beads shall have a minimum of 90%true spheres, minimum refractive index of 1.50, and meet the following gradation. Renton Municipal Airport P-620-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE F-1) Size Gradation Retained, Passing,US % g� Mesh µm 12 1700 0 - 2% 98 - 100% 14 1400 0 - 3.5% 96.5 - 100% 16 1180 2 - 25% 75 - 98% 18 1000 28 - 63% 37 - 72% 20 850 63 - 72% 28 - 37% 30 600 67 - 77% 23 - 33% 50 300 89 - 95% 5 - 11% 80 200 97 - 100% 0 - 3% (3) Heating Indicators.The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post-application visual cue that the installation procedures have been followed. (4) Pigments.Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 10 percent minimum. (b)Yellow and Colors: Titanium Dioxide, ASTM D 476, type 11 shall be 1 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) Prohibited Materials.The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6) Daylight Directional Reflectance. (a)Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent(relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: Renton Municipal Airport P-620-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-10F (NOTICE F-1) x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (7) Skid Resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness.The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental Resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10)Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines,must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E 1710. (11) Packaging.A protective film around the box must be applied in order to protect the material from rain or premature aging. (12)Manufacturing Control and ISO Certification.The manufacturer must be ISO 9001:2000 certified and provide roof of current certification. The scope.of the certification shall p p include manufacture of reflective markings. b.The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross-sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, de-icers, anti- icers,protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. c.The markings must be capable of conforming to pavement contours,breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per FAA AC 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. d.Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 ft. long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. Renton Municipal Airport P-620-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE F-1) e. The marking material must set up rapidly,permitting the access route to be re-opened to traffic a maximum of 15 minutes after application. E The marking material shall have an integral color throughout the thickness of the marking material. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT-B-1325D, Type 1, Gradation A, for waterborne paint and Federal Specification TT-B-1325D, Type III, for thermoplastic markings. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F and rising and the pavement surface temperature is at least 5 °F above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. The area to be marked by preformed markings shall be cleaned by water blasting, shot blasting, or other mechanical method to remove all curing materials, fuels, oils, etc. Surface preparation after marking removal: Surfaces where markings were removed by high pressure water blasting, grinding, shot blasting, or sand blasting shall be cleaned using a low pressure wash(3,500 psi or less) to remove all loose residual debris. (Based on 90 percent removal of existing markings.) 620-3.4 LAYOUT OF MARKINGS.The proposed markings shall be laid out in advance of the paint application. i Renton Municipal Airport P-620-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum 1 ICI 12/2011 AC 150/5370-IOF (NOTICE F-1) Markings to receive glass beads include the following: 1. All taxiway centerline markings. 2. Geographical position marking. 3. Surface painted signs. 4. Taxiway edge markings. 5.Non-movement Area boundary markings. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 in or less ±1/2 in greater than 36 in to 6 ft ± 1 in greater than 6 ft to 60 ft ±2 in greater than 60 ft ± 3 in The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 115 square feet per gallon. The addition of thinner will not be permitted. A period of 24 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. An initial light application of paint shall be applied at 33 percent of the application rate. A period of 30 days shall elapse between placement of the initial light paint application and the second application of paint, unless otherwise directed by the Engineer. The second application of paint shall be at the full application rate of 115 square feet per gallon. Glass beads shall not be applied to the initial paint application. Glass beads shall only be applied to a second paint application and shall be distributed immediately after application of the paint. Glass beads shall be applied at the rate of 7 pounds per gallon of 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 not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. Renton Municipal Airport P-620-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE F-1) 620-3.6 APPLICATION--PREFORMED AIRPORT PAVEMENT MARKINGS. a. Asphalt and Portland Cement.To ensure minimum single-pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 feet and a free span between supporting wheels of no less than 18 feet. The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2-inch- wide linear segments in the direction of heater travel must be within 5 percent of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35 °F without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non- VOC sealer with a maximum applied viscosity of 250 centiPoise(ASTM D 2393)must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. b. Crack and Joint Sealant Considerations: The following considerations must be made when planning preformed pavement marking applications whenever crack and or joint sealant is present on the pavement surface. These considerations are required because crack sealant used in asphalt repair is typically tar based, which will strike through the preformed pavement marking material during heating. Additionally, the long-term durability is degraded since this sealant is fairly liquid and mobile, allowing the preformed pavement marking material to shift over the asphalt substrate. While the approved PCC joint sealant will not strike through preformed pavement marking material during heating, no bond is possible between these two materials. 1) Any sealant on any substrate surface must be removed prior to the application of the preformed pavement marking material utilizing an approved removal technique. One such method requires the applicator to heat the sealant on the surface adjacent to the crack or joint to its softening point. Then, using a flat-edged shovel, scrape the excess sealant off of the surface. Once the bulk of the excess sealant has been scraped off of the surface, use line removing equipment to eradicate the remainder of the sealant. Care must be taken to ensure that the integrity of the sealant in the crack or joint is not jeopardized. 2) It is possible to apply over sealant which is below the substrate surface as long as the crack or joint width does not exceed 1 inch. Concrete joints are prepared 3/ inch wide; however, subbase shifting can cause these joints to expand beyond 1 inch. If a joint(or crack) exceeds 1 inch in width, then the preformed pavement marking material that falls into these joints during application must be removed. As mentioned above, since the preformed pavement marking to sealant bond is inadequate, removal is a safety measure against debris generation. Renton Municipal Airport P-620-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum I i 12/2011 AC 150/5370-1OF (NOTICE F-1) Removal of preformed pavement marking material can be accomplished by running a box cutter or sharp cutting tool along each side of the joint. The cut material can then be lifted out of the joint using a chisel or spatula. 620-3.7 PROTECTION AND CLEANUP.After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by- products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. Any existing paint markings damaged, covered up, or permanently obscured as a result of the Contractor's operations, that are not identified to be repainted as part of this contract, shall be repainted as directed by the Engineer, at no additional cost to the City. 620-3.8 CERTIFICATION. The Contractor must be certified by the manufacturer to apply preformed thermoplastic airfield markings. 620-3.9 TRAINING. The Contractor shall provide manufacturer-certified training for Airport maintenance personnel for maintaining and repairing preformed pavement markings. 620-3.10 STOCK. The Contractor shall furnish thirty(30) square feet (of each color—red, white black, yellow) of preformed marking material, sealer material sealer dispenser gun, and magnum torch to the airport/owner to use for future repairs. 620-3.11 ONE-YEAR WARRANTY—PREFORMED PAVEMENT MARKINGS. Preformed thermoplastic pavement marking products shall be warranted against material and workmanship defects for a period of one year from the date of substantial completion of the project. This warranty does not apply to items that have been altered or subjected to misuse or negligence. Should a product prove to be defective based on bond, nighttime visibility(retroreflectivity), or color(chromaticity) as detailed below, it is understood that the Contractor shall repair the defective product or provide an equivalent quantity of replacement product. At the end of the 12-month(one-year) service life, the thermoplastic material shall meet the following thresholds in the areas of bonding, nighttime visibility(retroreflectivity), and color (chromaticity). a. BONDING. No more than 1 percent of the surface area shall become loose from the pavement within the warranty period. b. RETROREFLECTIVITY. White: Minimum 100 mcd m-21x-1 Yellow: Minimum 70 mcd m-21x 1 Renton Municipal Airport P-620-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 12/2011 AC 150/5370-1OF (NOTICE F-1) These values are in compliance with the minimum values documented by the FAA on page 18 of the May 2008 report"DOT/FAA/AR-TN08/22, Evaluation of Thermoplastic Marking Materials." Retroreflectivity shall be defined by ASTM E1710 (Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer). Retroreflectivity readings shall be taken with a DELTA LTL-X instrument or a similar instrument having the same accuracy, repeatability, and reproducibility. The markings being evaluated shall be clean and dry according to ASTM"Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments." Loose dirt shall be removed by pressure washing,.perhaps using soap, brushing, or high- pressure air. However, these techniques are usually insufficient to remove dirt that is packed into the marking surface, asphalt oil, and rubber skid marks. Evaluation shall be done on areas that are typical of the marking section; avoid areas of paint tracking or contamination. It may be useful to take photographs using a digital camera and a good macro lens to be able to see the contamination on or between the glass beads. c. CHROMATICITY. The CIE x, y chromaticity coordinates for white and yellow markings shall be within the CIE in-service color box established by using the methodology documented by the FAA on page A-7/A-8 of the March 2003 report"DOT/FAA/AR-TN03/22, Development Methods for Determining Airport Pavement Marking Effectiveness;" i.e., the in- service color box for red has been obtained by extending the orange and purple boundary lines of the red color box in Figure A-2 on page A-2 to the line y= 0.750—x. The chromaticity coordinates for this in-service color box are: 1 2 3 4 X y x y x y x y 0.6940 0.3100 0.6580 0.3450 0.4159 0.3341 0.4264 0.3236 d. SAMPLING. The sampling procedure for both retroreflectivity and chromaticity shall be consistent with"Retroreflectivity Check" and"Chromaticity Check"respectively, as documented on pages 4 and 5 of the March 2003 report"DOT/FAA/AR-TN03/22; Development Methods for Determining Airport Pavement Marking Effectiveness." However, for warranty purposes the simple average of the chromaticity readings per color shall be the final x, y data point. Chromaticity shall be defined by ASTM E308 (Standard Practice for Computing the Colors of Objects by Using the CIE System). Chromaticity readings shall be taken with a BYK Gardner color-guide instrument or a similar instrument having the same accuracy, repeatability, and reproducibility. Renton Municipal Airport P-620-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum I 12/2011 AC 150/5370-1OF (NOTICE F-1) Chromaticity readings shall be taken on dry and clean markings as defined in ASTM WK 19195 (see above following STM E1164 (Standard Practice for Obtaining Spectrophotometric Data for Object-Color Evaluation). 620-3.12 PAINT REMOVAL.The removal of paint shall be accomplished by water blasting or a method approved by the Engineer. Paint removal shall not damage the existing pavement, shall not create a FOD hazard to aircraft, and shall restore clear and acceptable visual contrast between pavement and new marking. Damage of existing pavement is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of off site, in compliance with applicable state, local, and federal requirements. METHOD OF MEASUREMENT 620-4.1 The quantity of pavement marking and pavement marking removal to be paid for shall be the number of square feet of pavement marking (including glass beads) and pavement marking removal performed in accordance with the specifications and accepted by the Engineer. The number of square feet of pavement marking includes 2 applications of paint. The square foot quantity measured for pavement marking is defined by the physical area covered with paint, regardless of the number of coats applied to this area. The quantity of area painted shall not be counted or paid multiple times for each individual coat of paint applied to the same area. BASIS OF PAYMENT 620-5.1 Payment for pavement marking and removal shall be made at the respective contract price per square foot for pavement marking (including reflective media) and pavement marking removal. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. The pay item for pavement marking includes 2 applications per square foot of paint. Separate payment for the square foot quantity of each coat will not be made. The unit price per square foot of pavement marking includes both coats of paint. Payment will be made under: Item P-620-5.1 Thermoplastic Pavement Marking—per square foot Item P-620-5.2 Pavement Marking—per square foot Item P-620-5.3 Pavement Marking Removal—per square foot TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis of Glass Sand Renton Municipal Airport P-620-9 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 12/2011 AC 150/5370-1OF (NOTICE F-1) ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No-Pick-Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1213-54 (1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water-Exposure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141D/GEN Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal 40 CFR Part 60, Appendix A—Definition of Traverse Point Regulations Number and Location Code of Federal 29 CFR Part 1910.1200—Hazard Communications Regulations FED SPEC TT-B-1325D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Paint, Traffic, Solvent Based Description(CID) A-A-2886B Renton Municipal Airport P-620-10 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Addendum 1 12/2011 AC 150/5370-1OF (NOTICE F-1) FED STD 595 Colors used in Government Procurement END OF ITEM P-620 Renton Municipal Airport P-620-11 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications Addendum 1 BOEING FUGHTLINE PHASE 1 ONLY STAGING AIRPORT TOWER ; CONTRACTOR STAGING AND AND STORAGE AREA STORAGE AREA (ALL PH­Sd' ARP OFFl E,..,; ;. : ...: ---:.^� _._. - :^- ..�,r,.,-.�.-�,+xr'�^"x�__-._ ,...._•.:��..,,. .. r� '�'T;,,..�..:-.»;.-.,-'^'.,, "`�L. �liit!?Itill4A-. ' P i: _ •iwk _...�,.���(S :NRFO ..Pp�p��� 'x`yrry*�ar.. _ _ _ _ ;..�.:"".,,,....�.••"'-". _._ _ '-> 't'.i-6t{r! ' 1,F . .. '��`"�kiT ..,`_"�-•+w- +..,, '_� �� �^ _.vim. ..n`.-.�..., i - . ,,,` t ,_._. ,.:a.=rte v "- _, ..:,a.•' .,. +;;,r.-•�"�"'.�,...--•„G.,_...... K. e �1'.;.a,:,,:;,:, �'su-�-`.��".'s-.,� t 2 SE� _ . t :-. ,. , „3 """': °' ...,;.,:,�'���-�.,L 1_ •,ay t ii:411tt�,. in r� +J�-..,F .,: ' : .• :: i I ", }. . ENLARGED PLAN � `,- ��. 1 1'� ,rte ^•pOfA^;t^^ :. ROFA .-n• -•-'ROFA - N6F A: _>: _,�!'1N1f -- flOFA,-' .^^'�ACB'h;.. ._ •,^^-•° RM•A' _ ROrA ---ROfA ROf�._ �..��r..' .R%A ,^1• O I .. . _ruuwr. o " !_ �k�,',�....w:{ �y.,,r OR t +'Y 'w..^^",%tS .:Qf2.. pyZ ._-.-_ OFZ -, OF2 .Of2,' (S Rot . ii.�iA_ AS! ASF .. .. --'mil :'AST, - 'ASA =.RSA RSA RSA ° _ G' 9 .. RUNWAY 34-16 f� • Pi-R! , 4 »tom : :.: i ;.... RG• _.-+ RSA ._ ...-..,.--,'F,.E,y,. i,.---�; - � 71iF _. .._�.>. :._.., __.'� __. �..,- .-NS4. +l,.eW-,RSA O ,- ia::r na Fz z ram - - . .. �� �iwr jpSL�'n�R:•Tfl.'na•'�' ++ . :r -- ' .,. `i'�""®•,9S9I ROFA �';R�A ', ROfA' ROFA .. - �G.7Y. o .:u?. ,ROV �,{tW'A RIfYA: ov t t.,i ,, i S$a-f-5. ., ,,_....4uftib,;4"Me . 'kt ,E ,., ?K'ak`i'. a to a.L. "1S "�....-..^'""".,...� r. . ..:x:..s�F_:""• � ev S fr .: . yr - __' ;:! ''"T';• - "fir 2 9 - : - 1 .. ... !•. .+- ,w k'$.: c 3: ,.,., r- ...."..,_ �Sr*' &:r.�_„,>' ,• 't�`" s-•- .r�-•.e ..:.:..°lfyF,�'""' :r c� _ 4 __. 1 1 41` : dd LI ...°'"`_ A it } - :. � �S'... �:{.-.. C�tli•arc.,. ��_ _.w..._ _� �. _ .. s •y.: r,. >. •-c' ,s.,' '.o .-. t"f/ X,�y� .."�:-__•" �,o°o :J s r"�.• .. `u :: .' , :.t.;;_ ..-, ... •.� •: ..,'�•' .,+:+_,. ,".w:z:.�+ic- �_,a,.- a� i^+ 'fir'-""_ .. _. 'l T"Id�'�R.; -:w= �.•,*"_- ^:, ,�,.:i-.+.•_. ..:..,.,,..: ..,,�:.-_.._=s::::.-�..r"--" E. •".... .r-.. Ts Yt `^.:"�•�-"_ '; c 3° ... s*�- ....,_.,...' ,. ,;: .•..•:. ,• • ..�= �.-"�.'�, ..,ter<' - : .. , -ys .. .. .,,wy .. •=. '=::ai�r^s.ss '4yy x.,:.-'»'^t'r•_«. ",°».:....+ Tl- c J t+' Q { - ,.wee• ; .. �-`, i_ �.._-,S _ .. ..r. .- , :.�. ', ..'..,....,.,.r•s°'t :h- ,'.:.^•..-� JF:IG. ^5:., _. N z. sy- ,. y_ rP ,(, ., ,«:.,,,... . . ......w. _... ..........m ..,,_ - .. ,,. ,. ..,.:._ c. -�� r'�,••.1LY�Y: 1.,ys _;Y-w.'^_", ^`.�. .""�- � ao �f!/k�JY ,a"ato _ _ .. ,, ,,_. .. ,,,....w- ;mom;• °-�--...--d.:: _. tea..;.,;::--°.."" » d �. r+ w n- _,. - i' � - ___° ter^'--� ,... .. .A. w•.-:---�.-,,__ ~=�m.� _,_.+ ''.....-,..-°„. i r i` �. - _.. ,..:.=•- .: ����. --•w•- v;_--'1,�1,•�"`.,, t.,..--^`_ ;�-•mac-- - -'$,x .,�'. - "t" .fi:rf.1 r- r F .. .... ,1 ,;' '•...:�s w.- x a.' i^swx^^ "" t/t i'�,,_. -; ;. i" 'z r •--rt ... , G.:.tw. ,t- >-...: ."r..-°-=- sr. ' Pl+ .....,_ '� Yb�, A }� a" lit" �,�• t -J•-^- �ri`���� �� .1..:{:-t=."�.,�-r ^.-_.^"" {_ �;��.�y:Y••-•-' '.1. .. �✓� {:: � 1,.,;;+ rL.-. ,,„,.0,1'.t .?#!"+4"•"a...'\S*k r-`'l - :.,.i.xm..',,., x-... .•.."�_._; $'4° r` c2....,-.„....d; ±�-3:; �.I' {41.r { J y r - c s 3 ,: r '• z _ 4 EXISTING N08 FACILITY. p 4 1; .1,e 1 tlk r ✓?" J i' f 100 CLEAR AREA RE UIRED f • �:�•.-'.-:= _ "w:,-.,.._:•-. ...:..✓.,, :,,,,� FSP � ,- -, 1 I }+:- �.. '� 1- i"���:�,.F.g 1f.�ry� -!. " .'"tw. •',..r x'^�--»' ;-. /:" .;,.-:. ;'��. .+�'1[nit ,�. E �� ,tt '.�" 1;{R *a1Ji4-°"'.,� _�✓t'1t u '-�'t ',,e.",,` .; :', F ti. ir'_fy. ,-,: ,kticnr, . ... � •,.. i; � "_�"`:�� ..•-;4•��.t 1 r•-,. :. : C..,.:•..,.1"r iry •. .. .. a .:.•._ -.. ...: A,n�^; x,yx i4 w•,r t:.` , BOEING COMPASS ROSE' E7 2' � t:t�� y t :'t t AS CIS CRITICAL AREA - NO OBJECTS OR `- i't` '- _ -��.._.��.,.:"::�: t` :' �' '- ,�.•''°""""' s?i. �"'�.„:.- EQUIPMENT SHALL BE TALLER THAN 25' , � -�•- {{ �} • �.., -, _.. �> •.f- .. kip.'^!- � �. , . tr "1 a -..-:,--�'-, r.¢"' ��+ r'.�+�.2�...s._ _ 2 tf tq1 3 t` ,. A f ! :• `� ;: 4 1T t - A ABOVE GROUND ELEVATION WITHIN 500' 1 x EXISTING PRIVATELY1 +, BOEING FLIGHTLINE BOEING AIRCRAFT BRIDGE :. LEASED TIEDOWN RAMP ' ' 14 _ y �,��•.,.:.. °`:`-�,��i`�.a � Wiz- -.�.,i may` EXISTING ASOS•FACILITY „ ;a�••'-. �� AIRPORT PERIMETER ROAD ALTERNATE CONTRACTOR STAGING AREA PARALLEL TO FLOOD WALL (ALL PHASES) LLJ AIRPORT SIGNS TO BE TAXIWAY B NORTH PORTION DATUM: GENERAL NOTES: LEGEND: c9 MODIFIED, TYPICAL. SEE SHEET RECONSTRUCTION, SEE SHEETS G1.4 SEE SHEET G1.3 FOR DATUM INFORMATION. "T: CONTRACTOR SHALL ATTEND A SAFETY COURSE BY THE CONTRACTOR STAGING AND Z G1.7 FOR PROJECT PHASING THRU G1.6 FOR PROJECT PHASING AIRPORT FOR SAFETY AND DRIVING ON THE TAXIWAY. STORAGE AREA 0 CONTRACTOR SHALL ALSO BE TRAINED BY THE AIRPORT a WORK AREA RADIO ORIPACCOMPANIED BY AN AIRPORT ESCORT AT RT O� o .. - ..' ... CONTRACTOR HAUL AND a 0 TWISTED FABRIC TIE, TYP THE AIRPORTS DISCRETION. GoD GOD GoD ¢ ♦ ACCESS ROUTE : Z 2. THE AIRPORT SHALL COORDINATE ANY TAXIWAY OR � d z° R - 81N0.AND - RUNWAY CLOSURES THAT ARE REQUIRED DURING _ v CL m RO SECURE FENCE CONSTRUCTION. SEE CSPP /A-100 FOR ADDITIONAL z 0 2 K CCU p Rl m POSTS TOGETHER „NOTES: 3. CONTRACTOR SHALL FOLLOW AIRPORT AN z Q o i G7.2tf"` PROCEDURES WHEN CROSSING AIRCRAFT BRIDGE m O ?2 • I ;!1 - FENCE AT EITHER END OF 125' 1105 r TOP BAR 1.MATCH THE EXISTING TAXILANE OR ANY AIRPORT ROAD OR TAXIWAY. SEE a g ^' x�•_ BRACE POST THE INSTALLATION. SAFETY AND PHASING NOTES IN SPECIFICATION A-100. 25 STRETCHER BAR 2.ALL STRUCTURAL FENCE MEMBERS, POSTS, 4. SEE SHEETS Gi.4 THRU G1.6 FOR TAXIWAY B PHASING. a X' X X s e - .: m RAILS, FABRIC TiES, AND BRACE RAILS SHALL m L►J -'°`+''-m-°�--<^•--,^<--' --- -✓" H T- GALVANIZED. A M 5. SEE SHEET Gi.7 FOR AIRPORT SIGNAGE PHASING. STAGING AND x ? ., BOTTOM BAR SHALL BE HOT-DIPPED SIZES AND WEIGHTS SHOWN. w Q STORAGE AREA 55'I. / ) 3. c - } 3.CONTRACTOR SHALL PROVIDE BRACE RAIL INSTALL p X 4 510 CII GATE BETWEEN TERMINAL AND LINE POSTS, LENGTHS Q 0 SHALL BE AS REQUIRED. F- f ?S' _.- �- '-� T-- �-r 4.INSTALL THE FENCE TO ALLOW A MAXIMUM OF CALL 48 HOURS z - _ 9 GAUGE CHAIN CONCRETE 6-INCHES OF SPACE BETWEEN THE BOTTOM OF LINK FABRIC BLOCK" FENCE AND THE GROUND. BEFORE YOU a DIG p / SCALE IN'FEET -800.-424-6868 Z ... 2 TEMPORARY CHAIN LINK FENCE DETAIL 4 ,a AS NOTED e 50 0 50 100 NOT TO SCALE A _ `s'WB ", �; G 1.2 n ENLARGED. PLAN - NOTE: CONTRACTOR-SHALL SUBMIT FENCE . �; r °".RH IG 1 •2 LAYOUT, PANEL BINDING METHOD, AND FENCE A� BLOCK METHOD TO ENGINEER FOR APPROVAL �'h yAFC w' "L" ..e.. N G1.2 NOT TO SCALE o SCAL IN FEET F6,knL �~1 :,NOTE: M Dr'-_�'U1 RE 1 JUNE 26n.'20w1A2na' 200 200 aao ADJUST SCALES ACCORDINGLY., E :m`•23-2010-007 IE r 2 5 . . ... .. . \ 'ti / W �^''HilAn2L 0. ' I NEW TAXIWAY EDGE LIGHT, SEE E 7�C _7 et ,, , �j E n SHEET C51 AND C5.2, TYP N IE t <, s Ir ALL 104 LF 12" DI ® 0 689' NOTE: u - E (' E C'7' Rit.;,p.. _..__,,m,._„...,__„; .,,,....._...._ __._ u' sr;- ' ,;i n,' I Ek \ :I NHINSTAU:3 LF CAPPED STUB 6" HOPE 1' 1.SEE SHEET Gi.t FOR LEGEND FOR ..-.._... .Sii°-� �� W STAb1DRRp FRAME & GRATE 5.� �� INSTALL 51 lF _-.... _ �. P?' ' , INSTALL CB.1t TYPE 2 - 4 : 12 DI ® 0.50% FOR FUTURE EXTENSI , TYP 1 EXISTING AND NEW CONSTRUCTION ITEMS. CN > Pr" ,, 4p. _ , }� i' INSTALL CO 2.CONTRACTOR SHALL REMOVE AND DISPOSE B'STA X29:6; 62.4 LT w TW B STA'19+25.0Q;'14.00' L'T OF EXISTING UNDER DRAINS WHERE NEW r f - '-.,,,,._�'t-MATCH EXISTiRIM &.INVERTS q ---:+- ' - °---^^•° _-, IE-20.3, '1'2"4NE. SEE" tF `'` ,I I END TRANSITION r r IE=22.05 B ND?E PERT; SEE 3' UNDER DRAINS WILL BE INSTALLED. . ( TW B STA 2&+80:1125 RT • a WHERE NEW PIPE MAY CONNECT TO THE ^ e P x ShTti;t{ r st.--a': < -- fvv ,C3.1_ vi . F$` I EXISTING AUNDER DRAINS THE CONTRACTOR o _ „-.. W_-. f r 4 �� THELENGINEERHF THENNVERT ELEVATIONS F _ -'----^^ .,,- EXIST UNDERDRAIN :.� ,� , AND FLOW DIRECTIONS D0 NOT MATCH wr 1: i i c! e t�FIEID:VERiFY) �__^: -^_, s... . ; ALL BASINS SHALL 8E 11- ^" y .SO - 83 LF 12' DI p =-.'•••,-• f `*•"-- 1 N b ° U. TAGGED WITH CATCH DECAL DEPICTING 23 as TAXIWAY` g, a 0.5SR o% ^ t "R"'. "_ .-.,,.,,,.- / . ;SDI'0 , t IN- 3 THE AIRPORTS STRUCTURE NUMBER. - _ - -«_ n_,. o. - _ o+ n CO IC►J: CATCH BASIN NUMBERS SHALL BE 1.+,r.-._. ".� i r,5 :i: ASSIGNED BY AIRPORT.1.1. a ,» .-"a'��" N TW B STA29+25 OD t4.00''1tT (y� ASS THE Z .-,„ e Gta - . , O .6Q «- IE 22 05i;6 tlnPE:PFD Z 44-.:`-`- _Y t - -* .r -ts, x 57R'TEd ,« jf0: y - M' ,, y T?.EI _-�'��,,,« ±z "ff., 4.SEE SHEET C5:1 AND C5.2 FOR . -" "` -�^. - ------ r� w"` `^-+ to W __ ELEVATION ADJUSTTAENi OF EXISTING °11--. ----?-_- yf� w. f r 3Y L __. KT s " Y1. � - .... 4{ - ELECTRICAL MANHOLES. o 10 Mf '^ --,677 a Ttc1_- ...,._,,.t9 t ws{ = «11.,::,.._._,. tatL -_. _ rte -*T ='� kX20'- :,:-t�tj "'G^ D, C. d Q `'-: - :.�_ vl �..j'" �,u' " Y �' ' 7W B STA 29+25„78 7':RT 7' 1' 5.SEE SHEETS E21 THRU E2.5 FOR - a_ - s° .. NALT ''� SWAIE HIGH PT E1=24 3 O CONVERSION OF EXISTING BASECANS TO b -... ,.".,,k-' - ; , a. ":,-w. ,., BEGIN.7T2AN5 �_ HANDHOLES. ., 1.„ _, ,,.,,.._° �4ti ,. TW B S? T AID '1': �I, +',_'"r (j(}' '' A.26+50, 17.6r Rl " ,� C? 6.CATCH'BASINS SHALL HAVE SOLID ol, .,�- - - I Z +aQa 26+a ,.-Y- LO G UD UNLESS NOTED OTHERWISE. I .1 4;33' �' ° O�AOING DMD'FRAME`& GRATE 4 -�M CKIN r - ' ASPHALT SWALE RI 82.000 L85 x 1 r_ ° N l vr�` _ �,, B STA 29 43.90 19.0' RT `*'� 1� ENO: M=24.10 7 N 11 . �., ( TW B STA 28+86, 17.6' RT IE=21.30, 12"'5 I g .( `'" v" EL=24.15 IW ` f :t :w _ ». Z b-✓ r „°n n 5 C ,. SWALE H GHuPT X24 30 T .I-—� Y 0-- N N v H.:.� _ _. , _ __ _' .._:_: _..._.._... r' !' � GB.: 2 TYPE I , _ 00 1 *`', -- +•- N y. f Wf..�ANDARO FRAME&:GRATE CB. - ! �I zzn t S : \ LOADING=82,000 LBS W&STANDARD FRAME & GRATE I t}- 1 CE'�s,1 :a I ' - -'" , i TIN B STA 28+91.50, 7840 RT LOADING =82,000 LBS I i {Q -_ =1 6 Z4 '' I., RIM=24.00 T 29+78 9 0 1{ 1" F. I-... 16 '.rt b4 .fY _,.ter _ t N .? I fe 2 00 TW B STA 70 1 0 RT 4 y S-22= -1 IE=21.00, 12"N,SW - SE RIM=24.10 c" 3 ^• n u 3 G-.L_ r?Tt . __ _:n TYP. C3.2 = - ��_ .11' IE 21 6 12"t4" e ' s tlti,_,-.,,._-.O -_......----_.; .-.. ,..:_.:�, -«.r.,..:ky 1e V•- W R 1 "'`-:. - - 1 �, eL f 1 i TW B STA 29+90.8, 19.5' RT HORIZONTAL 1 BOEING LEASE ,f SWALE HIGH PT EL=24.20 SEE 6 scAk IN FEET\.•-» i I � 4 BOUNDARY -; .. ,'t- r .- a :3 - 20 A. 20 40 C3 2: ' , « _ I j 1 t I I ��+ , I 4 i � I [ ALE W FEE 1 I o I a _ ,._..,._,_ ..,_ ,,,,.-,-............ . _.,_,,..,..,,,,. - ,..... ._ _. .. - - . „ , , , • 11. , 1. _ �y , , ... ..... ,-. . , , _ . 28 .. , , ­­-l.­­­­.­­ ,,... . ,,.,, , t. ..,y -"t ,,, .. ..,., 11.., ,,., < - ., ,. _ - , i qty f ....fir..: 3 ,e . 4 ., 4 C V 1 ,.,,.. , , 27 /il �T 27 , ,.::.,.,,,.,,,. _.,. �.:,.,. ... .... .n -. -x ..,t.e.i,.....,.. , , 3." _ , .. a.. , .. ": t .. L►J 1. ttoA 3Ve ;. _.-.. , ;. ° a: "x , « n , , ." , _.. ., .. ,... - - o!,o Im 26 „ «. , S $ { + Z ice. N N �6 ..:.«:...,a-, ::._... ,. ,..,.-..,_ - _ _ate 4-.. v :an - «- i " >m ati N >'ROPO$EQ ""x-,-Y .,; • N c.f ,,,�ry :. V1 N tl. O 11 F, W , , „ z x„ , : .: ,E.: ...,, ,4 ._"-, .,::,,, ..., ::, „ y� Gff7SDE: EL -. y �, - „ 0 - .11 4' _ + 1 a __, ,: , ;.,., , 0 0 - a i - o"'. Y, 4H _ ... v d 1. .,,., ,, ,.:, - -..:_- ._=- -,_.-: ._'__, yam-._. - -11 - - , C , , _ tT +11, m .., -, r ,, ,, r'-,, , ., / 1 / a....,. ., - 24-- , . rt O �- ,,.,,... „,,.: CLt G.31�i.. _... :... . ....... O u:.. _., n. ,. , .. , ,, x.,,.,... .,,..n, ",, ,,.. .,,,, ... _ I 11 - ,.. �,�s,r W I T72AN5TT1 - PORARY_ aN to P _ - - , - _ - _ ,,. . ,, TW�B STA 28+�5 ;� ,.� '• �. ?ETA MATCH NG P VEM EX1ST1 A ENT �v,,'1. XTST1fdG_GRADE A-r:: ,r i i I �,., ,<. ,. . .......::.... ._.,... ..., ..,, ,,.,..,.,..,T4N,8.OEN:FERUNE.... a.:BEGIN..CESNSTRLTETION,:. Nn,. " CLI ,, .. Z -:,..._,,,_,.....„_,... - I MATCHiEXISTlNG 1. a 0 tl a 1., 9 N G 'M` I i , , y.. ,a. .,....,.,. ..,. -Q 'J'x : .: r..,, : .. .. ,11 1. Q ,.,...,,.,,,,., " .,, . '�Y Q x ,., « ° 0 NA4• « 3 z2 ,, x X _.-,1.. 7a � �� zz a 0 Q 1.- Q v r „ �f U 1 w . >..... - , :7 , , ,11 r , 11 2t . . . - , ., , -„ .,, , .. ,.,_,,,., „ :, . :- -_. , _.. ,. : _. :. RE 0 , . , „ ,,. .. . .1... .-:: , , , _.... .. v' ... ... .... .... , .. x A i-�t10�=4�4-1f1566 „ _ AS NOTED :, . ,' ' ,. .. .- , ,« 20:. .: ,, .,.,,. .,,,,:r.... . ., _11-111-- , n WB V . , RH w .. -6 k .- >.. _;,.. : ... .. :,,-, ,.. �.,..o-rr.,: - ,, ,t ....+,., .s.p.._ ........r., ..t _ .....,,< . z..:;:, • .-.p€ ,{..« „. ,,....a,N ."4dN - ^.c•• �':' p rn. ..«..:i.a, t:,.:i. .p- .;: .: -,.,, , .S ..a.:.,.,_�• ,.a- ....7 :;} , 11 `1.1. ..N' .,IN N N. ..:d yyj11',11 r NOTE 1 -1, .., :. ? :u w. LL E .:He 4 , 7f` NOT M UR t - „ ..._-. ;<- 0 f Y. JUNE:28` 2012 _.-. ,.,..,. :--,-.-1 .'2 .-0 :_ , ,. - IUS. SCALES'AC0 RO NGL ,ac. 25+00 . .. 26+00 28+00 _, 29+00 '.,, , 30+00, 27+aa •ro-23-2010-007 ' I .1 I ,. I I 1-10,11"a I . I 1,-R x ,-, TW BUSTA 3'+96'i 7fi13S L-T 0 030 DI �\\l A5 t5' f _ I �.0 ` ;- IL-2T 15,:E' H E'-,PERF ��r ° 1 % �> MfaJCH'E7il5T1NG SUBDRAIN IF FOUND w �e ., 1 v 1 r. ,L, „ !.i \ co. OQ. \.0 , BEG1N SWALE 1 l"/.5T EYPf 2 .R5 ••" �N r!0 � Cp. .�,.. n,. , *.. _ C+'; .. TW 8 STA 34+42.22,-112.1' LT 1. i Wj.SfANOAREt FRAME.&GTtA . ` a CB #7,:TYPE'>2-.48. TO B SfA 84+13,$0„87,,i. LT .. � `.. t IE=23,0 TW Be$FA 30+945 52:3'X" 1 Wj ANOARD FRAME&',GRATE IE:21.O4..I '.yam/ A „;RIM & IN ERTS wp..•,, 0 TW 8 STA'S3+75 7,52 4', LT; %� �v�♦ ,� � i CO: MATCH EXIST IE=20.93 12'SE 1 RIM 22.2 ` SY : p r TW B STA 34+24:3Q'1Ot:30°LT 11!E 21,05 6• # "'E, AE , MATH EXIST INVERTS ,�11 . - 1ghT. �, ' ti _J IE=21.1 B, 6" HDPE-PERF. MATCH `. z TYP. C3:2 080 $"N` :A � EXISTING SUBDRAN IF FOUND, SEE, � :�;. ,,. _ - 1_111, y f� -.. ri i8 t r 93 LF 12" DI ® 0.347 1E:'2045 8..5E d ,+„-" - `,s 96' '1,, 4 �♦ I� k - �j" I INSTALL.INVERTE17r7EE 032 { •7 r,- 0 LF 6 HOPE 0 OJ2% ,,...^"". , TURNED DOWN ELBOW,ON: ^°. < ,� ; , ly-� "„� 1h ;rr h oISCHARGE RIPE: MJ iTTTINGS` Off" .. `� r .. 3 z7�i v C_Fa,7 ��,pQ _ , 1 TW 8 _T , 1 _ff_: 56 , Sa ,�k�m'�_36 *aU`: SEY �t. . !v3 E. END UD , `` _' ` �, .+' W 1 . TW 8 STA 3D#6476:14.00' LT )E,2.1 35,V. HOPE PERF.: { _-F----F F.. .f ''`' t��;e Y{ ♦ E- �,IOTE: r ,."m..� y is .: r_,.-,,:«7r-.' -y-.N ,tg'Cm6 , �. 2 .c�RUI 11 -: +,+� W IE=21.41, 6".HOPE PEItE ._. 2 s p� `Iw 1 .1 F 'c- .-. - - - „ -t -31 F .' �s"�:JE:°• _ EXISTING ANDINEW�CONSTRUCTION ITEMS. .z 11 . ::./ { , CO ^F. i Cacay I. ♦ .: s I V,,._-_,» "TN.B STA 30+72.34, 14.00' LT ` , f ,; 1.V) 11___ " _ .> � - ,.,.7e. . 2. CONTRACTOR SHALL REMOVE AND DISPOSE o W -F� -F F ., ,- , ,F,' _tE=2295; 6" HDPE-PERF �. >, ,,� _3$EF 6"'}LOPE 6 0:3(f7. �+ ., , OF EXISTING UNDER DRAINS WHERE NEW W --.,: .-- a cT. a , W.„ ! F •_,_._,-F � ENO (iQ ,, t1+, ,-". Sy} / P W UNDER DRAINS WILL BE INSTALLED. o: .-F, 1111 D STA:33t73b.:.;94.{1Q .L ``,, ,-•. ,-1 � VI a 1. I: J�( T{ _„:_ I5=20.64,:6' HDPEPERF, :• p 1 WHERE NEW PIPE MAY CONNECT TO THE O-_ p. p ._..-p• P,., �....€ k --f,.-w P' F _ ,t • ,° r .. { -.,:_. !.__.' -<_: a. �� r11 , O p EXISTING UNDER GRAINS THE CONTRACTOR o, O Q _ e- -_u --»--- m -�-: +-----.. 'r; ,,37'.{ 6".HDPE® O SHALL MAKE THE CONNECTION OR ADVISE m'. a r T °'. -� O THE ENGINEER IF 7HE INVERT ELEVATIONS n K _p -.:: -- O t� , . ,. h 3�+0 .. .. TW;T3 STA�3+7$,90, 14O si: 4+00 .�Jr�IA AND FLOW DIRECTIONS DO NOT MATCH.1.M :' d 32+00 33+00 1E=21.7b b'•CHOPE PERF: :o', ... 3 I+) r .. _, ..:.:. w.. 1;111,„.. : .-.... ',..a.,. .. , . _.. ., , _ +. >* - 13" ,END,:UQ'..: ,, tV 3.ALL NEW CATCH BASINS SHALL BE Q 1 r':7r) ' " d .. <,Y -, vs. : (a TAGGED WITH ALUMINUM"DECAL DEPICTING H t3 . . ,,. TAXIWAY B . . 95 LF 12..01. :.;:c TW'B-STA.33+7$.9.14.00 LT.. N F- ,e'as.:• -_ ,.c:- rq ..:w_�_ r, - '. ,." ` """°'° , - , ,, THE AIRPORTS STRUCTURE NUMBER. „� VI ; x _ T��.R _ ____. ' ; MATCH EXIST,SLOPE „. IE 21.41,6 HDPE-PERF ` _. . __. __. .._._.,..._.: 1111-_,._________ ___-;___ _-.W,_..:_:. _1_1___11.__. __._ _ V? BE -1 I __ ... _ -"_ '--_ IN UMBERS SHALL J _ LtiJ I,.-. .� �. _mm ,-;..-+ ,. .e p''' 6J' ASSIGNED BY TH PORT. .».. .:_• .. ...141 ....._.:,�.,- _ .. ,_.� °: 111_1 _;» ,.._ Z. n.. It -'3x„ ...:" C .,.;" 3"-"":h�+ 11_:11.4'.r...- - p',,,_,w. 1111 ...fi' - .,�.,<p _" 1111... f..,', b Vii', ,. x,Z. - _.M-. _ _" R CATCH BASIN N E AfR w -J'L.. .. G _ -� �.4_"1111.! '- -»`>,. I _W_ " END 11D in r 1� 4.SEE SHEET C5.1 AND C5 2 FOR � / r" �y. = ELEVATION ADJUSTMENT OF EXISTING z ```C`` G' F' T B STA 33+73:0 142 LT �� .-y c' • rn QJ U I. S �. F' .%' ELECTRICAL MANHOLES.11 TASS .- aa" 4 '"- Q z�n G '" C O,C 7, ^� "62..6' HOPE !? `�,.,': a� _ S r .,r> $ 18 H 11 Q C :.. C : .- c,Jc Lie. \ F .^ r 3 5 SE HE 1 THRU E2.5 FOR °�� j' m ,-_� \ �'� __ ,7 I _ F _F ��`' F.. I� CONVERSION OF EXISTING BASECANS TO N y !!! 4 CO. ti . ; 1. a OHOLES. N .+''••c{II--_.-__._ . +N `TW B STA 30+53.01, 14.00' RT '�., $ - - F' r"' 6.CATCH BASINS SHALL HAVE SOLID 1 x IE=22.22, 6' HDPE-PERF Tw B STA 32+30, 14.00' RT BOEING LFl4SE 35:LF 6' HDPE ®' C 35 LF. HDPEi® 1 °O 11,viz am IE=21.34, 6"HDPE-PERF t 60UNOARY ti 0;$OR 3.678 _A� R CKING LID UNLESS NOTED OTHERWISE. rte',- w d 14 LF 6"HDPE r a , .,.. .ti c ; _. ENO UD ® 1.357 CBS TYPE 9 "''3 7,FIELD VERIFY THE LOCATION OF C8#5 Wf.'STANDARD.F.RAME'&GRATE � B STA 30+45.53, 14.00' RT SWALE HIGH POINT . O � � 'WITH THE AIRPORT PRIOR TO FINAL I LOADING = 82;000'LBS IE=21.44, 6" HDPE-PERF TW B STA 31+75, 16.8' RT % C8 8, TYPE 1 , i a l-, � �' � I'. t: �.2 _ PLACEMENT. THE STRUCTURE MUST BE ' ( - TW 8 STA 30+42.43; 24,87' RT EL=24.4' W/;STANDARD FRAME & GRATE , , TW g 34+25,25''RT 1 OUTSIDE A 165-FOOT RADIUS, FROM THE � RIM TW B STA 33+76.0, 48.0' RT BEGIN SWALE#11-2311'- CON TIE DOWN ANCHOR TYPE 1. ( IE=21.25, 12" W 1 TW B STA.32+75, 25.4' RT , TW B STA 33+25, 40' RT RIM=22.50 SEE TIE DOWN ANCHOR SCHEDULE i CENTEW OF THE COMPASS ROSE.. IE=21.25, 12" S BEGIN SWALE - IE-22.9 SEE. 6 MATCH EXISTING T2"SO W,E CO C E • END SWALE - TIE DOWN CABLES.P SEE" IE=21.25, 6' SW $7$`G3;2 IE-20:50: 8'NW,SW TW.B STA 34.04.dk Vt6l) RT 1 L TYP C3.2 END SWALE I 1 11" IE=21 69 6 HDPE PE-PER i., .,. . ._.._.a..., ..__,_.....,•;1..,111 ".1111._ _.:�r,_111.1,.„.. ,m °.„ .1,. _., It ._,...._..•.,,,..,.....,...1,.,., � C 1 7 TYP ,._...., :: 1111, .. , .1111, ., t ... ........._..1. .a,-a..,, ... - i, 1x11 r `t: t _.a. 1111.., :. - ... ., :. 1111. " 1111-...:,�::. ..........m.. ::::: ..'. ''11,11.. :,.:,:a>..,_1 ,.,: .. 3 . ,.;, ..--,..6.,,.,:111,°,. < .a. ,. - _ -.., .^ �:,_. < ;Z a ^-, ,,,r,m_, 2g ,..,,� _._,m..„..-.....,.-:,..,,,..,...,»..;,..,.....:«,.a,.,...,.�.,.:,,,»,.....,a,<.a ,,,.,1.».,111.._, - ,. x. ., >x „ ,1111_ 11 1 1..11:1 1« ,-.:,.i.::,,r:.-:..- ..r .a, -... . t. 1 r l u. e A, _, . .,-,:;:a, ,-a.wa....,- 1111:,,,111:1,. : ., .. ,R,...« '.,`. ,.`1' 4.11 ,,..,.,,, ,. 1111. • 11 , , x " , $ a _ � . . , ,. ,. r �r7/0R120Nfkl: _; , ,� ::, 1111 ::, „.., :„ - ■ '. .... ...... ....,.,...__-;:» ,:...e ._-:1:::111 :., , « . :. - , . . AL . + m :5. :. 'rt, ,.:€. ,.... , 1_111,. Z7 .,. C 27 °20 z, 2Q' qq r.. ._... _111 :1,, , .. 0 , , „ „ , , , , .,.,:,, 1111. :... ,,. .:,a.„_. .r„:,..._ e a....s..�:.r......... ... .v... .. ,_,1111 ...-,.-1111 '. k - 1111.. r.: 1111:.. ..::1111. ,..:..e..,.. ., 1111. .. -. _ - _ a 11:11.: 13'11» .. ,, ., 111..1 :,. , . , L -, .."',.. r.,r< xmx. i.,> Wit..,.. , a: .. ,. « .. , .. ,, - s_zr < ♦, a <-.> ....-» ., i. , .. .,.,. w.« , ..:..,-. 1111. .. ., 1111 ..'• .. ♦1111 1111. . :.. �« , ,I .. +, ,.n- n 3.:... ..-_ 1111. _.., _ - _ ., .. - { � ;'SCM,E mti'FCE1 •I- W •,. ; , 1111.._ .> .,, i',_ ,,.:` p .i ,s'. ,. ,t`. x 'm .,. 1111., , , - , :. ,. a, 1111�. , 1111 , , x. ' ,. _ r m Q 1 A': >xa is :* - 1 1... 1111. a : , Z& r: FROROSED;TAXI. 2 $ Z 11 R i e ...,. ,. b 1 d 1 2 . :., 1111.. ,. 1111 .»x.:... .._1111.,,..1111... 1111:...._.,1::111 - - .. 1111, r ^,, - _... .....w.. . - �- m :C U :.,, -1111. - , , ,.. ...... , _ , p' ., 1111.. .. 1111 - .. , -: ,. „ 3 1n �. O gg m �-d- a _,_....,... .. -., 3-= a r: W :,. ,_... _ J �y ,, ,i, T< F- Gi' a - N 11 I x. - : W' l� 25 t. > r .. 1111, ,:..-v « r,.. .. ;.e,.,, x 1111. a x >..1111. ,. r 1111. , �. LC f�J ..._,., , ,;...,.. "m,...,.,. ->,.11:11,.1::111.x:, n ,v :..u„ '.e,....:. 1.1:11 1111. «, ..., .. ,. a.au, a ,x..1111 e.,.,. 1111 x: .. r.:.,.. ... ...° n'h t.}: , ... -. _'.. ., 111:1 1:11.:1 E ,. n s. .. ,. .. :,._. - ,1, .. <, , 1111. ..<....,,.,, .. « D OOx ., 1 :..1111 . ...., ... 1111. , ,, , 1111'- :., x IL x ,..e 1111 ... ,. - p r...I , e > r - .....t _ , .,, .:. .., a_ «. .-. 1111 . 'v .n, -11- _ ,, .. _. w .. .t a e. e,_. n. h *-3 1 O 137- z Q _ m , 1 ­17, °r: , �.:' e ,:.. .. c a. 24• ry,�11•F S > .! - _ ------ „ 7� :L 24 ... .., 1111 .. .. ,:_.:....... :......_,.., 1_111, :: _.._m .___., _ .:: _,_.. _.,- 1111. .., ,,. -,•1 __ 1111• ,,. , ,.. < . - a'A+aes .. , I:, ' = g \'A _x. _; , 1.111.:..............:.: .. - '- _ .. -pt- W �� �a ..x - _,. - ._, ' .._ - - ..,._ fa fib.: _ . 1111.,. .. ., ... .. _. - ,� / -. , , ... ,.. , :,..'r , ..... -- m3 m , w.r. _. _., x, " .1 _1111 FSITNB GRIiOE :.. ( r. 1. � o m ., ,. „ . .,.. 1111. 1111 1113. :,.«... .:. _ ,. - m.• 9' 4 's` ..,11 :'m m ,_. ; --,,,_ ..: + , arnica p+' 1 s } „ t :> , :o- ', :1111 .: -,-. ,.-. _.:. ._. ,1. :. ,1111.. ,:,,. Cti W Q g ,. ... 1 111'1 a -1111 ., ,.,. -I ., ,».. {. Q .., .,.::. , « :,:, ...1111. 1:111,... .. ,«.,. .: r > 1111 , ,: :,: ,. .. , ,:, ,. .' „" -.. -Y }' 1 .......,,.,:'_„«., ,»1111 1111.: ,; .: J „ ,. _„ ',., .:_.....«1111,«... 1111 .. _ .. ., .. ,,.. - « 1111.-.. , 1111., :. .. _ 11'11.,., _ �. - ,,. -, ..,: . , a:i o- - ,.,. .,.,,��. ,:,a » n 1YJ44 I 3 J ZZ X , _ .. ... .:...,.:., _1111:1;111. _,.:M :111:1 .. x ...T__.,. ....'....,.. .- - 11_11_ .._„1111,._.,.. , .. _11_11_, .......,_ ,,..,.:_„_. - 11:11, 1111::. ro I, , 111'1 �.. 111__1,: .. , : .. ._ 1111 1111 - :. y .. x_ ,_,..,... .,_,: .. -, .:. 1:111.._..;. �' O Q 1111. < , , . .... - .. ., ... 11 1,1._..: .: I , , -... 5 «, , 1 1 11 � - n ..-. ,. x, ..,_ , - - U F- o „ L:.. :" _. .__..» _1111 _ ... _. , .._. . - - :_ :1111. _.. »1111 , - :r •i CALL �1$ HOURS 21 s 21, o . ^.„r _1111_ : ,. - - '` - _.._. .. gym. n.. ., � •. ,... .,w ., N , ._....._:.._....... ,+,.n_,..,-$......r.111_1 _.__ _ 1111'_. -n - wee - - .. m• y' _ . - , ,._ , BEFORE YOU �DlQ p ;. , z .a 1 86 8Ct1,-4' =8 1 . , �:.. 2M ..1111 .. 1111�,-„.,. :..•e -.'e re. .. ,e. ..._ .x P•a ., wx x,_ '„ , _, „: ,...:,.,,. _ '...1111... .:«..' .., 1111 .. - -i p!-1 "4: .'t �1 AS ,,-,.. 111.1 11::11 _. _., ;., 3,,._, _" NOTED I E .. :. .,, « ,.1'.: :...y,1111., p,... oex. - 4 ...l..o ...;:,...,.'...:. .._ : .. ,.-...,_111 1 :. .. - 9Har wir: , 111 �'.. s` WB r� ,. .,.; ...: ,,.... , 1111. ...,. 11.11.,. rryy I z2� -, 1:111.1111 ,. .. :., .. 1•,,... :.,,...,.,,..4- ,.. .t '.$" iL­1 Irl w 0 : ., -,r . _. „..,» N ..: 1111 1!:111.. "_... .:.w.. 1111. .< ,a�.:.:. . ".1111<.�,. a.r 1.111....a... .,+- a, _ ..- ., . ':1111 ,.- ,._... ..« ,.;::. ,v . .: n :. 1111 n. v.,-, , r...e v...,.. + 1111 „ 1111..� � « ,. 1111 x. - :. 1111... �� r.- ,�. s4 ..x 1111 ..:. .. ;'a :: - , :... -.,: .,.- ,' .. .:. .:.,'. 'i r. ., ... >e.N Vl.. w {� x. 1*ln V7 N- 171. to ., -r3i 1:.-, , u ..'. ,r Y.Y sr .r♦ O, Y• 8 ,7Pf ti 4 ..., 1111,7i r _t W •.Y H . _. .a' ?v, _.+ v .«d. , '.:n•' v: '.t v . _.:rr 4 +.v. 11 1 1, .,,v v ._ ,i:y ;4 o- r'7 v *'v a < cr: •RH .. ,.N N. c I N C.N a.N N .,�N 1 N' 1<:`m N k�S N. •: " N' '_ ,l+l: r-J N" f N. N N' i N*,,. rx.N N . . 1 ,., 11:1:1..„1111.. , ..111;1 1111 _ saa L w -_ -: -1111 z .. -.. , - i. i. ... .. < e. ..1111 -..P, .." r. . -s,._ . .. a. C... .3' ,.)� to I-t9: � ,r ,.:� ..1..,r�.. ., •a u t.V, ...:,f9 s+ y 4' (7 ,it (9 MOTE: ,o .ta.. a r`- ,,. • '...«r r+:: - -,:s a. .+, - - Y.A 7. r u,w - ... ,:kd =... - mn ".a tL, °.::Iti:: :i w -v .Iti• �.:w 'ur IF "L":DOES NOT EASLIRE.-tn JUNE 012 „ :T. 28. _., 1111_,111:1._... 1111..L. ., _.,.......,.:......: '1111,..,....:..�. ......11:11_ ., . ... _ ,: _. :_:..:..;._.,....,1,.._ »1111 .,, - .., r .., 1111. , _111.,3 1111,w _ .._ - •-ADJUSTS SCALES ACCOR1lINGlY. . :;" M . 2 s 30+00 µ31+00: 32+00 33 J 00.; 34+00 w. 35+00 �oE 23-2010-007 na `. BIOSWALE i1 CO t } D �. _:.-1111,.. >QIDe.SWALE AT t f I - - FOR INFORMATION .:,,3 r TW 8 STA 38+6815;..10200' LT TW;B STA.39+11.96 102A0' LT. 4 _ - 4-..j f, CATCH BASIN GRATE SEE PARTIAL FLAN IE�20.68:6"..HOPE=PERf tt 5f '` ; w IEy20:50:"6" HDPE-n EAF,'.SEE I w. : wb E 3 4$ 3 BEGIN�SWALE "° ` 11 TYP 1 >. - : 1 'TW$ STA 3$+65 52 LT >~ - SWALE ANGLE POINT '` TW 8 STA 38+50,04. 6;',,, I -O �l TYP . I 11 I TIN B STA 35+11.87. 45.7' LT MATCH EXISTING"RIM r = `-- t C �° °: , - " ___ IE-22.8_ 1E 2025.12 .E,Nn - . 1E=20.'66. 6 SE _..� 3 T 1 IE=22.7 C.s ,"t�++>r,. G a :20 20 : .��lk - .. �: -' .� • - .. ,E.---,111,1 : - . �` . T$WGIB STAR 39+30.04. 96.93 S LT Era I �. 41 LF 6 HDQE,A'1,8- y- - ►v ENt)'SWALE ® 63:2•.TYP r P ; " r G._, ,SDI- SD SD SD.. �. v 1 `4i. �IE=22.5 .. ,..:..:........,P----_._..-111__1 .;.+:-•`C--• - __. - -. __ - ;z ,,: _. w ,) s i �. I z",r ACA S BASIN . P, P tk P i''- I 14 00. :; r°" SWALE ANGLE POINT ✓' • z 11-� •.:�+-<.,'---�.r::r--�.., =':7$hNOON CB 17. TYPE 2 a8' m; : aSb G I ,� ut I ; � e5 W/STANDARD FRAME & GRATE ✓`�' TW 8 STAr�5+41.2, 16.50' LT TN 8 STA 36+00.00. 40.0' LT' / w All tl7$l, .%� - f 0' w ' } e ; IE=21.90, fi HDPE-PERF IE-22.5 r -pr,�1. r �t `d rc N _ G I •i � TW 8 STA 39'+66, 52' LT .,_ ._ __11 /' .; 'C i /v RIM=21.5: le;.. ,. Cam-C t C I I °SI, B ,,,. Sb, . ' . a, f tl r 1 _- -v a;2 `� IE=19.1. 12" S,E f. I, Sa - :. 12 '124 lF 12" 1 4 0:32X. k . C__C---C-C 1 (: t2? -50 - 1�...CF 5i[ o•. IE=19.6 6' NSETSE t-I F .- -- �,.:�:3y._„�..,._�j..:.. :Ga_, rrss _ i, ..y. .. 9t daa F _1111! \ r. 1- : q `� - IE=MAT H EXIST W, SEE DCY2 W I _C. C .'� j P RSltsivr�[ •, 3 6"r;HDP£.• GR;Si. JW INSTALL INVERTED TEE T YP .. '. TAS - ?QX" S S CO;t ON DISCHARGE PIPE. Z j _ � F�y '-'>,•._�,r:•.-) ° F.- � .., d. f s y 3 s i Z^ = MJ FITTING F F F--_F F__F'�'-"'t . F�_F -- F i ! 1 t' a..� -' (n: m. W ...::a END:U),-, aAt _.ro - - F--__F ........ �a. mil. L ma.�. °. TW B STA.3TT +5tfS'14.00 L1' c.. co C7Y&6TA.38±SE.18,;34.54"LT ;�'tx f a <i� ,q. @ P 9. w X" _.y TW 8-.S'FA 36+487O..A4.. ti. _ - `., ;.. x . `" - >�,,, .' w NOTE: IE 29 41:$ :HOPE PERF : IE=20:361 6".'HDPE-PERF / + ` 14 ., "� �IE=21.36, 6 HOP PERF ? 49 LF 12 HDPE. 03X 4/ yy� yj� ,+c ..: h. _ +�fw!) 1: SEE SHEET G1.1 FOR LEGEND FOR Q 0 -W rr�_. ... !- " _ 145,° a .._":. T >.m 'r:' / Z, ,I �Rp'UD... a �` I_ EXISTING AND NEW CONSTRUCTION ITEMS. o. CJ r .. - .,.. .,...,fi0, �` - P,. .- r.-fv 1. :A1!h B:STA 39162.$0:.15 63_.Lt -�.F, CO. e x _ •..,° TEit9.9a.'6': HDPE=PERF` : 0. - _,„ ,._ r _� ill..,. �..A--, 1 - iw,_,. v - 1111 n3 .5 ...,,,.•»� -.. .......,,. .. rn.-.r-,=.:,:.-,„_ --�r..�-�,,.,1,,,111 -. 1 111 'il.:a,:...,:"d".'s3"i+ ,.:._*..M... ,. 1111...,__ ,...-� _ _.,,, ...,........ k n u �,„E .t6., n , �: _., :_,_ a; CONTRACTOR UNDER DRAINS WHERE I NEW E 5. 17 QQ.- :., _ :,>-36+QQ ..:.,,, +..k,1 ':,' .37+QQ `-`Pr°i [. =.�`• 38+Q N...•:.,>»' :.. - 1111.-.,_,.i-- 39-11 2 UNDER DRAINS WILL BE INSTALLED. 1- - . . "-°i'..' N..0449.34 W. w- '11 11 + �.r' �. -,-,•.. _- 1 _ ^.G-^-- -.. z'- _ <- }--_!.,� .. ---1•-r, - ,. -T.- �6.1 - =�., - l.. WHERE NEW PIPE MAY CONNECT TO THE o Q ; „ END'r.UD, EXISTING UNDER DRAINS THE CONTRACTOR Z 1. �. 1675,43 FT: ., I oy I Q ' .. TAXIWAY 8 TW B STA 39+70:30: 16.36' LT-- �;- SHALL MAKE THE CONNECTION OR ADVISE N s ... .. ___- ,,! yyE Y£TL IE=20.41."B''1iDPE-BERF' Js �.,• U) THE ENGINEER IF THE INVERT ELEVATIONS _ _ -- ,'yT? 104 tF:12. iN 0.0,3 «c" _.9,. -_ - --------M=,. , ._=�= -;" - AND FLOW DIRECTIONS DO NOT MATCH. °o _ '._., Z 21 r pEMOVE Fpjj T BEGIN-18 SLOT DRAIN 7---,7 rSS y =�g -4 - Lal - TW B STA.37+B8, 39.5 RT 18 'TYPE 1 �'" (Z 3b ,11� . _ PIPE r - ak- J A l y 46.=5D': 1 GRATE EL=23.3 kt..-T,t4> t 150A15 =82,D00 LBS.; J a ro o =1 w „,.c 1 p (IF FOUND). , -. INSTALL 'CLEANOUT. ® 1 3 TAGGED WITH ALUBASINS UM DECAL DEPICTING cv C)I _- § >' .-. NJ?N STA 39+65.61, 43.1"RT u ... ._ m p '""'�t' a THE AIRPORTS STRUCTURE NUMBER. rn H t, in€u.`4. 4 I 6 COHNIECf 0 EXIST,so vii R23.85'.12" �� BE o °o Q 1£ 7V4" D r S !E 18,75. EW,11.rFy ��� .. �.. P Q ASSIGNED NED BY THE AIRPORT. s P.-,°. Z 5:-.:- -__.:a .__1111:;,_:. „ . , 1- x"-"°:,., . ..r :. .- _ /v „g.. >'.w_ ,. '�1=_ 4. SEE SHEET 65.1 AND 65.2 FOR `n �a- _ �: "x EXISTING, .. :,:. ,, T '- ELEVATION ADJUSTMENT OF IX O ;5 ,,,, . r ,. TD .{{ P !/./t//,1 6.r'`/,e`?''.'`/,/'/ !': /P/i'/,�//// xl/*l.,✓i" //1.a/,/`J/J �I r ;O-.? . /-a°//..• ELECTRICAL MANHOLES. � �i I TD E TO ^ TO' . TO m L. 1. k­,, Ur4 «� I/ ,. ka. �� r, a[S{xC§:56.. 5 6.`r- w a 1: 1 1 ' .SEE SHEETS E2.1 THRU E2.5 FOR I 5 6 ; F 0:407., 'Y 17. y tU t,., CONVERSION OF EXISTING BASECANS TO I K INSTALL NEW YARD DRAIN W t • HANDHOLES sS CONC TIE DOWN ANCHOR TYPE 1. t CB�/10:;TYPE 1 TO STANDARD FRAME AND GRATE MATCH 14`25 LOADING- 82,000 LBS d u'°/F SEE TIE DOWN ANCHOR.SCHEDULE < - I IE EXIST RIM & INVERT ELEVATIONS,: 18" SLOT DRAIN, SEE. 5 a 6. CATCH BASINS SHALL HAVE SOLID 17 f 5L �. a'- _ FOR LOCATIONS, TYP. RECONNECT _111 1., TW 8 STA 36+32, 46.0' RT ` ,a C8%Ty.E 1 CONNECT TO EXIST SD. SEE 6.J I. LOCKING LID UNLESS NOTED OTHERWISE. TIE DOWN CABLES. SEE 1111 RIM=23.5 $T� C3 1 DARD`FRAME & GRATE TYP C3.2 I IE=MATCH EXIST, 12' E ''.GOADING'= 82,000 LBS • 61.7 TYP IE=20.7..:.8" N TW B STA 37+15. 63' RT /' //.! ' / 'r' !-/� s w x / t %F a` " !:F_° ^�° ' f"' _a // w °e ±1 /.Ems' ' ,"="j IE=20,6, 12" W, SEE.. C3:2.:TYP f RIM=22.7 -`���r.►. I - �. ... V 6.s i Chiat i IE 21:05.8'S _ 1111.,.. 1111. .... .............................._. 1111,-,111_1 '.. n...�,� :.: ._,.,,:»....., ,_. 1111_ 1111..111_1_ ..,- .,_.t....- ... „ ,.",,,.,.n.1,:.. ..,__, 1..11-1, . - - : _.,_,..,,.... 1..,,111 ... q:: 1, ,_. .,«... ,. ...,,...,..1„111:,,-,'. - 1111. , .. ,., 5, :�,...,.,._ 1111.. _, s....,,,, _111_1. .. , x I - tltl I­11 - - , .. ,. 1111.:+.`., a,:,-,;,. :. e., a;,, 111 1 ;CAI IC,t337iA1 .. - - ,- „ 1111... .... ..: , ... 1111. .. ,:. _ ,.,..:. k, .:1111. -1111.. .. ,. ,:„., - >-, „ ,_ s t 2g :, ,..,.:11,:.,,11:,,.,_ , ,.; .. .,11;.,..,..,1111 ,. 1111.,. .. :.,1111, -.,«. ..,.-.:1111. .,.. 1r� .. � _.,._ 1111: ,. .. .. :, .. ».. 1111 ..-:»......:..«.,,1111.. _ .. ,;' � ..� , �O. .«,�» .. ;g�" „ 1111 ....�,;,.. 1111,.1111.„...,..-, .:-:.,.:,.,_....,11»11.:-1111 ,.»>...,.,... 1111, .. ... -' .. .. .., .. ,. .. ..: 1111 1111... ,..,....:,, ,. 1111... .. 1111 1111,, ._ ,:... '..a„ ". .- 1111 _, : :-.-: .. _i , , , , ., <: .,.: - ,. ,1: ., ,.,. ., .-:- , ,. . 1 _ - - I , . G- 28 r 1111 --. . .1, .:._. 1111.,-.1111,.. 1111,»_.,:...> � - - '�i, �#. - ■1. „veRTicni... ,. .. <,. + .: .i, , _. 111_1...-1111. ... 1111, -- 1111 � .. ,I. > „ - - ' - .. ....:..,....,,_1111. 1111,_.:. .. . . , _ _ } .. 2T: - _ -1-11 .1, t 2, _,,, _„ .a_, w.., 27 a ,;.:x,W,.,.:;_.,,3„,:; 1111 1111 .,,a1.. ., : :1 . S - . ,- z ,:,Y W .i,:..,,. ,.,.i.,,.;:., ,.c u-x+ 111::..., 4t 5 {- _ _: :.. - .. , ,..,.. 1 ",: : 111.1..,_..,.'ne;.. sF.. -. ...,..xm. 1111.- < ,..x.«.1111. oo .. 1111.«111:1; 111_:1_ » ,..... :x1.1 - N _ . s # CD :- .......;-. -,.:1111 1111-:.,:..,.o..,. $. - _ - : , f .<,-'a.,.,.:..,. , ".,., ,. .. ...;- ,:,1111, - . _ r �.: _ A .. w 1111. .. u., t .. ,. , , , , ,.,. 0 -... ,' e',_ .:6. . M! • - > p, 1111 . ,a. w ♦ " e.4e gyp. ...�.,_,._,. _ ,_ 1111 < 5.... _ _- - .. : 21 ,,. , r g Q S. _s . _11.11,._-.. _,-.,-..,.. 1111 _.-...-.. i s ,.-. „A.<_,..:,-1111 ...,�.> .. , -„.'..,,.., , 1111.:. 1111 .<-_: - _ .-. 1111,.._ ,.... - , ,�,..1111 1111 1111 ',,.:> ,_P ... *1111;. ,i' >; 1111 1111.,, .,_..... 1111. 1111 -1111. ,.. -.. '. ,. 1111. Q .r :. ,- >. x 1 is ,v„:.,.... ., ::, .,.,�j _ - .. .;.; - .. :. .- �.:.,.,., n. --._,-1,111,_ .>..... t. - ,. _. ... _ ... _ 1111 t ,,.,.1:s. »;r!>.: p. - _ 1111 t Orn 1111 1111 ..:'. ..- ... ., ... ..._..,:.,..,--._ 1111., ,".. 1111.. ..;:.»... -: I'3 w 11,tl .:,., 1111,.m -,:.e - -1111„ 1111 1111 _ 3 1111 o,., .:." _ ,re, 1 .,.. =.,,re., ,:-„;1111 : -.. 1111 .... :. : +-„ 1111< .,, r1,.«.;,, .,. e. .,..,. 1111 ..,.„. ....., m fi. : r + a J r .. .G. a. :. , „ _,.. e . . '+ p.e:4,rtl.«re,.:, r..:,':4•:' 1111,r;' .'4v '``�M ..y. ,PTZa PC!SED TAXIWAY I- M 1111.x...a. ,., .. ,. 1111 e::-.a:: ." 1111'., ,-e v.i - - v r 1111." .= ..,,a ,.,.,.. , 1111+1111.,--..: ,.. 1111.- M< •' �..- :,., ,. .. - "., ,. 1111,.�' .. ,> , .., , as r': N ,.. - .. 4 :, .. ...,....,,... . . .. ,<1 , 25 a.._,:,,., :GktADE: [ :: _, .. _, , , 25 , 1_1.11' ___...w.., 1111,. ....:,...., , ,,.,.... ._.. __.. . ...-.�__. .,,..,._,.._.__.,�. ,: . �:r» -1111 . ,, 1.. W a 1 q q , - N /� Q .i M - .f S .Kd t . , ...t X - tt, r U - 1„L t , „ a . _ I j a ::t i Q .. , , r Tn• „ 1111 ., 1' 1111 : , r a a, .. .., v , , -. ,r• - -1111. ~t1 . .. x - O ! - .... - ., "..„. ,.. ,1.:- ,.tery-.,3'.♦1111 .<-. :. , _. , 2Y e n ,.. , - , _ ..- _ .. M1 11 w� , .. ,,. , .1111 -1111 ,.. s 11 .. 1111 , .-. _. -1_111, - 1111 �r .. .. :,i ..1111,t,1111,. 11,,,x1»n r w,. x:..,` 1111 -1111. 1111,. ., +,r,�.,,. e,.. 1111 .. 1111... ... ............. Ill b' - 1111 .. :.,�..;.',,..1111. '. 1111' - - 1111.. d-.,,[.,...: ,,.-w,.,: .«.,. 1,1111, ., ..:.>..u,= a ;a.. 1111 > .. . , 1111 ..,.,e.-" .. ...: , -. .... ... ^1_111 a" t_ n.. .,:.1 , .. .... : ¢ 11;11 1111 T. r. , a. r c , .:. .,,, '.. ..: - a _. 1111 .::_ ,. 1111 1111 1111. , :._ ..:«... Z ,.e. - a , - n A , x. 1%... - .. ... - '._.: ,. , 1111 '.a `:., , _..�,v." , ,,,, < ve!*T!s w 111.'T -1111 - 1111,,. 11 .11... ..> a W C 23- 11 X77- 1.. 1111 _ - i ,.« ­-.11 - a �� _. _7, ,, - . , ,,,,,_, ,,,�__._ _ - - - . ,..-1111.,. , _ . , ,. 1111,. 1111,,. .. .. - M-__:......,-.,...._>.._- __�----_._-_:�_�._:�..�--_ , �x 11 - -:.,., . L)] Ill o - _...,,,.. 1111...- .- ,. _ , .. . .. ,-,.,1111 ... ,,::. .<,�._,, ,.1111,: �. .r, * ntC _ r O o •+..,,,. »:n,.. ..,_1111. > ", 1111. 1111 . - 'itic ,♦ „« 1111., 6. } } uj w Q .:, ..,1111.: , ,. , ., _.. ... -_: :.. 1111 , .. tYr j � w Q , ,,. ', ,.,.. 4Knc x ,. , ,., _, <:.:: 111.1: .-, __ _ .. .. „ ., x _. ,.,, 1111,. 1111.",_„ 1111 ,. a.6., �,: 1. - ,; _.. - , 3 1111,. ,ati NG�G Ra'D - • EX15T1 E. " 22 .._._ w. ._,�._. .,: _ .,,,1111 ., ,: 1111 .. -. _-:;, ,,._ ,..a _Y:. _ . _. I a . _ „ o I 1111. . ., , . X - >. 11»11.... ,11:1, 1 . ... a - 1111 .. _:.1. _ .. H , 1111 ,: n , .. .- - .. ,. [- ... > -...-1111 1111 1111 .. .. 1111 o - .. .„1111 -. .. , ', - -.. - .: � - Q I-- .. 1111 ,,. .' - o ._; . .. ,.-K ., _,, .:,.,.... 1111 1111 ,, .-. ., ..,r,.;: 1111 ( .. ,: .- . ..._. -._.,.<,.. 1111.;...". r. .1111 ,.. ,z1.,, , .. C -.. - .1111: o � -. .. >,,. „_.. _ 1111.. .. ,....,:..:i,.<..,,.: .; ,. U .. .,: .f­1 "a 2 ,.eM .,, , : CA'!1 OURS 2t ffi 1111 ! +48 H _ ,, 1111.,; ,.. 1111 2t 1- o , ,..:... .. 1111. 1111. ,,,....,. 1111: 1111 ,.,.. .,.a.,,. ,. 1:1111, ..._...,, 1111 : ..,,. -..• .:, „`. r _.,,:.,�� .-1111..» - .�,.. u ,._1111 ,:1111 . ,,,. 1111 1 ,, I..,. «,1 , 1 111: . . �Fa You ;n�c, „ ,. - , . ; , , 1111,.., , , . . ,, , _,, . , : : . ° .. z . _. - _ _� , , m . a : _ > , , . ,_ ,. . .. , 1111 1111 .. " , ... , . _ F . n , 1111.,1111 .'.,. ..,:..; .. .,1111 ,. _ p ota.� 20 _,: _.. .. �m ,_ AS NOTED „,. - 1 o - 1111. .._..,....,_... : _.,..::..-1111. _ -. ... A .: 11 ., , .. ._- ._ ..,.,-_,,..,_,.,.., 1_111,.-, t v -, '. ...":.:, .. ., -- : 1111 - .. ,,. :`tom < ,. � �.,,._ ._,.-1111, :+,.,-,. : , -- w, :. .-::. >. ,. ,,-- .P .e[d,..: 111+1 .. .. u .. - ,: r 5!1 ?Q,... k.III M d1<. t.t 1�. ...0♦ ,r -. * .ti CR i,:: ` +x116.N ,,N t •we 1111 - - .,. � ... - - N 4.- [y. .„,..,y N' .. 'x-- (, .-.,.....: ...,ro r.. ,., ,.;x 1111,...YI e,.1111 ..:.tE' .. ..,..:,. W Ur- R. . !. ! P o _ 1 w:. 11x,vtl'.:, ,:�.tl a,.: .-t m u m= m'. "et+m' te.:, "_m :Tar <«- _ N 1111 n. ,. 1;111 .,, ,. , " m .r } RH. .. - .. - .. "°'t j: ., 5+ 4l� x,:.M .,i9' Lk M. n ..' , - ,. .,.. . , nu X,! ,<.. - , - e'i,'? ':4.Hs-yt 'h?:!>I'x 'i# 11 q... O W1" M1 1111. "S !S H^.''[. 17. M: M 4 N.. .k N ,a N t{ xi , - L>d :.,.CJ ... v' .x.,; 3..,.. x-, -. .,,1111.. .. ..._., x,A } C+: 4 -, ... 1111,., 1111': ,..N '.. 4 N C.N I ' , N. ..6.N - ..i N ^+„N.. n N ,N l N- N. N N `e+ N : N: 'h 9 "L,' 6..n. *.. .. ,. ... , ,.. ,..., 1111,:. .: .. , . _ ». ''6 .-'.._: w .,+ ,1+ .,. ..,.s,.. .. ,.. _ •.khva 11.. 1111:1..111"(� 1111.,:, 1 , 1111 ,.. ,. a ;1111 .d _1111„ , \ ,:-., .'..,V .. w C4 �.U' : �' 2::f3. C:J .. ( �.,._ .� :,: 1111.m.i e"0 `- '7 a t`+U:;, :( w t'.'tl.+f.,•.+ : ..1.. ,1111-. .,.. _.._,. ..., .. .. "l?- ,., C7 .3 � .s. .«57. U t.C"i3 ,.. .;. t5 C7' :(>. 't^_ Y u� -4. , d 4. x1'_5{W •^•w 12., itif It -`, lv ,- ,"+N!z. .t1, ::W - ^„t > +x3la W 4, +el W •lti Dn 6.r x.. k: "' tie ' ..[C ti: 11 >t. "" al,l f:u. ,1S U.-- -to r 1 NOT';MEASUt3€ 1. ,,,„..,.,.,,. ,1111. _._: ., ,,, _ _ . _, v. I F.'C"DO - 11.11,.. ._ .. t ACA ACC TNGLY� 35+00. 1111.. :a:.., .. -,. '+ :...1:. "„...,�._m >w N,„1111.,,AOJUSYr�- Lam.. :.ORO JUNE 28..2012 36+D0 37+00 .. 38+00.' _�.-- 139+00_ 40+00 »" i o. 23-2010-007 V NOTE: ALE FOR�INFORMATIO.N 1. SEE SHEET G1,1'FOR LEGEND FOR SEE PARTIAL PLAN r4 EXISTING AND NEW CONSTRUCTION ITEMS. _ - .y- G3'3 AP SEE B ( 2. CONTRACTOR SHALL REMOVE AND DISPOSE END SWALE 0 ' CATCH BASIN GRATE !pro(4t„Ut'E{1»SO` 44+02. 1.3 LT .,G3,2"JYP 0 EXISTING U DER D N E NEW TW 8 STA 00 6 1 F EX N DRAINS ALER u tt 1 IE=21.8 UNDER DRA)NS WILL 8E INSTALLED. t WHERE I'O1 a .,. �-c C C— J" EXISTING UNDEREDRAINS THEE CONTRACTOR 0 SHALL MAKE THE CONNECTION OR ADVISE E- .C THE ENGINEER HE I T ELEVATIONS ` U C' E EER IF T INVERT / SD SD C, �G �'^±.~' -.'C I AND FLOW DIRECTIONS DO NOT MATCH. w . " _c+►` TYPE.1 �'" r-" •. 3,ALL NEW CATCH BASINS SHALL BE SD SD _.._...-,. �. ... rc . a LOADING`x-.82 000 LBS .. .- ..,�—.. :. C""^-C ^- -- y� GE WI ALUMINUM DECAL DEPICTING T STAA 42+85.5, 14.00' LT ''vIS "~':C-` TAGGED AIRPORTS STRUCTURE NUMBER- RIM-2160 ` �• CATCH BASIN NUMBERS SHALL BE g ; 11=180 12 W,E ASSIGNED BY THE AIRPORT M3 .. t fE=200.6 N,5 1NSTAILL,INVERTED TEE ON �r:z 4 F— ,.rte_ s' ,.E—_*,. GC # 1 Z 4:SEE SHEET C5 AND C5.2 FOR 11 DISCHARGE PIP MJ £TI7ING 9 � r m F F r: TW B STA'41 F3028.,1d,U0,LT' ; f� " F. F F- ?" ON ENT OF EXISTING ° .„ p ' IE=2121, 8'HOPE-PERF SEE:» F.,,.r h --rF�� (� ELECTRICAL MANHOLES. o. Ld W F;-r T1?',C3J-. �� t F .F. t �� TW B 5TA 44+2880 #d;00'lT y 5.SEE SHEETS E2.1 THRU E2.5 FOR Z F--�F { F�-F' 1 F"^•:;� IE=21,00,6'.�tDPE PERF I CONVERSION OF EXISTING BASECANS TO a HANDHOLES. .«.,.. �"'p---=�-__---F ..-,r.F'^"r'F�F�_. # 4�. ta�-°�'.: wmx ��. �� LuLd I } 2s x x x X ✓ F� 6,CATCH BASINS SHALL.HAVE SOLID =' (n _, �__ �- - i?... i ..5 -/' LOCKING UD UNLESS NOTED OTHERWISE. -_ —gQ �.. - - — _,...,.�_ _._.,, G O - - O On 43+00 p ,00 41+00 ®,44+00 nnr:, —`�, O .�.�.. _ R�I,-_—•-----+�-• 1------° w� 1•.° ��TS�w rT 45-: m S 1 SHINJI TAXIWAY B d rn 88 if DI ® 0.349G � tin c o Ld W :18 SLOT:'` 1:a55a3 t g�(? ✓ .. i(7 °°'`' _ .' Z nSS+At.i u; DRAIN. SEEJ �+ in AS{- i i1AT °' fi!N 23,a X I J_I •" 1YP' C3 T 9 f) A�f i!A_' ?' 100 LF 12'DI 0 0 5X j 1 CP n tt'14 s!l ' 108 LF 12'DI • 0,83X Q GRADE BREAK SD D r T '1 1 T :. r N w? L //.. !f'//�/`_ :.!/i/tr`f:/ �::? '//rj..,/°/:✓/,!//:i/EYf`7ffJ''�///✓/!./ ;?'fr;'1.tS"`,f .✓//,/.f`://�',�/!';+' r'S,«.i;/!/%r'/,r':r'`/ '�%.:�/tliwi&'7v'�°:!i'!''/,�'`/�fi''ii .,-._. �".� �D• 4D I 01 23.,,! .CONC 11E DOWN ANCHOR 1 Y,: CB 16`TYPE 1 11 1 13. INSTALL NEW YARD DRAIN W/ INSTALL NEW CLEANOUi ATYPE NCHOR SEE ULE OWN EXIST CB TO END SLOT DRAIN LING 82.000 LBS AN R SCHEDULE /? 7W B STA.43+41.5, 39.4' RT I • STANDARD FRAME& GRATE. MATCH AT FINISH GRADE, REMAIN, ADJUST TW B STA r43+40.73, 40' RT FOR LOCATIONS. SEE Z { RIM=23.30 . EXIST RIM & INVERT ELEVATIONS; CONNECT TO EXIST SD TO FINISH GRADE-"' EC=23:3' GRAISE.BREAK I C1.7 iYP ' CONNECT TO EXIST SO. SEE C.�2 CATCH'BASIN CONNECTION SEE C+j 1 IE=21.3, 12' N 1 ® CB#25GTMP 82,000 l8S . ',✓* J' ./, j ! i it /' / ./r'f., .".° .f ///✓ f d r / rr , { x INSTALL NEW CLEANOUT TW 8 STA 44+49.5,418 RT c:�fi l.._f1: Gir!„ _.. : r -zt !�/_JLtL ,i"✓ lc I_e� r�� - � �! rX..4C e 1.,,.e: AT FINISH GRADE, RIM -22.80 CONNECT TO EXIST SO ]E=20.7 8" N IE 20.4, 12"S,SW C12 TYF HORIZONTAL SCALE IN FEET '4 °20, t' 40. , < to , ., r '1�: 27 < ..> - : u�. ve , n t Q . £ 26 d I Z LLI h ,. J aoe CC I- ,_... '_:::: :. i PROPOSED 7AXiWAY. - - �co �r. "n _ °, 25 _ m. + a �' LL 'GRADE + O O ,R yy Z / ! , C7 p;)' Q = I.24.. z M,., _., w , z4 oZ Q _..,- . tat E L „ i C g 23 M >r m ° _.. Z •ai'o'f t 5t lt' Q Q , , e y �1+Vn1 4' C 22 0 I 3 , .. , ...,....�,-...a.,,.,.,.._,....gym_.,_.,,,.,.._,..>_,._..,._:._ _ — Q .. TING GROUND,,. EXIS ,• - r., Q t' H i 2 -k©uas SIEFORE f. c 21 [C , « ,. .. ,-.... ....i..+:..... .-tea 6l�5 AS NOTED 20,. - 20 .. , , . .,. .:r.. - .e. WB . ..r ,....... .:..:' ., .s , .« A �, ab'. .+,N.. Af.to ;.O O• _ O d. .... 7 O) AC .. N:. `^ ri OI.•- _.'�m .,,i t m„ a.n)N m_ �m. w' -m g r rn n A ,1- 'RH M ;.t,{M - ')N)" - .- ,.. <,r ,N•,.,.. ...,, r. ... :,- , �t , : - ,'. ,, .._,-r.. f.. ...xi .. .tM ^J 'z N. t":N. C1 N'.• iN 'S't "A' C 4 .iti ,+, 1 't IJnT MEAS E ,..J , ...,........, .<...., 9.a.:.t -°.. ..::: x)I li Ln': .nt W. LL 4. 4.. 1tt^ i:fF^'Ls..T10ES D t. =u:. ,,�i m' �;:... �' '.;.., +: :,..,' • . '.. .. t _h - �JUNE..28-,:2012. t .. >, S',ACC{:1RDING .42+00. _.. ..:.. ... ... :..... ..... 43+00« 44+00 45+00,. '23-2010-007 - v .­­_ I SWALE AP C __. f ti 41 C$�18 TYPE 2 =R$� ::,3 /1 TW 8`STA 45+68:1 45 2.,CT B STA 46+fi6.90: 23 64 LT �OAOING= $2,000 LBS •, y �' NOTE' EL=222 1 ,10, 6" HDPE PERF m .7�� " �1N.1&3$TA 46+83.57,.40.0' LT `> ;4 s`J J .. - , V``I, �" V� �2 yj �[ 1.SEE SHEET G1.T FOR LEGEND FOR I, :SWALE VPI 5.: .. lE�!MA? E �15T.EVt EXISTING AND NEW CONSTRUCTION ITEMS. IE-:ZO G~ S y� ? / TW 8 STA 46+47.2, 40.5' LT t _. `• °S EL-22.4 ,/ t J� ALE ' l° I , 2. CONTRACTOR SHALL REMOVE AND DISPOSE �1� °. �f P �f BEGIN SW 1` SEE° 6- r,11 y°i`_ pP '� OF IXISTING UNDER DRAINS WHERE NEW rs C ti ., ` �,1W 0 STA 46+85 4b'�Lr. TYP A,... j T;?$ UNDER DRAINS WILL BE INSTALLED.11 p6"van.y.. 4 Al I Si/ I 11 u A ! WHERE NEW PIPE MAY CONNECT TO THE tp p' ^"�� 51=23.L „tae ! G_� X11 ,,, f a�11 F OO �� THE EN A EETHE CON ECTIONCOR ADVISE a' G 11 l; C' </' :''-its? C-- 1 x___ + `K ' `. AND FLOW DIRECTIONS IDO NOT MATCH.NS w -- / N. 48+00 �. + 0 11: C, ! ;�� ° - a , 25 LF 6" HDPE 0 0.4% ."-"---^� ^-:..-.,,. _ - _ � ,0 , ___. ;,E.-�" 'rt �^ .s ..y y�T 3.ALL NEW CATCH.BASIIJS SHALL BE a r " '` 11 I-., ..=""""'�� W �f "��� TAGGED WITH.ALUMfNUM DECAL DEPICTING *."/�� � ry 110 LF 6 DI 0 0{29, r.::-"."...., 2.t�9 THE AIRPORTS STRUCTURE NUMBER. 11" C ;+�� /. ___'_ a° .f00 Kt�� a CATCH BASIN NUMBERS SHALL BE h ! ---" �'� .►/" a � ASSIGNED BY THE AIRPORT. d " - ✓" ! � ^, - a3 z 144 /' z` I ty _& �i'� �4 Vii.. ` \M. 4 S 5 5,1 AND C5.2 FOR � R nR /. Cj A� �' GO � w� ELEVATION ADJUSTMENT OF EXISTING ° I. �" ,.`�'' a� ° TW B STA 46+89.12, 27.78' RT ELECTRICAL MANHOLES. `m - 11 i Say 6 r .. R 1 4 7 .,' IE=20.26, 6" HDPE PERF a 1 GtX .�} t ` f u: " ttF'. �-__ 5,SEE SHEETS E2.1 THRU E2.5 FOR ca " �,­ 14{ W , F'. i° t�r ' �j ipD��� w LL �"� "_"x`` "^-+ .,,_. ° ti CONVERSION OF EXISTING BASECANS TO �' $r ., y r.. :4 HANDHOLES. _- w ,.- . - .. ;�_ 6.CATCH BASINS SHALL HAVE SOLID p 45:/. : Ab r+ � .F W p.-�` G,; - ".°1S --� * a*C f, LOCKING LID UNLESS NOTED OTHERWISE. 1.f�0 y )11 END SWALE ;c 1"t ..'`-�_11.,,,,.. m: f f.: '�i4r . . TW B STA 46+fi5, 40' RT fir. .y p m, a �'. EL-22.6 ���7:-z�-- _ 4~'' . Yt%/ 'w: I fir, �.18 LF 6. s i -" r" - ,_ END.UD - v ,. g° ~` �' i/ L ,` 136' . B 46 RT / 1 TW STA n+29.72, 22.72' a, I* ti < I .: / 544 0 50%, _ ;r te - n. �°v c, ! C" IE=19.97, 6" HOPE PERF .,wa� Aa�' r rn °'rr. G `£. TIN B STA 46+21.78, 22.19' RT 1i�,y " � -r? - "'v d :, j �xti ' IE=20.2, 6" HDPE PERF TM v t .� / ' SD � �C�C "r' 26 LF 6" HDPE ® 1.00% N rt' ' . f r7 .' SWALE AP - ,c a ' q. ` TW B STA 46+325, 40' RT W 1., '' ." EL=22.1 HORIZONTAL 15 _., TW STA 4 8#29.TYPE 2 - 48" W/ END'UD HSCALENIN FEET I'M, J}f TW B STA 45+42 5 47.4" RT '. 'r EL=�.1 a l STANDARD FRAME k GRATE TW B STA 46+09.51, 21.59' Ri S LOADING = 82,000 LBS IE=19.85, 6" HDPE PERF zo o zo ao TW 8 STA 46+08.4, 40' Ri to _ TW B STA 45+36-/2.0 63 5`f,RT EI=19 Otg MATCH EXIST W, . `4 ,,AERTI�CiAFEET � IE=20.36, 6' HOPE RERF IE=19.76, 6" NW,SW SEE ,� e 1 0 1 2, ;,,a,..,.,-1...............I.._,,,,..,:._..;_.",�....,.__. �...._._......_,.. _:.,,, . w.,...;.-,_..,. .... _ __r..._ M. �'a 11 I ,. , . .. . .. ._.. ... -..... .S -n„ .. . C LZ,TYPE.1. q.. 16 SEE'flTi£.DOWN ANCHOR TYPE?. ,"+" ,• m . , . ,. ,.. _ . . �... WSTANDARD fiRAME"dc CRATE .., S TIE DOYIN,ANCHOR SCHEDULE:. ,. , . ,,, ., ,.. ,'_. .,„., , : �.,_., .,„ ":: TW.B STAA522.4 '.4LB RT , - ' _,, ,...,.,FOR:LOCATIONS: ,. S ,.._.. ° .. EE z ,, 9, .. .- ..:.,'r"'.: .. ... .. .,..r.. :raw . ...y,; F 4 :RIM .2'.7Q k - w C1:�: TYP ,._ Y IE.2.a,;8 S S£E , ... ... .,..,. ..,,,. ,.11 4 ::,..,....,,,. .,.m.,............,..r .....,."...,.,«..=.c.-..s.. .............> n x...w s. ,. ........,.. �u. ws.,.v �.a;....... .,§. .r. - .... t. , ., > ...:.a i . R, 11-1 o:• i ,z i _, ,< @. , • r „ ....,. _. ..'..... .. .. .. .. .,y. ... c. ,. m .,,�.,w r .n.:...,... • ... ', - ..:, - a .., n ,. + . .a -.... r ... -: .I, .. ,-_. r•.:.. . .s.... . _.....f.. - ..,.a [., W . .�., 4'. S a s E.,.... . _ .. _ , _ �, > .... ,I ,.�,i„:. ,"...„ ..;..,..: a ,:4. I a .,,. , c , ..--, .... ...:.... .... .. 3 .. , . 1. Q i i „p 11 �;ems ........: ..., x.., .. _. a ;;,. ."... (n .r o k ;., �. ., a. _..:.. . ..,., . ,. :. , ,...,,.. ,.. fL - OPOS T XIW" a m u: t _,, c J R ED A AYf F- k. -Oq. T n G �, r' , _ _ 4 S� m a. li _ : ..... .- GRADE �'..., roc;,. ,..._ s ....:.�,,.,, ., .. _ , . ...._ .. ::e _ . ..,. 2S + ' v N. �, , 25 . • , �,s I I.:. , _, o • �. - Ww y� "�,�; CL _. : ]l{[ O N Z.14... ... ..,... .. _ ,,,,.,..:- ., y? ,. .. ... , Q .. ,..., .. ...,. . , .. `p. - o .. _ r_.. _ '"..... ,',.W _11 1 z m , .... ,.,...:. ....._:. " . . ..11-1.. .. - - _» :-11- oa Z �� I . 2 , ._.» �.r.... r ice.',. t g ...... , a :.,.. . x ... ,.: ,., r'-D.. ...., .... :.... , r i xA 6 .0 3blG. :. o W ,11- . 7._:. - - / - : -* - t c , , t. G [� 0:21%. - _ . .7............. .... .... , z . . m u..- ,...---__....,_. ,. it +. o __-_ .... - - - ........ .:: ...: ....: .:.._ ..-:... I .x_ .. .11, c . _ - dmm '.,:.._,,..I;.- ....... ..... ........... ... FF-- } si z 1.o �� Yi Q . , , . �. jgYp' W , Q _... .. l,. , . ,:.. ....:..,. ,.._:. _ i %GL. , . .:., ., ..,. .,,". ... i.. _ ,. .- o, - - - ... 1._ a' _ _. ... .... . ....+ y t " � , ,.,. :: Q Q r.. 'v - ..' {- ,,.... cis.: R. �, .T. t ,. .. .. - o ptlS iNG,GRAOE �: :8 it . r, :.. „ ,.: v. .:, ...Nr... r..., n. -r CALL. 8 R 2 o r 4 . ... , _.,.. ,, .. A HDU . r. .. .. ........:..... .-,....- .,. 11.� Y .S y� /y , . , � R� Y o :: , . ...,. ,..:.. . .. .., ._ _ � �1�Sa0j424�S:5>�6 Z 1. .,,,,. , NOTED „ .... E AS C .......... -. ,r , ... .m. I :.. , , " 20 . .. 4' .., , ... { ,,.,_,,.. s.� ... :.. ..,d. .. . " .. 4 ,tY _ ..P.f0 41,Q fD 4,t 10, t,f .. _ .:�,. , { .. ,.: .... ,., . S, ht .. ,f. ,C,M. ..:_ rU N•.,: ..- .- ... .:t .. Ji .e;t- ., s ,.. ..-. #. ., eSi. ,ry ., .6:1' .. .. , x.: , -.. ... ... ;r RH M': ..In �.I M ..�MS .0 M1 ".'V{,f ,f N. �y .�.-. ..,a ;.ry.,.: ^. 4I y Iss 'k :,V. „! ,; ..,., N'_ 1M M.• N N. ,, -:J N :...y, '^a .:lV.;.:. .,,.. , f' t3-.. � .�,'yg �q�+.V.' r:.'N' H. .. »..V .q,�U ,ys .4 L- - ra, _ O '.v ..... - ::M N N N' S - t`i Ir. .=C la. ,'{4. . Hs,4 1 h °L4 4. G. 4 U. lr. yri!lL -1. C 15 � . ._ \ -CY. ,..3 7U (.� w C7 i,^1 V ..,fin u..... :. . NOTE .:.s.� °-,-.o.,:t �...�.,•,i, �.: , :..., ,, .... .. - - �.i - Obi[' .o :. W n:7s ..'t u' i �. ,..i.. .,..,u ... ,,•... - ,.:..,,.I. .. .„,. 4i ,_mss 'IF DD S�T- EAU 1" ;.... 19: ». r- ... ,..:_ r 2012 _,.... - ..,, _. _ R 45+0 S 1_ ., ._. .._:� a ,_ �. ...._.,. ,.. .._._�_.., .,...,w_, _ ,".,,J ..: ADJ ST:SCADS Ji000ROfNGLY: 0 1 46+00 .... 47+00 L 48+00 49+00 �., . 50+00 JUNE 2$ . _ .. _..__.,. '';`23-2010-007 LL EXIST TAXIWAY 1 )¢' MIN ASPHALT CONC 12" corrcR�iEFACE of TIE DOWN ANCHOR SCHEDULE. PAVEMENT BUTT JOINT PAVEMENT .' LOCATION ANCHOR TYPE mS 5 IY3 W TA 2' PE 1 0; BEVEL GRIND EXIST ASPHALT At }('. TYPE I SHOWN ON SHEEP G2.3 LL NEW TAXIWAY PAVEMENT ' �1y ��to g TW B STA 36+27,,52' RT IYPE 1 A TAXIWAY L SECTION 1X�{! i .• ! 7 TW 8 STA 37+04, 52' RT TYPE 1 GALV�4 REBAR '! (.� t ( � r' C1.6` NOT TO SCALE 1'i: .(,s 6 TW 8 STA 37+20, 52' RT TYPE 1 9 : TW B STA 37+67, 52' RT TYPE 1 1('' y )T ♦ 10 ... 1W 8 STA 37+113, 52' RT TYPE 1 _ EXIST TAXIWAY 1 A" MIN 1 JS" MIN RECONSTRUCTION PORTLAND CEMENT a I' I .F PAVEMENT BUTT JOINT AREA " ' 11 TW B STA 44+40, 49' RT TYPE 2 v CONCRETE (P-610) 1:.r• �< 12 TW B STA 44+60, 48.5' RT TYPE 2 13 TW B STA 44+62, 47' RT TYPE 2 b a \: 14 TW B.STA.44+99,.46' RT TYPE 2 tee . 15 TW B STA 45+13, 46' RT TYPE 2 BEVEL GRIND EXIST d ASPHALT TO FULL 16 TW B STA 45+25, 49' RT TYPE 2 DEPTH TO THE LIMITS ! 17 TW B STA 37+04, 6 ' RT TYPE 1 2 SHOWN ON SHEET G2.3 TYPE 1 TIE DOWN ANCHOR DETAIL 18 TW B STA 34+43, 49' RT TYPE 1 G1.1-C .3 NOT TO SCALE 8 @ TAXIWAY M SECTION ,� 19 TW B STA 34+59. 9+ RT TYPE 1 C1.6 ' NOT TO SCALE 20 TW B STA 35+17, 9'RT TYPE 1 w .= c N f 21. TW B.STA..35+42, 9' RT - TYPE 1 rn ,i 22 TW B STA 36+09; 9' PT TYPE i 5, NEW TAXIWAY 1 ..MIN VARtfS VARIES 1 )�"MIN 23 TW B STA 36+27; 9' RT TYPE 1 n •y PAVEMENT BUTT JOINT ASPHALT CONC 12" FLUSH MOUNTED TIEDOWN 24 1W 8 STA 37+04, 49' RT TYPE.1 tr 1'-3" 0"-40' ANCHOR RING,ATTACH W 3M " v PAVEMENT 25 TW B STA 37+20, 49 T TYPE 1 -- --_-- -------- EP PROVED SUBSTITUTE w a EPDXY OR AP 26 TW B STA 37+67e .9' RT TYPE 1 27 TW 8 STA 37+63. 19 RT TYPE 1 BEVEL GRIND EXIST ASPHALT *� TO FULL DEPTH TO THE LIMITS "EXIST TAXIWAY SHOWN ON SHEET G2.3' PAVEMENT i C TAXIWAY N SECTION C1;$ NOT TO SCALE Ni"0 BOLTS (2) GRADE 8 STEEL ANCHOR RODS DOUBLE NUT AND. WASHER, TYP 2 PLACES . PORTLAND CEMENT CONCRETE (P-610) C9 TYPE 2 TIE DOWN ANCHOR DETAIL z C 1��.5 NOT TO SCALE _ U' o N 1n � J a O Q d c j Q z z Q 3 � s z ui LJ p W r ° } V) o X 'z Q Q 1 v � CL o U CALL 48 HOURS BEFORE YOU DIG 1-800-424-6668 z 1A61ES s`�`" AS NOTED _.'WD i+eCCe eJQ.- A " GPM G1 .7 RH NOTE: 'r ,L. -I rn. .,a •rnrm N � �fp I�` ADJUSTDSCALES ACCOR INGLY ". F �„L ar'L' JUNE 28 2012 '"f �23-2010-007 t ACTIVE ACTIVE TAXIWAY ACTIVE TAXIWAY TAXIWAY SURFACE SURFACE SURFACE GENERAL NOTES > } 1. ALL RUNWAY DESIGNATION MARKINGS ARE WHITE. 3Q 3 DOUBLE YELLOW PAINTED y w CONTINUOUS DOUBLE a DASHED DOUBLE YELLOW 2. ALL TAXIWAY STRIPING 1S YELLOW UNLESS NOTED ONES 6"WIDE W 6" I V �- F OTHERWISE I YELLOW PAINTED PAINTED LINES 6"WIDE SPACING BETWEEN LINES, wo o LINES 6"WIDE o W�6" SPACING BETWEEN INSIDE LINE IS 3' LONG W 6" SPACING 3. YELLOW TAXIWAY MARKINGS SHALL NOT BE PLACED LINES WITH 15' LONG w U w w DASHED STRIPES WITH OVER WHITE RUNWAY MARKINGS, o DASHED STRIPES WITH 3' w BETWEEN LINES GAPS 23' GAPS 4. ALL MARKINGS ON CONCRETE SURFACES SHALL HAVE j A BLACK BACKGROUND. rc o. 1 z 0 w w w DASHES (YELLOW) AND °a . 1 SPACES 3' IN LENGTH HOLD APOSITIONO MARKING m 4 O 0 g O O = 2 2a O ANCE TO RUNWAY CENTERLINE cl 0 1 0 3 MEASURED FROM ° 1 <. O MARKING EDGE ON AIRCRAFT HOLDING SIDE !- ~ -, 11111111/ 11111111[- 11111111 �-' � s ; � Oda C C_ AIRCRAFT . ti RAFT HOLDING SIDE "' "° � —,rte+„ NON—MOVEMENT AREA BOUNDARY MARKINGS TAXIWAY EDGE MARKINGS RUNWAY HOLDING POSITION MARKINGS NOT TO SCALE NOT TO SCALE NOT TO SCALE f 1 ra • SOLID:YELLOW PAINTED LINE 6' WIDE W a Q Z CL N N U Q L 1 J tz TAXIWAY CENTERLINE MARKINGS NOT TO SCALE Q Z o o m Y Q w < I n Z Z c W Q m c 3 Ld o X Q i d U CALL 48 HOURS BEFORE YOU DIG p E 1-800-424-5555 3C"L Z �WBAS NOTED CM N = RH C4.2 off. .fron NOTE: I L. I rp r a+in 'WMv j J Z ', 2D12 n IF "L" DOES NOT MEASURE 1" �� ADJUST SCALES ACCORDINGLY. JUNE 2B �dw`23-2010-007 N € ofr wnnrrrr MV onv UAW i o � � 0 008£-ltiC SZti Ud NVId 30VNDIS i8Od8lV o CD 60Z96 uol6uigsoM'11GRA3 l t z- U s � N ul OOZ a}inS MS}aaj1S 41tif1 SZC 39VNDIS 1NOd8lV-8VH38 8 AVMIXVl H1bON 3 N I.NDd?JIV IVdI�INfIYV NO1N32I — NO1N32! �0 W� w Z'90 133HS 33S 3NIIHOIVW W' -- wz pis l Il_a .._.,__ .. .. ---r---- _ Safi f} �= po zLn a 1 fi !� m w �'fi �• ! �'. �_7�rlfm.++ o � � f O � .�`` �y"�h :s�}}F.•f Fj�y'{. i f � , CL fi_� t ��S\fig { 1 '.,} ❑ �z iS' fi FF n 3! 7 i 1 t W. :- , � X l� W TIC If iw ! x i . y 0 J J / x mad WZ00 0 fi t tl7j 1{ p q m p 'v 14 � Q r 1 E. €i = F�Z U�� �J Z� Z 1 dd pp ��a L) 0�!S0 JI 1 �aa mmm xaac� 1 ' ! ! z W fi € 1 ) � 1. � j-� € z ' f O. ffi. Ef `I I y�l. 2 a t € !f W W W Ji vt fit F 5 a t _ l Im — _ j 6-P'€'9:)-LO0£\V1JaN 9 A-WxDJ.\v6saO\Vbdiea Uo3ue8 LOO\0€OZ\£Z\:I WpOS:O€ ZLOZ/£€/LO TY Ups; at's 07 City of Renton 1055 South Grady Way Renton WA 98057 425-430-6502 ADDENDUM NO. 2,July 17,2012 Project: Taxiway B System Rehabilitation—North Portion Reconstruction and Airfield Signage Modifications at Renton Municipal Airport AIP No. 3-53-0055-023 TO: Plan Holders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents (dated June 28, 2012) and Addendum 1 (dated July 16, 2012) as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. CHANGES TO BIDDING DOCUMENTS 1. Section 00430, Bidder's Qualifications, Item 14, first paragraph: Supplement with the following: Evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports, as specified in 00710, Article 20-02. CHANGES TO TECHNICAL PROVISIONS: 2. Section 16200, Standby Generator Equipment, Article 2.02, paragraph E, Item 4: Supplement with the following: a. Tank constructed with integral secondary containment as UL 142 listed. b. Normal vent shall not be less than 12 feet above adjacent grade, nor located for trapped vapors under eaves, and at least 5 feet from building openings or property lines per IFC 3404.2.7.3.3. c. Tank vents shall not be manifolded per IFC 3404 2.7.3.5. d. Emergency vent shall be labeled indicating opening pressure and flow rate per NFPA 30: 4.2.5.2. e. The tank emergency vent shall not vent inside a building or weather housing, IFC 3404 2.7.4.2 Renton Municipal Airport Page 1 of 2 TW B System Rehabilitation Addendum No. 2 r f. Filling, emptying, and vapor recovery openings shall be located outside the building, not less than 5 feet from building openings or lot lines per IFC 3404, 2.7.5.2. g. Fuel fill tube shall be installed to minimize static electricity by terminating within 6 inches of the tank bottom per IFC 3404, 2.7.5.5. h. Spill container with a capacity of not less than 5 gallons shall be provided for fill connection. Fill connections shall be positive no-leak design. Equip with a manual drain valve that drains into the main tank,per IFC 3404 2.9.6.8. i. Overfill prevention shall be provided, set at 95% of capacity. An audible or visual alarm notifying fuel level is at 90% of tank capacity, per 3404 2.9.6.6 and 2.7.5.8. j. Provide label that shows fill location,procedure, tank calibration, and verbiage for signs prohibiting open flames and no smoking per IFC 3404.5, 3404.2.3. k. Monitor for liquid in the secondary containment shall be provided per IFC 2704 2.2.5. 3. Section 16251, Automated Transfer Switch (Time Delay), Article 2.20, paragraph A: Supplement with the following: ATSs will not be time delay type. They shall be automatic transfer, open transition, utility-generator type. Prepared by Karla Kendall, P.E., Project Engineer sah\23\10\007\bid phase\addenda\addendum 2.doc\kmk Renton Municipal Airport Page 2 of 2 TW B System Rehabilitation Addendum No. 2 TECHNICAL PROVISIONS Renton Municipal Airport TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications TECHNICAL PROVISIONS Index ADMINISTRATIVE A-100 Operational Safety on Airports During Construction A-101 FOD Prevention and Traffic Control A-103 Contractor Quality Control Program A-105 Mobilization A-110 Construction Survey A-201 Trench Excavation Safety Provisions DRAINAGE D-701 Pipe For Storm Drains and Culverts D-702 Slotted Drains D-705 Underdrains for Airports D-751 Manholes,Catch Basins,and Inlets FENCING F-162 Chain-link Fences LIGHTING INSTALLATION L-100 Electrical General Requirements L-107 Airport 8-Foot and 12-Foot Wind Cones L-108 Underground Power Cable for Airports L-110 Airport Underground Electrical Duct Banks and Conduits L-115 Electrical Manholes and Junction Structures L-125 Installation of Airport Lighting Systems Item 16110 Raceways Item 16120 Wires and Cables Item 16200 Standby Generator Equipment Item 16251 Automatic Transfer Switch(Time Delay) Item 16402 Electric Service Underground EARTHWORK P-105 Asphalt Pavement Sawcutting,Grinding,and Removal P-152 Excavation and Embankment P-159 Watering P-160 Temporary Erosion Control Systems and Construction Entrances FLEXIBLE BASE COURSES P-209 Crushed Aggregate Top Course and Base Course RIGID BASE COURSES P-301 Soil-Cement Base Course FLEXIBLE SURFACE COURSES P-401 Plant Mix Bituminous Pavements MISCELLANEOUS P-603 Bituminous Tack Coat P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Painting P-622 Aircraft Tiedown Anchors TURFING T-902 Seeding and Fertilizing T-905 Topsoiling T-909 Herbicide Renton Municipal Airport Index - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM A-100 OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION DESCRIPTION A-100-1.1 This item shall consist of safety procedures and regulations to be followed by the Contractor during construction of this project. The"Project Safety, Phasing, and Layout Plan" included in the contract plans contain complementary information to this section. Runways, taxiways, and aircraft parking aprons shall remain in operation and available for use by aircraft to the maximum extent possible, consistent with safety. To minimize disturbance to construction operations, areas close to construction will be controlled to minimize aircraft operations. The Contractor shall not allow employees, subcontractors,-suppliers, or any unauthorized person to enter airport operation areas. A-100-1.2 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP), Safety Plan Compliance Document (SPCD), and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how they propose to comply with the requirements presented within the safety plan. The Contractor shall implement all safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to ensure compliance. The Contractor is responsible to the Owner for the conduct of all subcontractors employed on the project. The Contractor shall ensure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. The Contractor shall obtain approval from the Engineer prior to beginning work in any area 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 the work in such a manner as to ensure safety and minimize hindrance to flight operations. MATERIALS A-100-2.1 BARRICADES, WARNING SIGNS,AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated with red flashing lights. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified,barricades shall be spaced not more than 25 feet apart. Renton Municipal Airport A-100-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). I CONSTRUCTION METHODS A-100-3.1 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) A. COORDINATION 1. Regular coordination meetings will be held during the duration of the project as reflected below. These meetings will provide for assessment of safety provisions, discussion of safety concerns, and general coordination. A pre-bid meeting.is scheduled for 10 a.m. July 10, 2012, at 300 Rainier Avenue, Renton, Washington. A preconstruction meeting is scheduled for at Contractor progress meetings: Weekly construction progress meetings will be held on at Operational safety will be a standing agenda item for the weekly construction progress meetings. The contractor shall attend all progress meetings with airport staff and engineer as required. 2. Scope or schedule changes: Changes in scope of work or duration of project phases may require revisions to the CSPP and review and approval by the airport and the FAA. Airport management must approve all runway and taxiway closures,reconfigurations, and re-opening of aircraft movement areas prior to any changes being made to the operational status of any runway or taxiway or any portion of any runway or taxiway. 3. Coordination with airport users: Renton Municipal Airport Operations is responsible for coordinating construction safety and phasing with airport users prior to the start of construction and throughout the duration of the project. 4. The Contractor shall submit a Safety Plan Compliance Document(SPCD) in accordance with FAA Advisory Circular (AC) 150/5370-2F. B. PHASING 1. Phasing elements: See table below and attached drawings. Renton Municipal Airport A-100-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Project Taxiway B System Rehabilitation-North Portion Reconstruction N r and Airfield Si na a Modifications 5ope"of Wirkr0 Reconstruct the pavement section of the north portion of Taxiway B, �G replace/adjust associated taxiway edge lights, regrade shoulders, replace portions of the underground stormwater system and associated structures, replace underground water lines as required,modify taxiway edge lighting as required, and modify airfield lighted signage _ system including panel designations. -Air ort ARC m B ;� II (Airport Overall) Arr craft D6sign"Group' I (Taxiway B North Portion ➢ Taxiway B (from Boeing Ramp to mid Tie-down Ramp)—closed ➢ Taxiway L—closed Phase 1 -Affected Areas ➢ Tie-down area east of hangars-along the river—closed (17 Calendar Days) ➢ Access runway on Taxiway N from north hangars ➢ Contractor Staging Area&Haul Routes ➢ Replace/Modify Ai ort Signs Operational Re uiremerits Normal Existin' Phase-l Antiei ite_ di 0 .. Average Aircraft Operations; ,rat Commuter: 4/day No operations in work area during �9r A Cargo: 0/day construction. The work area will be GA: 350/day closed to aircraft. Taxiway B--' Taxiing Aircraft Taxiing aircraft& construction traffic dyer' ; ' ' will be controlled by flaggers to mitigate construction traffic/aircraft traffic interaction. Tie-down ramp south of hangars will have access to Taxiways B, M, and N. Taxiwa �L'and ; ;.� �, Taxiing Aircraft There will be no access from Runway south Taxiway W 16-34 to Taxiway L or south Taxiway B. ➢ Taxiway B (Mid Tie-down Apron to north of Hangar 749-A)— closed ➢ Taxiway M—closed Phase 2 - Affected Areas ➢ Tie-down Area east of hangars along river—closed (14 Calendar Days) ➢ No access to the west side of hangars ➢ Access runway on Taxiway N from north hangars ➢ Contractor Staging Area& Haul Routes ➢ Replace/Modify Airpo rt Signs Operational uirements'`.1 Normal iistiu Ph'ase2 (Antki ated) 7,' Average Aircraft Operations Commuter: 0/day No operations in work area during Cargo: 0/day construction. The work area will be 7�'° ��� GA: 150/day closed to aircraft. Renton Municipal Airport A-100-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Taxiway t,p r Taxiing Aircraft Taxiing aircraft & construction traffic will be controlled by flaggers to mitigate construction traffic/aircraft traffic interaction. Tie-down ramp south of hangars will have access to Taxiways B and L. Taxiway and and$= Taxiing Aircraft No access to Taxiway M and west side of Hangar 749-A. No thru traffic on r: Taxiway B. ➢ Taxiway B (North of Hangar 749-A to Runway 16)—closed ➢ Taxiway N—closed Phase 3 -Affected Areas ➢ Tie-down Area east of Hangars along the river- closed Ph Ph Calendar Days) ➢ 4 northerly tie-down spaces at Taxiway N—closed ➢ Contractor Staging Area &Haul Routes ➢ Replace/Modify Airport Signs ➢ Connecting Taxiway Edge Lighting Operational Requirements, Normal xis'tin Phase 3 (Anticipated) r. max.. .Average Aircraft Operations,,, Commuter: 0/day No operations in work area during Cargo: 0/day construction, the work area will be closed GA: 150/day Taxiway B' Taxiing Aircraft North Taxiway B & Taxiway N closed, East Hangar area—Aircraft will not have b��" access to Taxiway B. Taxhwa Nit Taxiing Aircraft Closed Airfield Si na e`Modificat ons A" . Concurrent with:Phase 3 " Airfield Signage The Contractor shall complete all work specific to taxiway signage changes in 14 consecutive calendar days (2 weeks) during Phase 3. j`u " T All sign modifications detailed on contract Plan Sheets C6.1 to C6.4 shall be changed to new designations concurrently as a group change during the last night (9:00 .m. to 7:00 a.m.) of the signage �i g g p ¢ 0 � construction period. Individual sign designation changes shall not be mu ' done independently prior to this. During the 14-consecutive-day signage construction duration, and prior to the final group signage designation change, existing or temporary illuminated (energized) taxiway signage with pre-project existing designations shall be maintained at all times. All construction activities within 137.5 feet of runway centerline will ITA require runway closure. All runway closures shall be conducted at night between the hours of 9:00 p.m. and 7:00 a.m. The runway shall be cleaned up, FOD-free and open for operations by 7:00 a.m. Night +9 � closures are limited to 5 consecutive nights. The Contractor shall prepare and submit a signage work plan detailing task sequencing; methodologies; materials to be utilized in executing work (both temporary and permanent materials); and a schedule for Renton Municipal Airport A-100-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) w nN V accomplishing signage construction tasks, sign installation, and sign re-designation switch-over. , I 'eIk'i i^ Critical elements of the work plan include: Phasing.of construction and sign installation - Phasing of the final sign re-designation switch-over I,F Ghir " - Taxiway and Runway Closure schedule - I - Traffic control plan Means and methods to maintain existing taxiway lighted signage with current designations during 14-day signage work p eriod - Means and methods to ensure no blank panels (no empty sign modules) or light leakage exists while maintaining existing sign designations - Means and methods to ensure temporary materials are properly li�h"t M(jt(p r7 ki, 'i w 4 W y. secured and are not susceptible to being dislodged due to wind, y propeller wash, or jet blast Means and methods to prevent and manage FOD issues All sign base modifications shall be completed prior to any sign or sign face replacements. Sign replacement shall not begin prior to the Jo �° ��' ` new sign bases reaching a minimum 7-day curing strength. ➢ Administration Parking Area Phase 4 - Affected Areas ➢ Airport Electrical Service (14 Calendar Days) ➢ Administration Building ➢ Air Traffic Control Tower(ATCT) ➢ Airport Lighting &Navigational Aids O 'eratioal Re uirements lisse 4 Antic ated " Average Aircraft Operations Commuter: 0/day No operations in work area during Cargo: 0/day construction, the work area will be GA: 150/day closed A°ttmniistratiVe Parla g �� '°��` Parking without Construction operations will be construction conducted within parking area-some " t, parking spaces will be unavailable for use Ailniiinistrntion Du�ldiig " °" Full Service Power There will be two power outages, each w expected to last less than two hours. `ATCT ', , ��', w Full Service Power Backup batteries are expected to provide power to the ATCT during two 3E. � 6"�, power outages, each of less than a 2- hour duration. Airpor',tighting & � ' Full Service Power Airport lighting and navigational aids Navigational Aids. may be impacted by two power outages, � _ a. each of less than a 2-hour duration. A total of 45 calendar days is provided for this project,plus an additional 14 calendar days for emergency enerator installation. Renton Municipal Airport A-100-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 2. Construction safety drawings: See attached drawings. C. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY 1. Identification of affected areas: See table above and attached drawings. 2. Mitigation of effects: See table above and attached drawings. D. PROTECTION OF NAVIGATION AIDS (NAVAIDS) Before commencing construction activity,parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the SPCD must show an understanding of the"critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed. Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. The Non-Directional Beacon (NDB) Building and the Atmospheric Surface Weather Observation System (ASOS) (weather sensing equipment) are located near the contractor staging area. The contractor's staging area shall be located to avoid conflict with the ASOS sensors. Sensors on the ASOS that may be at greater risk to contractor caused interference (e.g.,job trailer) are the visibility sensor, the cloud height sensor, and the wind sensor. The contractor shall coordinate with airport staff to provide appropriate precautions to avoid impact to these sensors. The critical area around the existing NDB is a 100-foot radius. The contractor's staging area shall be located outside of this critical area. The contractor shall take every precaution to protect power lines and equipment associated with these airport facilities. E. CONTRACTOR ACCESS 1. Location of stockpiled construction materials: See attached drawings. i During non-working hours, construction equipment and supplies shall only be parked or located in the approved. staging area. Any material stockpiles shall be located within the approved staging area and shall be approved by the Airport and the Engineer prior to stockpiling materials. Contractor equipment and material Renton Municipal Airport A-100-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) stockpiles shall be stored outside the Runway and Taxiway Object Free Areas, and outside navigational equipment critical areas. Equipment and materials shall only be located or parked in areas approved by the airport. 2. Vehicle and pedestrian operations: See attached drawings. a. All workers that will.be operating vehicles and equipment in aircraft operation areas, including subcontractors, shall attend a ground-vehicle/ airport familiarization and FOD awareness course (conducted by airport staff) prior to beginning construction. (Course time is approximately 1 hour.) b. All gates in use by the.contractor that provide airport access sliall be kept closed and locked at all times when not in immediate use by the contractor. When any gate is in use by the contractor, the contractor shall provide a full time crew member posted at the gate to control entry to the site. C. The contractor shall keep the movement of all vehicles and equipment along approved haul routes as reflected in the Safety and Phasing Plans. d. The contractor shall. coordinate with airport personnel prior,to entering or commencing work in any restricted aircraft operation areas. The contractor must comply with safety and operational requirements that are in effect to ensure that construction activities will not interfere with or compromise the safety of aircraft or adversely affect the environment. e. All vehicles operating within the airport fence shall be identified with orange and white flags or flashing amber beacons during daylight hours, and with flashing amber beacons at night or during periods of low visibility. Vehicle identification shall conform to FAA AC 1.50/5210-5. f. When working within an active aircraft operation area or where construction haul routes cross aircraft operation areas, the contractor shall. provide a crew member equipped with an aviation-frequency radio during all working hours to monitor aircraft operations and provide appropriate direction to equipment operators and others on site. The contractor shall provide appropriate crew members and traffic control devices to safely control construction traffic and operations within or around air operation areas. 3. Two-way radio communications: Flagger 1, as designated on the Safety and Phasing Drawings, shall have a two-way radio, provided by the contractor, as the point of contact with the Aircraft Control Tower. Flagger 1 will respond to all Tower calls. The Renton ground frequency is 121.6. 4. Airport security: Each driver operating any type of vehicle on the airport will be required to attend the ground vehicle training course as reflected in Section E-2 Renton Municipal Airport A-100-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) above. After this class, a gate access card will be provided to those who successfully complete the course. All drivers will be required to have the gate access card to access the gate. F. WILDLIFE MANAGEMENT 1. Trash: The contractor shall be responsible for removing all trash, including food items, from the project site immediately. All trash shall be stored by the contractor in a way that will not allow wind or jet blast to blow trash around the job site. 2. Standing water: The contractor shall be responsible for grading all disturbed areas so they will drain. No standing water will be allowed. 3. Tall grass and seeds: Seed mixes shall comply with AC 150/5200-33. 4. Fencing and gates: The contractor shall take care to maintain security during construction when access points are created in the perimeter fencing to permit the passage of construction vehicles or personnel. Temporary gates shall be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. A flagger shall be stationed at any open gate to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggy backing"behind another person or vehicle. 5. Disruption of existing wildlife habitat: Wildlife around Renton Municipal Airport includes coyotes, rabbits, and birds. Any sightings of coyotes or other wildlife should immediately be reported to airport staff. G. 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 shall not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing may be required to contain material that can be carried by wind into areas where aircraft operate. The contractor shall assign a FOD manager for this project. See AC 150/5210-24, Foreign Object Debris (FOD) Management. See also Specification A-101. H. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. Renton Municipal Airport A-100-8 TW B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) i L NOTIFICATION OF CONSTRUCTION ACTIVITIES The contractor shall immediately notify the airport and the engineer of any conditions adversely affecting the operational safety of the airport. 1. Maintenance of a list of responsible representatives/points of contact: A list of points of contact for the airport and engineer will be provided at the pre- construction meeting. The contractor shall also provide, at the pre-construction meeting, a list of points of contact available 24 hours a day. This list shall be revised as required during the course of the project. 2. Notices to Airmen (NOTAM): Only the airport operator may initiate or cancel NOTAMs on airport conditions, and the airport operator is the only entity that can close or open a runway. The airport operation staff must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities. The contractor shall be responsible to notify the airport operator a minimum of 48 hours in advance of any change to planned construction activities. 3. Emergency notification procedures are as follows: The first and immediate action will be to call 9-1-1. Next, call the Airport Office at 425-430-7471, then Airport Operations at 206-423-0087. 4. Coordination with ARFF Personnel: The airport operations staff will coordinate with the City of Renton Fire Department. The airport will coordinate construction activities, construction phasing, and available access routes during construction with these entities. City of Renton Fire Department personnel will also attend the pre-construction conference for the project. Airport staff is responsible for coordinating with the agencies listed above if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants. • The rerouting,blocking, and restoration of emergency access routes. • The use of hazardous materials on the airfield. • The interruption of power service. 5. Notification to the FAA: a. Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e., cranes, graders, other equipment) on airports. FAA Form 7460-1,Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. Further guidance is available on the FAA web site at oeaaa.faa.gov. Renton Municipal Airport A-100-9 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) b. NAVAIDS. For emergency (short-notice) notification about impacts to both airport-owned and FAA-owned NAVAIDs, contact: 866-432-2622. C. Airport-owned/FAA-maintained. None d. FAA-owned. None J. INSPECTION REQUIREMENTS 1. Daily inspections: Inspections will be conducted by airport operations staff and the contractor daily, or possibly more frequently,to ensure conformance with the CSPP. 2. Final inspections: Inspections with the airport staff and the engineer shall be conducted prior to opening any runway or taxiway that has been closed for construction. K. UNDERGROUND UTILITIES The contractor is responsible to locate all underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may include coordinating with public utilities and hiring a private utility locate service. The contractor shall take all necessary precautions to protect utilities. The contractor shall be responsible for any and all costs, fees, and penalties associated with the damage and repair of any utilities. L. PENALTIES Non-compliance with the CSPP, SPCD, or airport rules and regulations may result in rescission of driving privileges or access to the AOA. M. SPECIAL CONDITIONS 1. The contractor shall protect workers, vehicles, and equipment from prop wash,jet blast, and noise at all times. 2. The contractor shall maintain emergency vehicle access to the project site and airport at all times. 3. It shall be the responsibility of the contractor to prevent construction-related vehicle and pedestrian traffic from entering active taxiway and runway areas. 4. In order to minimize danger to aircraft in areas that will be open for aircraft movement after the end of the working day, the contractor shall. ensure that'all transverse joints are ramped down so no abrupt edges remain. Additionally, there shall be no temporary or permanent pavement drop-offs greater than 1 inch or pavement/turf lips greater than 3 inches. Renton Municipal Airport A-100-10 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) N. RUNWAY AND TAXIWAY VISUAL AIDS Areas where aircraft will be operating shall be clearly and visibly separated from construction areas. 1. General: Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots and not misleading, confusing, or deceptive. All visual aids must be secured in place to prevent movement by prop wash,jet blast, wing vortices, or other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. 2. Marking: Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and taxiways closed to aircraft operations are marked with a yellow X. It is the responsibility of the contractor to establish, maintain, and remove all temporary markings as required throughout the project. The establishment, maintenance, and removal techniques shall be acceptable to the airport management. The contractor shall coordinate the placement and removal of temporary markings with the airport staff. Material selected for temporary markings shall be placed as shown in the contract documents or as directed by the engineer. Markings shall be properly secured to prevent movement by prop wash.,jet blast, wing vortices, or other wind currents. The markings shall be secured so they present no obstacles to aircraft. Temporarily closed taxiways: Place barricades outside the safety area of taxiway intersections. For runway/taxiway intersections, place"an X at the entrance to a w from .m the runway. closed taxiway o y 3. Lighting and visual NAVAIDs: Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-40, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above-ground temporary wiring in conduit to prevent electrocution and fire ignition sources. Navigational equipment located at Renton Municipal Airport includes a Rotating Beacon, REILs, PAPIs, and a Non-Directional Beacon (NDB). There is also a weather station. The navigational equipment and navigational equipment critical areas shall be protected. No interruption of navigational equipment service shall be permitted by the contractor unless designated in the CSPP or the SPCD. 4 Signs: To e xtent possible, signs must be in conformance with AC 150/5340-18. To the extent practicable, signs adjacent to areas used by Renton Municipal Airport A-100-11 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) aircraft must comply with the frangibility requirements of AC 150/5220-23 and AC 5345-44. O. MARKING AND SIGNS FOR ACCESS ROUTES Pavement markings and signs for construction personnel shall conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. P. HAZARD MARKING AND LIGHTING 1. Purpose: Hazard marking and lighting prevents pilots from entering areas closed to aircraft and prevents construction personnel from entering areas open to aircraft. Prominent, comprehensible warning indicators shall be used for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. The contractor shall also mark cables and power lines; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas for contractor personnel to avoid. 2. Equipment: a. Barricades will be used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds,prop wash, and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, spacing should not exceed 4 feet. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes securely attached to prevent FOD. b. Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 feet apart. 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. C. Supplement barricades with signs (for example,"No Entry," "No Vehicles") as necessary. Renton Municipal Airport A-100-12 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) d. 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 colla p sible barricades marked with diagonal, alternating orange and white stripes, and/or signs to separate all construction/ maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 inches square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway/taxilane safety area or apron must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags. Barricades must be of low mass, easily collapsible upon contact with an aircraft or any of its components, and weighted or sturdily attached to the surface to prevent displacement from prop wash,jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, not to exceed 3 inches above the ground. e. Air Operations Area—Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operation factors when determining how to mark temporary closures. Even for closures of relatively short duration, close all taxiway/runway intersections with barricades. f. Air Operations Area—Other. Beyond runway and taxiway object free areas and aprons,barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses,jersey barriers, or barrels. g. Maintenance. The contractor shall have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting shall be checked for proper operation at least once per day, preferably at dusk. Q. PROTECTION OF SURFACES Runway and taxiway safety areas, obstacle free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. 1. Runway Safety Areas (RSAs). An RSA is a 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. Construction activities within 37.5 feet of runway pavement edge and within the existing RSA are subject to the following conditions: Renton Municipal Airport A-100-13 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) a. No construction may occur within the 37.5 feet of runway pavement edge or within existing RSA while the runway is open for aircraft operations. b. Excavations: i. Open trenches or excavations are not permitted within.37.5 feet of runway pavement edge or within the RSA while the runway is open. If possible,backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. ii. 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. C. 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, lumps, depressions, or other surface variations, and 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. 2. Runway Object Free Area (ROFA): Construction, including excavations,may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material shall not be stockpiled in the ROFA. 3. Taxiway Safety Area (TSA): A TSA is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. Construction activities within the TSA are subject to the following conditions: a. No construction may occur within the existing TSA while the taxiway is open for aircraft operations. b. Excavations. i. Open trenches or excavations are not permitted within the TSA while the taxiway is open. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. Renton Municipal Airport A-100-14 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ii. 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. C. 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, lumps, depressions, or other surface variations, and 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. 4. Taxiway Object Free Area (TOFA): Unlike the ROFA, aircraft wings regularly penetrate the TOFA during normal operations, thus the restrictions are more stringent. Except as provided below, no construction may occur within the TOFA while the taxiway is open for aircraft operations. a. Offset taxiway pavement markings may be used as a temporary measure to provide the required TOFA. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. b. Construction activity may be accomplished without adjusting the width of the TOFA, subject to the following restrictions: i. Appropriate NOTAMs are issued. ii. Marking and lighting meeting the provisions of paragraphs N and P above are implemented. iii. Five-foot clearance is maintained between equipment and materials and any part of an aircraft (including wingtip overhang). In these situations, flaggers must be used.to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. 5. Obstacle Free Zone (OFZ): In general, personnel, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Operational restrictions must be approved by the FAA. 6. Runway approach/departure surfaces: All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as Renton Municipal Airport A-100-15 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) defined in AC 150/5300-13, Appendix 2, "Threshold Siting Requirements." Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Closure of the complete runway and other portions of the movement area require coordination with the FAA. R. OTHER LIMITATIONS ON CONSTRUCTION 1. Prohibitions: a. No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. i b. No use of open-flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. C. No use of electrical blasting caps on or within 1,000 feet of the airport property. d. No use of flare pots within the AOA. 2. Restrictions: a. When Boeing 737 jets are on the Compass Rose during Phase I, the contractor shall move away from the Compass Rose Area and await completion of compass rose swing before proceeding with work. b. There shall be no construction activity after 10:00 p.m. without prior approval. The hours available for construction activities at the Renton Municipal Airport are 7:00 a.m. to 10:00 p.m. C. The speed limit within the perimeter fence of the airport is 15 mph. d. Aircraft always have the right-of-way. METHOD OF MEASUREMENT AND PAYMENT A-100-4.1 No separate payment shall be made for Operations Safety; it shall be incidental to other items of work. END OF ITEM A-100 Renton Municipal Airport A-100-16 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM A-101 FOD PREVENTION AND TRAFFIC CONTROL DESCRIPTION A-101-1.1 FOD. This item shall consist of providing manpower and equipment necessary to avoid the possibility for FOD. FOD is considered to be objects/debris of any visible size or if ingested into a jet engine, foreign object damage. FOD present on an active runway, taxiway, shoulder, ramp, road, or any other paved surfaces may result in aircraft damage from engine ingestion, engine blast, or any high-speed ground operation. To prevent such damage from occurring, FOD prevention controls must be maintained throughout the duration of the contract period. Active aircraft surfaces shall be kept clean as work progresses and shall be free of FOD as described above before these surfaces are opened to aircraft operations. A-101-1.2 TRAFFIC CONTROL. Traffic control shall include placement of barricades to provide delineation between aircraft movement areas and construction work areas; radio control to maintain contact with the Air Traffic Control Tower and/or pilots and ground control; gate personnel required at open gates leading to aircraft operation areas, and other related traffic control items required for the contract. MATERIALS A-101-2.1 FOD CONTROL EQUIPMENT. Equipment shall include power.brooms and hand tools as necessary to eliminate FOD. A-101-2.2 TRAFFIC CONTROL EQUIPMENT. Traffic control equipment shall include barricades, warning signs,hazard markings, aviation radio, and any other equipment necessary to control traffic as detailed in the Construction Operations Plan. CONSTRUCTION METHODS A-101-3.1 Procedures to be followed for purposes of preventing FOD shall be observed with the maximum degree of effort. It shall be understood that unlike general "best effort" cleanup requirements associated with typical construction projects, the FOD prevention controls are to be considered a primary project objective. The Contractor shall review the safety and phasing requirements carefully as presented in the project plans and specifications and submit with the Contractor's proposed schedule a FOD Control Plan. 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. FOD Prevention Controls Requirements The Contractor's foreman and primary field personnel shall attend a FOD awareness meeting at the Airport Office before commencing construction and shall become familiar with the ramifications of FOD on airport pavements, Renton Municipal Airport A-101-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Airport Staff expectations for FOD control, typical FOD generators, and methods for controlling FOD. The Contractor shall prepare a FOD Control Plan and designate one employee as a FOD Manager for the duration of this project. The plan and selection of a FOD manager will be subject to approval by the airport staff and.the Engineer. Access/haul routes shall be confined strictly to the areas designated on the Project Layout Plan and the Safety and Phasing Plan. These routes will be confined to the smallest possible area in order to limit the amount of sweeping and cleanup required. These routes shall be marked clearly by the Contractor with signs and cones so vehicles will not stray from the designated routes. Material from Airport work areas and waste sites (loose asphalt pavement, rocks, vegetation, etc.) shall not contaminate adjacent haul routes. To prevent material from falling from the trucks while in transit, loads filled to the top of the side rails will not be allowed on the site. The assigned FOD Control laborer shall clean paved surfaces as appropriate. The Contractor shall return all aircraft movement areas to a clean, FOD-free state before re-opening those surfaces to aircraft traffic. FOD cleanup equipment and methods used by the Contractor are subject to approval by the Engineer and/or Airport Staff. Equipment judged to be unsuitable by the Engineer shall be replaced by the Contractor. The key elements of this specification section are: FOD Awareness FOD Prevention FOD Control—"Clean As You Go" The Contractor shall provide signs,barricades, and cones to delineate clearly and confine access routes to prevent vehicle and aircraft conflicts and to prevent FOD. METHOD OF MEASUREMENT A-101-4.1 FOD Prevention and Traffic Control shall be measured by the lump sum for all equipment and personnel used to provide FOD Prevention and Traffic Control. Whenever directed by the Engineer, the Contractor shall begin cleanup operations or shut down cleanup operations already in progress. In the event the Airport or Engineer determines any active aircraft movement area to be unusable due to construction generated debris, and if the Contractor is not on site, cleanup equipment will be called to the Airport and billed directly to the Contractor. Renton Municipal Airport A-101-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) BASIS OF PAYMENT A-101-5.1 Payment shall be made at the contract lump sum price for maintaining the FOD Prevention and Traffic Control. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to control, remove, and dispose of all potential FOD materials within work areas and along airport haul routes. The Traffic Control price shall be full compensation for all labor, equipment, tools and incidentals necessary to control traffic as described in the Contract Documents. Payment will be made under: Item A-101-5.1 FOD Prevention Control—per lump sum Item A-101-5.2 Traffic Control—per lump sum END OF ITEM A-101 Renton Municipal Airport A-101-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM A-103 CONTRACTOR QUALITY CONTROL PROGRAM DESCRIPTION A-103-1.1 GENERAL. The Contractor shall establish,provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c.. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The Contractor Quality Control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements for P-152 and P-209 are the responsibility of the Contractor. Acceptance testing for P-401 is the responsibility of the Owner. REQUIREMENTS A-103-2.1 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include Renton Municipal Airport A-103-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. I b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 5 calendar days before the Preconstruction Meeting. I As a minimum, a written Quality Control Plan will be required for Excavation and Embankment (P-152), Crushed Aggregate Top and Base Course (P-209), and Asphalt Paving(P-401) operations. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; L Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. A-103-2.2 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification Renton Municipal Airport A-103-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) requirements of Paragraph A-103-2.1a and A-103-2.1b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. .(7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. Renton Municipal Airport A-103-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) I The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section A-103-2.5. (2) Performance of all quality control tests as required by the technical specifications and Section A-103-2.6. Cert ification at an equivalent level,by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. A-103-2.3 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format,or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling,sequencing, and coordinating all work to comply with the requirements of the contract. A-103-2.4 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. A-103-2.5 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section A-103-2.6. Renton Municipal Airport A-103-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-IOF (NOTICE F-1) Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized 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 J p P g p P � q the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. A-103-2.6 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number(e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); C Responsibility(e.g.,plant technician); and g. Control requirements (e.g., target,permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section A-103-2.7. A-103-2.7 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or Renton Municipal Airport A-103-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include,but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and Renton Municipal Airport A-103-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. A-103-2.8 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. A-103-2.9 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. A-103-2.10 SAMPLES, TESTS,AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and reviewed by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Contractor. The testing organizations performing on-site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, Renton Municipal Airport A-103-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5310-10F (NOTICE F-1) or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall hire a laboratory and perform all Quality Control and Quality Acceptance testing for Item P-152 Excavation and Embankment and Item P-209 Crushed Aggregate Top Course and Base Course. See respective specification sections for testing requirements of each item. For Item P-401 Plant Mix Bituminous Pavements, the Contractor shall provide all Quality Control Testing as specified in Section P-401. The Contractor shall produce an asphalt mix that conforms to Section P-401. The cost for producing the asphalt mix shall be incidental to the bid item, "Contractor Quality Control/Acceptance Testing." Payment for contractor quality control and acceptance testing listed above shall be paid for under the lump sum bid item "Contractor Quality Control/Acceptance Testing." This lump sum price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. All acceptance sampling and testing for Item P-401, "Plant Mix Bituminous Pavements," as specified in P-401-5, Material Acceptance, is the responsibility of the Contractor. The Contractor shall employ a testing organization to perform all Contractor required tests. The laboratory quality control technicians shall meet the requirements of Technical Provision A-103, A-103-2.2b, Quality Control Technicians. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. All the test data shall be reported to the Engineer after the results are known. A legible,handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports,plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. The test results shall be prepared by the Contractor on a form provided by the Engineer. If the City of Renton suspects any error or discrepancy in the Contractor's test results, the City reserves the right to perform concurrent tests with a City-employed laboratory. Where there is a conflict between the Contractor's test results and the City's test results, the City's test results shall govern as the tests of record unless determined otherwise by the Engineer. A-103-2.11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. Renton Municipal Airport A-103-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. METHOD OF MEASUREMENT AND PAYMENT A-103-3.1 Measurement and payment will be at the contract lump sum price for Contractor Quality Control/Acceptance Testing. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to provide quality control as described in these specifications. Payment will be made under: Item A-103-3.1 Contractor Quality Control/Acceptance Testing—per Lump Sum END OF ITEM A-103 Renton Municipal Airport A-103-9 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) ITEM A-105 MOBILIZATION DESCRIPTION A-105-1.1 The lump sum bid for mobilization shall include all costs for preparatory work and operations performed by the Contractor, including, but not limited to, those necessary for the movement of his personnel, equipment, supplies, and incidentals to the project site; for offices and other facilities for work on the project; for premiums for bonds and insurance for the project; and for other work and operations he must perform or costs he must incur before beginning production on the project work. This item is for the duration of the contract. A-105-1.2 The lump sum bid for utility locate shall include all costs necessary to locate and mark on the surface, using paint and/or flagging, all existing utilities in the project area prior to start of construction (this may require hiring a private utility company). Contractor shall maintain a record of utility locations in the project area throughout the duration of the contract. MEASUREMENT AND PAYMENT A-105-2.1 Measurement and payment will be made in accordance with the provisions of Section 1-09.7, Mobilization, of the Washington State Department of Transportation Standard Specifications. The cost for demobilization is included under the payment for this item. A-105-2.2 Measurement and payment will be at the contract lump sum price for utility locate. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to locate utilities. Payment will be made under: Item A-105-2.1 Mobilization—per Lump Sum Item A-105-2.2 Utility Locate—per Lump Sum END OF ITEM A-105 Renton Municipal Airport A-105-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM A-110 CONSTRUCTION SURVEY DESCRIPTION A-110-1.1 CONSTRUCTION LAYOUT AND STAKING. The Engineer will establish l horizontal and vertical survey control only. The Contractor shall conduct all survey and establish all layout required for the construction of the work and verification of quantities. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. It will be the Contractor's responsibility to provide the construction staking required to ensure that the improvements are constructed to the lines and grades shown on the plans. CONSTRUCTION METHODS A-110-2.1 The Contractor will be required to furnish all lines, grades, and measurements necessary for the proper prosecution and control of the work contracted for under these specifications, from the control points provided. A-110-2.2 In case of error on the part of the Contractor, or his/her employees,resulting in the establishment of grades and/or alignment that are not in accordance with the plans or grades/alignment established by the Engineer; all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. a Construction Staking and Layout includes but is not limited to: 1. Clearing and Grubbing perimeter staking. 2. Rough Grade slope stakes at 100-foot stations. 1 3. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. 4. Subgrade blue tops at 25-foot stations and 25-foot offset distance (max.) for the following section locations: a. Runway—minimum 5 per station b. Taxiways—minimum 3 per station c. Holding apron areas—minimum 3 per station d. Roadways—minimum 3 per station 5. Base Course blue tops at 25-foot stations and 25-foot offset distance (max.) for the T` following section locations: a. Runway—minimum 5 per station b. Taxiways—minimum 3 per station Renton Municipal Airport A-110-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) I c. Holding apron areas—minimum 3 per station 6. Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot stations b. Between Lifts at 25-foot stations for the following section locations: 1) Runways— each paving lane width 2) Taxiways—each paving lane width 3) Holding areas—each paving lane width c. After finish paving operations at 50-foot stations 1) All paved areas—edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot stations and at all break points with maximum of 50-foot offsets 7. Fence lines at 100-foot stations 8. Electrical and Communications System locations, lines and grades including but not limited.to duct runs, connections, fixtures, signs, lights, VASIs, PAPIs, REILs, Wind Cones, Distance Markers (signs), pull boxes and manholes. 9. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. 10. Painting and Striping layout (pinned with 1.5-inch PK nails)marked for paint Contractor. (All nails shall be removed after painting) 11. Laser or other automatic control devices shall be checked with temporary control point or grade hub at a minimum of once per 400-feet per pass (i.e.,paving lane). F NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. A-110-2.3 ESTABLISHMENT OF SURVEY CONTROL FOR CONSTRUCTION. 1. Utilization of a State Licensed Land Surveyor is required. 2. Horizontal closure accuracy of at least 1:40,000 is required. 3. Vertical loop closure of at least 0.03 foot per mile is required. Vertical datum is based on o NAVD-88 Vertical Datum. Horizontal datum is based on Washington State Plane North Zone NAD 83/1991. , 4. The construction survey must use the same primary control as used for the Design Survey. 5. Prior to performing the initial survey, prepare a methodology statement, complete with survey equipment to be utilized and with information as to the accuracy of the equipment. The methodology statement is to be submitted to the project manager for review and approval. a Renton Municipal Airport A-110-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 1 12/2011 AC 150/5370-1OF (NOTICE F-1) 6. Secondary control monuments shall have a minimum foundation depth of 6 feet. Elevations shall be set on secondary control using the NGS style 3D monument set for project primary control. Utility locates are required prior to installing secondary control monuments. 7. Contractor must verify his internal secondary control monuments a minimum of once per month by looping back into primary control. r MEASUREMENT AND PAYMENT A-110-3.1 Measurement and payment shall be made at the contract lump sum price, including the cost of all labor, materials, equipment, and tools required to complete the work. Payment will be made under: Item A-110-3.1 Construction Survey—per lump sum END OF ITEM A-110 r i Renton Municipal Airport A-110-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM A-201 TRENCH EXCAVATION SAFETY PROVISIONS DESCRIPTION A-201-1.1 This item shall consist of safety provisions required when trench excavation exceeds a depth of 4 feet. REQUIREMENTS A-201-2.1 If the bid amount contains any work that requires trenching exceeding a depth of 4 feet, all costs for trench safety shall be included in the Basic Bid for adequate trench safety systems in compliance with Chapter 39.04 RCW 49.17 RCW and WAC 296-155-650. MEASUREMENT AND PAYMENT r A-201-3.1 Measurement and payment for"Trench Excavation Safety Provisions" shall be made at the contract price per lump sum, including the cost of all labor,materials, the use of all equipment, and tools required to complete the work. Payment will be made under: Item A-201-3.1 Trench Excavation Safety Provisions—per lump sum If the bid amount does not contain work that requires trenching exceeding a depth of 4 feet, enter "$0.00" for the line item on the Bid Schedule, Section 00410. END OF ITEM A-201 1 T�J Renton Municipal Airport A-201-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications f 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the removal of existing pipe as reflected on the demolition plans and construction of pipe culverts and storm drains in accordance'with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. AASHTO M 294 &M 252 Corrugated Polyethylene Pipe—HDPE (Type S) WSDOT Section 9-05.13 and Ductile Iron Pipe(DIP), Standard Thickness Class 52 ANSFAWWA C151/A21.51 Pipe ASTM C 14 Non-Reinforced Concrete Pi p 701-2.3 RUBBER GASKETS. Rubber gaskets for rigid i e shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe and polyethylene pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc-coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic (HDPE) ribbed pipe shall conform to the requirements of ASTM F 477. 701-2.4 JOINT MORTAR. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type 1. The sand shall conform to the requirements of ASTM C 144. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 in (150 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for depth of at least 12 in or %2 in 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 width of the excavation shall be at least 1 ft greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. -J 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 Renton Municipal Airport D-701-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 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. G The excavation for pipes that are 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. Excess trench excavation material and trench excavation material not acceptable for backfill shall be disposed of by the Contractor as directed in technical provision Item P-152. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When - no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. Class D bedding shall be used in locations where trenches are under existing or future structures, paved areas,road shoulders, driveways or sidewalks, or as specified herein. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8-inch sieve and not more than 10 percent of which passes a No. 200 sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe.and shall have recesses shaped to receive the bell of bell and spigot pipe. Class D bedding shall consist of compacted granular backfill material. The material shall be well-graded crushed rock, with a maximum aggregate size of 3/ inch in the bedding and pipe zone, and a maximum aggregate size of 1 1/2 inches in the trench backfill zone. Gradation of granular backfill material shall comply with WSDOT Specification Section 9-03.12(3), Gravel Backfill for Pipe Zone Bedding. The pipe zone bedding extends 6 inches below the pipe to 50 percent of OD above the crown. b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Minimum Bedding Depth Depth ; in. in. 1/2 1 1 2 2 3 2 %2 31/2 c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 in. For pipes installed t" under paved areas, no more than 12 percent of the material shall pass the No. 200 sieve. For all y Renton Municipal Airport D-701-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications Y 12/2011 AC 150/5370-1OF (NOTICE F-1) 0 other areas, no more than 50 percent of the material shall pass the No. 200 sieve. The bedding shall have a thickness of at least 6 in below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent of the pipe's vertical outside diameter. Y 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. 701-3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC and Polyethylene Pipe. Joints for PVC and Polyethylene pipe shall conform to the requirements of ASTM D 3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M 304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or M 294M. d. Ductile Iron Pipe (DIP). Ductile iron pipe shall possess standard push-on joint type. Push-on joints shall be "Tyton"type. Rubber gasket joints shall be in conformance with k ANSPAWWA C111/A21.11. 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil,granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 in sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 in sieve, and no less than 95 percent of it shall be retained on a No. 4 sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 in on both sides of the pipe and shall be brought up 1 ft above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 in and shall be brought up evenly on both sides of the pipe to 1 ft above the top Renton Municipal Airport D-701-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F 71) of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 ft, whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 in over the top of the pipe. The backfill material shall meet the ` requirements of paragraph 701-3.2c. i All backfill shall be compacted to the density required under Item P-152. 701-3.6 STORM DRAIN PIPE REMOVAL. Storm drain pipe designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. If new pipe is to be placed, follow contract requirements for installation of new storm drain pipe. If pipe is removed and no new pipe is placed, the Contractor shall backfill with select backfill material (approved by the Engineer) and compact to 95 percent density. METHOD OF MEASUREMENT 701-4.1 The length of pipe to be removed and the length of pipe to be installed shall be measured in linear feet of pipe in place, including excavation,bedding, and backfill, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types ' and size shall be measured separately. All fittings and trash racks shall be included in the footage as typical pipe sections in the pipe being measured. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe removed and for each kind of pipe installed, of the type and size designated, including excavation, bedding, and backfill. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-701-5.1 6-inch HDPE Storm Drain Pipe—per linear foot Item D-701-5.2 12-inch HDPE Storm Drain Pipe—per linear foot A Item D-701-5.3 8-inch DI Storm Drain Pipe—per linear foot Item D-701-5.4 12-inch DI Storm Drain Pipe—per linear foot Item D-701-5.5 Storm Drain Pipe Removal—per linear foot i t Renton Municipal Airport D-701-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 12/2011 AC 150/5370-1OF (NOTICE F-1) MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic-Coated for Sewers and Drains ASTM A 761 Corrugated Steel Structural Plate, Zinc Coated, for Field-Bolted Pipe, r i Pipe-Arches, and Arches ASTM A 762 Corrugated Steel-Pie Polymer Preco e g p , yin at d for Sewers and Drains ` ASTM A 849 Post-A pp lied Coatings, Pavin s, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM A 885/A 885M- Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated 96 Steel Sewer, Culvert, and Underdrain Pipe .j ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe r ASTM C 94 Ready Mixed Concrete ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C 655 Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 1433 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM D 1056 Flexible Cellular Materials-Sponge or Expanded Rubber ASTM D 3034 Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ! ASTM D 6690 Joint and Crack Sealants, Hot-Applied, for Concrete and Asphalt Pavements Renton Municipal Airport D-701-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 667 Large Diameter Corrugated Polyethylene Pipe and Fittings ASTM F 714 Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter ASTM F 794 Poly(Vinyl Chloride) Ribbed Drain Pipe &Fittings Based on Controlled Inside Diameter ASTM F 894 Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe - ASTM F 2435 Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F 2562 Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non- Pressure Drainage and Sewerage. ASTM F 949 Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings AASHTO M 190 Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe-Arches, and Arches AASHTO M 243 Field A pp lied Coating of Corrugated Metal Structural Plate for Pipe, Pipe-Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter AASHTO M 304 Poly(Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP-20 Steel Reinforced Polyethylene (PE) Ribbed Pipe END ITEM D-701 Renton Municipal Airport D-701-6 p iP I TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM D-702 SLOTTED DRAINS DESCRIPTION 702-1.1 This item shall consist of the construction of slotted drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS ' 702-2.1 GENERAL. All slotted drains shall meet the requirements shown on the plans and specified below. Slotted drains shall be capable of accommodating a minimum flow of 1.94 cfs ` (see contract drawing for grade information) in accordance with the contract drawings and manufacturer's instructions and shall support 82,000-pound ARFF truck loading. 702-2.2 PIPE. .a. Steel Slotted Drain. Pipe shall be metallic-coated (galvanized or aluminized steel type 11) corrugated steel Type I meeting the requirements of ASTM A760. Pipe diameter and gauge shall be as shown on the plans. The corrugated steel pipe shall have a minimum of two rerolled annular ends. } b. Low Density Polyethylene Channel. Channel shall have a smooth inside profile, non- , stick, non-corrosive, and shall not be corrugated. The channels will have interlocking joints and exhibit 0 percent water absorption. Cleanout ports will be made of low density polyethylene and match the channel profile of the slotted drain. 702-2.3 GRATES AND CASTINGS. Slotted drain ceanout ports will have a ductile iron frame and slotted ductile iron grate. The drain will have a slotted ductile iron grate with a minimum of 4lock down bolts �' er ate. p 702-2.4 CONCRETE. The slotted drain shall be installed in concrete with a 4,000 psi minimum strength at 28 days g y when tested in accordance with ASTM C 39. Reinforcing steel shall be installed as shown on the plans. CONSTRUCTION METHODS 702-3.1 EXCAVATION. The width of the trench shall be sufficient to permit satisfactory installation and jointing of the slotted drain and placing of a high slump concrete backfill material under and around the drain, but shall not be less than the external pipe diameter plus 6 inches on each side. The depth of the trench shall be a minimum of 2 inches below the invert for the drain. The trench may be roughly shaped to the slotted drain bed. - 702-3.2 INSTALLATION. Drain shall be laid in sections joined firmly together with mechanically interlocking joints. The top of all drains shall be held firmly in place to the proper grade, to preclude movement during the backfilling operation. Renton Municipal Airport D-702-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 702-3.3 BACKFILLING. Slotted drains shall be inspected before any backfill is placed. Damaged drains shall be aligned or replaced at the expense of the Contractor. _ The slotted drain assembly shall be backfilled with concrete that will easily flow under and around the drain and the trench wall. The opening in the top of grates and castings shall be covered to prevent unwanted material from entering the drain during the backfilling and subsequent surfacing operations. METHOD OF MEASUREMENT i 702-4.1 The length of slotted drain system shall be measured in linear feet of slotted drain system in place, completed, and approved. It shall be measured along the centerline of the drain from end or inside face of structure to the end or inside face of structure, whichever is applicable. All trenching,backfill concrete, connections to structures, and fittings shall be included in the. footage as typical drain sections being measured. BASIS OF PAYMENT 702-5.1 Payment shall be made at the contract unit price per linear foot for each kind of slotted drain type and size designated. These prices shall be full compensation for all materials, all preparation, excavation, and installation of these materials; and all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 702-5.1 Slotted Drain System—per linear foot i TESTING REQUIREMENTS ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens MATERIAL REQUIREMENTS Information A guide to Standardized Highway Drainage Products disseminated under the sponsorship of the American Association of State Highway and Transportation Officials, Associated General Contractors, and the American Road and Transportation Builders Association END OF ITEM D-702 Renton Municipal Airport D-702-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM D-705 UNDERDRAINS FOR AIRPORTS DESCRIPTION 705-1.1 This item shall consist of the construction of pipe underdrains and biofiltration swale -� underdrains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. r 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. AASHTO M 252 Corrugated Polyethylene Perforated Pipe—HDPE (Type SP) 705-2.3 ELASTOMERIC SEALS. Elastomeric seals shall conform to the requirements of ASTM F 477. 705-2.4 CLEAN DRAIN ROCK. Clean drain.rock for biofiltration swale underdrain shall consist of 5/8-inch minus clean drain rock. 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 C 136. Table 1. Gradation of Porous Backfill. Sieve Designation Percentage by Weight Passing Sieves (square openings) Porous Material No. 2. 1-1/2 inch 100 1 inch 50-100 3/4 inch 0-20 3/8 inch —0-2 No. 200 —0-1.5 705-2.6 FILTER FABRIC. The filter fabric shall be non-woven and conform to the requirements of AASHTO M 288-99, Class 2, and the following fabric properties: Renton Municipal Airport D-705-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Table 2 Fabric Property Test Method Test Requirement Grab Tensile Strength, lbs ASTM D 4632 125 min Grab Tensile Elongation% ASTM D 4632 50 min Burst Strength,psi ASTM D 3785 125 min Trapezoid Tear Strength, lbs ASTM D 4533 55 min Puncture Strength, lbs ASTM D 4833 40 min Abrasion, lbs ASTM D 4886 15 max loss Equivalent Opening Size ASTM D 4751 70-100 Permittivity sec 1 ASTM D 4491 0.80 Accelerated Weathering (UV Stability) ASTM D 4355 70 - (Strength Retained - %) *(500 hrs exposure) CONSTRUCTION METHODS 705-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of pipe underdrains shall be on the project, in first-class 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 in on each side. 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 in. 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. i 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; when this is done, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material. The bed for the pipe shall be so shaped that at least the lower quarter of the pipe shall be in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be excavated accurately to size to clear the bell so that the barrel supports the entire weight of the pipe. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. Unless Renton Municipal Airport D-705-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-IOF (NOTICE F-1) otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the backfill to at least 12 in 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. Excess trench excavation material and trench excavation material not acceptable for backfill shall be disposed of by the Contractor. 705-3.3 LAYING AND INSTALLING PIPE. a. PVC or Polyethylene Pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D 2321. Perforations shall meet the requirements of AASHTO M 252 or M 294 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. c. Filter Fabric. The filter fabric shall be installed in accordance with the manufacturer's recommendations, or in accordance with AASHTO M 288-99 APPENDIX, unless otherwise shown on the plans. 705-3.4 BACKFILLING. a. Earth. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. The backfill material shall be selected material from excavation or borrow; material which is placed within a nominal pipe diameter distance at the sides of the pipe and 1 ft over the top shall be material that can be readily compacted. It shall not contain stones retained on a 3-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material that is objectionable to the Engineer. The material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Special care shall be taken in placing the backfill. Great care shall be used to obtain thorough compaction under the haunches and along the sides to the top of the pipe. The backfill shall be placed in loose layers not exceeding 6 inches in depth under and around the pipe, and not exceeding 8 inches over the pipe. 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 proper elevation. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. Renton Municipal Airport D-705-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications I 12/2011 AC 150/5370-1OF (NOTICE F-1) In embankments and for other areas outside of pavements, the backfill shall be compacted to the density required for embankments in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P-152. b. Deflection Testing. The Engineer may at any time, not withstanding previous material - acceptance, reject or require re-installation of pipe that exceeds 5 percent deflection when measured in accordance with ASTM D 2321, including Appendices. 705-3.5 CONNECTIONS.When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 705-3.6 CLEANING AND RESTORATION OF SITE.After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. 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 underdrains to be paid for shall be the number of linear feet of pipe underdrains, cleanouts, trench excavation, filter fabric, porous backfill, and native trench backfill; 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. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. 705-4.2 The biofiltration swale underdrain to be paid for shall be measured by the number of ` cubic yards of drain rock placed in biofiltration swale underdrains. 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. These prices shall be full compensation for pipe, cleanouts, trench excavation, filter fabric, porous backfill, and native trench backfill; 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. 705-5.2 Payment will be made at the contract unit price per cubic yard of drain rock for the biofiltration swale underdrain. This price shall be full compensation for excavation, disposal of excavated material, filter fabric, clean drain rock, native backfill for swale, and swale dividers; 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. Soil amendments and hydroseeding will be paid for under item T-902. Payment will be made under: Item D-705-5.1 6-inch Perforated HDPE Subdrain—per linear foot Item D-705-5.2 5/8-inch Minus Clean Drain Rock (Swale Underdrain)—per cubic yard I Renton Municipal Airport D-705-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A 762 Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 444 Perforated Concrete Pipe ASTM C 654 Porous Concrete Pipe ASTM D 2321 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications ASTM D 3034 Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 758 Smooth Wall Poly(Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage ASTM F 794 Poly (Vinyl Chloride) Ribbed Drain Pipe &Fittings Based on Controlled Inside Diameter ASTM F 949 Poly(Vinyl Chloride)(PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings ASTM F 2562 Steel Reinforced Thermoplastic (HDPE) Ribbed Pipe and Fittings for Non- Pressure Drainage and Sewerage AASHTO M 190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains i AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 288- Geotextile Specification for Highway Applications 99 AASHTO M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter 294M r AASHTO M 304 Poly(Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based Renton Municipal Airport D-705-5 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) on Controlled Inside Diameter AASHTO MP-20 Steel Reinforced Polyethylene (PE) Ribbed Pipe AASHTO Standard Specifications for Highway Bridges END OF ITEM D-705 1 i Renton Municipal Airport D-705-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM D-751 MANHOLES, CATCH BASINS,AND INLETS DESCRIPTION 751-1.1 This item shall consist of removal of existing or construction of new manholes, catch basins, and inlets in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. _ MATERIALS 751-2.1 BRICK. The brick shall conform to the requirements of ASTM C 32, Grade SM. 751-2.2 MORTAR. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches nor more than 48 inches. 751-2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of AASHTO M 36. i 751-2.6 FRAMES, COVERS,AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A 48, Class 30B and 35B Gray iron castings b. ASTM A 47 Malleable iron castings C. ASTM A 27 Steel castings d. ASTM A 283, Grade D Structural steel for grates and frames e. ASTM A 536 Ductile iron castings g f. ASTM A 897 Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with locks to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. Renton Municipal Airport D-751-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) I 751-2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or•as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. Unless otherwise provided,bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 BRICK STRUCTURES. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed,prepared, and placed in accordance with the requirements of Item P-610. b. Laying Brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall Renton Municipal Airport D-751-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) be laid in freshly made mortar. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a c• shoved joint,made to squeeze out mortar at the top of the joint. Any bricks that maybe loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. c. Joints. All joints shall be slushed with mortar at every course,but slushing alone will not be considered adequate for making an acceptable joint. Exterior faces shall be laid up in advance of backing. Exterior faces shall be back plastered or pargeted with a coat of mortar not less than 3/8-inch-thick before the backing is laid up. Prior to pargeting,all joints on the back of face courses shall be cut flush. Unless otherwise noted,joints shall be not less than 1/4-inch nor more than 1/2-inch wide and whatever width is adopted shall be maintained uniform throughout the work. d. Pointing. Face joints shall be neatly struck, using the weather joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing down with water and, if necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of clean fresh water. L Curing and Cold Weather Protection. In hot or dry weather, or when directed by the Engineer, the brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost in the brick or when the air temperature is below 50 F unless the Contractor has on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60 F for the duration of the curing period. 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be i placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth,uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. I Renton Municipal Airport D-751-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 751-3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast 1 concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches. 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 constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. The structures shall be prefabricated. Standard or special fittings shall be furnished to provide pipe connections or branches of correct dimensions. The connections or branches shall be of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. When indicated, the structures shall be placed on a reinforced concrete base. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to which can be fastened a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface,unless otherwise directed. For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. Where new storm drain pipe is to connect to an existing catch basin structure, clean sump of existing catch basin and plug outlet pipe, excavate and expose side of catch basin to receive new pipe,e, establish entry point by survey to conform with design, and establish new pipe opening in catch basin structure wall providing adequate space for epoxy non-shrink grout around the entire opening and pipe. Upon completing connection, clean existing catch basin of debris and remove outlet plug. 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 b the Engineer, and shall be set true to line and to correct elevation. If p Y g frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. Renton Municipal Airport D-751-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 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 poured. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least 7 days. After this period has elapsed, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete pipe structures, they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches. In lieu of steps,prefabricated ladders may be installed. In the case of brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. In the case of metal structures, the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed. 751-3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. e. Backfill shall not be measured for direct payment. Performance of this work shall be considered on obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 EXISTING STRUCTURE REMOVAL. Existing structures (catch basins, clean outs, yard drains) designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. If new drainage structures are to be placed, follow contract requirements Renton Municipal Airport D-751-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 12/2011 AC 150/5370-1OF (NOTICE F-1) for installation of new drainage structures. If drainage structure is removed and no structure is placed, the Contractor shall backfill with select backfill material (approved by the Engineer) and compact to 95 percent density. Restoration of site shall be as shown in Cleaning and Restoration of Site below. 751-3.11 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear,and in good condition. 751-3.12 TAGGING OF DRAINAGE STRUCTURES. All new catch basins installed on this project shall be tagged with aluminum decal depicting the Airport-assigned structure number. The cost for tagging of drainage structures shall be incidental to the cost of the structure. METHOD OF MEASUREMENT 751-4.1 Measurement of payment for Connect to Existing Catch Basin shall be per each. 751-4.2 Measurement of payment for the removal and installation of Catch Basins, Clean Outs, Inlets, and Yard Drains shall be per each. BASIS OF PAYMENT 751-5.1 The accepted quantities of removal and installation of manholes, catch basins, inlets, and yard drains 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. Additionally, the unit contract price per each connect to existing catch basin shall be full pay for all costs necessary to make the connection, including furnishing all materials,preparation, excavation,backfill, compaction, and cleaning in a manner acceptable to the Engineer. Payment will be made under: Item D-751-5.1 Connect to Existing Catch Basin—per each Item D-751-5.2 WSDOT Standard Type 1 Catch Basin with Locking Solid Lid— per each Item D-751-5.3 WSDOT Standard Type 1 Catch Basin with Locking Grate—per each Renton Municipal Airport D-751-6 TW B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications I 12/2011 AC 150/5370-1OF (NOTICE F-1) Item D-751-5.4 WSDOT Standard Type 2 Catch Basin with Locking Solid Lid per each Item D-751-5.5 WSDOT Standard Type 2 Catch Basin with Locking Grate—per each Item D-751-5.6 Flow Splitter WSDOT Standard Type IL Catch Basin with Solid Locking Lid—per each Item D-751-5.7 Yard Drain—per each Item D-751-5.8 Catch Basin Removal—per each Item D-751-5.9 Clean Out Removal—per each Item D-751-5.10 Yard Drain Removal—per each MATERIAL REQUIREMENT ASTM A 27 Steel Castings, Carbon, for General Application ASTM A 47 Ferritic Malleable Iron Castings ASTM A 48 Gray Iron Castings ASTM A 123 Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings ASTM A 897 Austempered Ductile Iron Castings ASTM C 32 Sewer and Manhole Brick (Made from Clay or Shale) ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 478 Precast Reinforced Concrete Manhole Sections AASHTO M 36 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM D-751 V - Renton Municipal Airport D-751-7 TW B System Rehabilitation-North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM F-162 CHAIN-LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2-inch mesh and shall meet the requirements of ASTM A 392, Class 2. Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The material applied to the fabric shall be black in color. 162-2.2 BARBED WIRE. Not used. 162-2.3 POSTS, RAILS AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F 1043 or ASTM F 1083 as follows: Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC (High Strength Pipe), External.coating Type B, and internal coating Type B or D. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/3. 162-2.4 GATES. Gate frames shall consist of galvanized steel pipe and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. The vinyl slats shall consist of the same type of material as used in the fence. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR-F-191/4. All materials shall be coated as specified in Section 162-2.1 and shall match the color of the fence fabric. 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous.steel fittings and hardware for use with zinc-coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a Renton Municipal Airport F-162-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 12/2011 AC 150/5370-IOF (NOTICE F-1) balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. All materials shall be coated as specified in Section F-162-2.1 and shall match the color of the fence fabric. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. 162-2.9 VINYL SLATS. Provide vinyl slats that are manufactured from High Density Polyethylene (HDPE) and UV stabilized to protect slats from the sun's ultraviolet rays. Slats shall be black. CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees,brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. Posts should be spaced not more than 10 feet apart and should be set a minimum of 36 inches in concrete footings. If the frost depth is greater than 36 inches, the posts should be set accordingly. The posts holes shall be in proper alignment so that there is a minimum of 3 inches of concrete on all sides of the posts. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. Renton Municipal Airport F-162-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. The top and bottom ends of the fabric shall be twisted. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power ' line passes over the fence at 500-foot intervals. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.7 INSTALLING GATES. Gates shall be firmly attached to the posts in the manner shown on the plans. Gates shall swing through 180 degrees from the closed to open position. METHOD OF MEASUREMENT 162-4.1 No separate unit of measurement will be made for chain-link fence and gates. BASIS OF PAYMENT 162-5.1 Payment shall be made at the contract lump sum unit price for installation of chain-link fence and gates adjacent to the generator pad. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary for clearing and grubbing of existing landscaping; and furnishing, erecting, and installing the complete fence system as specified. Renton Municipal Airport F-162-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) The price shall be full compensation for furnishing all materials, and for all preparation,erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 Vinyl Coated Chain-Link Fence and Gate with Slats—per lump sum MATERIAL REQUIREMENTS ASTM A 123 Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A 153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A 392 Zinc-Coated Steel Chain-Link Fence Fabric ASTM A 824 Metallic-Coated Steel Marcelled Tension Wire for Use With Chain Link Fence r ASTM F 1043 Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework ASTM F 1083 Pipe, Steel, Hot-Dipped Zinc-coated (galvanized) Welded, for Fence Structures FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) END OF ITEM F-162 Renton Municipal Airport F-162-4 TW B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM L-100 GENERAL AIRPORT ELECTRICAL DESCRIPTION AND AHJ 100-1.1 This Section includes general requirements for accomplishing electrical work related to electrical equipment as specified herein and indicated on the Drawings. 100-1.2 The FAA is the Authority Having Jurisdiction for equipment identified in Advisory Circular(AC) 150/5345-53, Airport Lighting Equipment Certification Program. The FAA provides the manufacturing requirements, certifies which products comply with the requirements, and specifies the method of installation for this equipment in L- series specifications. In general, this equipment and its installation is not subject to Labor& Industries (L&I) or other local code authority inspection. Inspection of the equipment and its installation is provided by FAA, project administration, or airport personnel. 100-1.3 Installation or modification of electrical equipment that doesn't fall under the purview of the FAA or the electrical utility shall be subject to standard State and local requirements for permitting and inspection, including compliance with the National Electrical Code. In general, this work is identified in Division 16 specifications, and includes standard industrial electrical equipment (panelboards, conduit and wire,building or area light fixtures) up to the point of connection to FAA certified equipment. 100-1.4 Installation or modification of electrical equipment related to the utility service shall comply with the serving utility's requirements. In general, the serving utility is,the Authority Having Jurisdiction up to the utility transformer secondary terminals. EQUIPMENT AND MATERIALS 100-2.1 GENERAL. a. Airport lighting equipment and materials requiring FAA specifications shall have the prior approval of the Federal Aviation Administration, and be listed in the latest edition of Advisory Circular(AC) 150/5345-53, Appendix 3. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. Buy American preference rules apply to this contract. See http://www.faa.gov/airports/aip/buy_american/FAA website for details. Contractor shall not acquire (or permit any subcontractor) to use any steel or manufactured products produced outside the United States on any portion of the project for which FAA AIP or ARRA funds are provided, unless otherwise approved by the FAA. Verify compliance by either: • Certify, in writing, all products are wholly produced in the US of US materials, or Request a waiver and receive approval to use non-US produced products, or • Certify that all equipment that is being used on the project is on the Nationwide Buy Renton Municipal Airport L-100 - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) American conformance list. 100-2.2 SCHEDULE. Refer to the list below for typical lead times on equipment. Lead times will vary seasonally and by vendor. Confirm lead times with selected vendor during preparation of bid and identify in the bid any items that will delay the proposed construction schedule. Note also that early coordination with utility and electrical inspectors may be essential to timely completion of the project. • L-824 Cable (5kV, Type C) and connectors: In Stock • L-830 Isolation Transformers: 4 weeks • L-858(L) signs: 6 weeks • L-861T(L) elevated taxiway edge lights: 6 weeks • L-867 Basecans: 4 weeks • Precast handholes: In Stock • Generator and ATSs: 12 weeks 100-2.3 SUBMITTALS. a. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear,precise and thorough manner. Submittals shall be made electronically using pdfs unless infeasible for the product data. Original catalog sheets are preferred. Scans are acceptable provided they are as good a qua li ty as t h e original. Clearly and boldly mark each submittal to identi fy p ertinent _ products or models applicable to this project. Indicate all optional equipment and delete non- pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows, circles, highlighting or similar. Submittals shall be grouped together for r efficiency of handling and review. Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. b. Submittals for each type of powered equipment (signs, lights,regulators,beacons, wind cones, and similar) shall include the contact information for the nearest manufacturer authorized vendor of equipment in the Northwest region of the United States. Submittals shall also include the contact information for factory trained service personnel who will be available at the site within 24 hours if required by the airport maintenance or operations offices. Also provide contact information for the nearest spare parts warehouse location(s) that could provide materials within 24 hours on a will call customer pick-up, or on-site delivery basis. e. Submittals required for this project include as a minimum the following: • L-100 o Index of equipment to be submitted o Buy American Certification for submitted equipment • L-108 o L-824 cable o #6 Ground wire o Ground Rods i Renton Municipal Airport L-100 - 2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) o L-823 primary plug-in splice kits o L-823 primary connector heat shrink tubing o Splicer qualifications o Electrical Tape • L-110 o Steel conduit o Plastic conduit o Warning tape • L-125 o L-861 T(L) Elevated Taxiway Edge Light o L-858(L) Illuminated Sign o L-830 Isolation Transformer o L-867 Basecans & lids o Anti-seize • 16110 • Conduit (where different than L-110) • Handholes • 16120 o Wire/cable (where different than L-108) • 16200 o Generator o Enclosure o Customer Demand Metering • 16251 o ATSs o Control Interconnection Diagram d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Contractor's submittals shall be in electronic format, identified by specification section or drawing detail. The Engineer - reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. The Contractor shall prepare and submit a signage work plan detailing task sequencing; methodologies; materials to be utilized in executing work (both temporary and permanent materials); and a schedule for accomplishing signage construction tasks, sign installation, and sign re-designation switch-over. See Technical Specification A-100 and Plan Sheet G1.7 for further requirements specific to the signage work plan submittal. 100-2.4 PROJECT CLOSEOUT. Prior to project closeout, the following items, as a minimum, shall be provided and accepted as complete. • Warranty • O&M Manual • Red-line Markups • Training Renton Municipal Airport L-100 - 3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) • Spares 100-2.5 WARRANTY. All electrical equipment and materials furnished and installed under this contract shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months following 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 defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The 12 month warranty period shall not supersede longer warranty periods offered standard by the manufacturer, required elsewhere in the contract specifications, or required by the FAA for certain equipment. In example, the 4-year warranty period required in FAA Engineering Brief 671),Light Sources Other Than Incandescent and Xenon For Airport and Obstruction Lighting Fixtures, for light fixtures shall remain in effect. 100-2.6 OPERATIONS AND MAINTENANCE MANUAL. a. Provide two complete copies of O &M Manual to Owner. Manuals shall contain shop drawings,wiring diagrams, operating and maintenance instructions,replacement parts lists, and equipment nameplate data for all equipment and systems installed under the project. Signal equipment submittals shall contain step-by-step circuit description information designed to acquaint maintenance personnel with equipment operation in each mode of operation. It is recommended that submittal of the O &M Manual for Engineer review occur at least 3 weeks prior to planned Training so that final manuals can be used and turned over to Owner at the training session. b. Each type of device provided shall be identified in the O &M Manual using the same identification as shown on the drawings and specifications. The information included must be the exact equipment installed,not the complete "line" of the manufacturer. Where sheets show the equipment installed and other equipment,the installed equipment shall be neatly and clearly identified on such sheets. Parts lists shall give full ordering information assigned by the original parts manufacturer. Relabeled and/or renumbered parts information as reassigned by equipment supplier are not acceptable. The following information shall be provided for each device. • Manufacturer's name, address and phone number. • Local supplier's name, address and phone number. • Complete parts lists including quantities and manufacturer's part numbers. • Installation instructions. • Recommended maintenance items including maintenance procedure and recommended interval of maintenance listed in hours of operation, calendar units or other similar time unit. c. The O &M Manual shall be assembled in three ring binders,or equal. The information contained in the manuals shall be grouped in an orderly arrangement by specification index. The manuals shall have a typewritten index and divider sheets between categories with identifying tabs. The covers shall be imprinted with the name of the job, Owner, Electrical Engineer, Electrical Contractor and year of completion. The back edge shall be imprinted with the name of the job, - Owner and year of completion. As a minimum,the following sections shall be tabbed. • Taxiway Lights Renton Municipal Airport L-100 -4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 ' AC 150/5370-1OF (NOTICE F-1) • Airfield Signs • Circuit Tests (see Item L-108 requirements) • Generator d. Wiring diagrams for each system shall be complete for the specific system installed under the contract. "Typical" line diagrams will not be acceptable unless properly marked to indicate the exact field installation. 100-2.7 TRAINING. Training shall be provided as noted below by subject, approximate duration, and personnel to perform the training. Where"Contractor"is noted, it is preferred that personnel performing the installation of the equipment provide the training. Vendor Representative shall be considered as suitable alternate for Contractor unless noted otherwise. Training on equipment shall include demonstration of maintenance procedures. Training shall be arranged to be conducted in one session with Airport Personnel at a mutually convenient time. • Taxiway Lights— 1/2 hour—by Contractor • Airfield Signs— 1/2 hour—by Contractor • O&M Manual— 1/4 hour—by Contractor • Red-line diagrams— 1/4 hour—by Contractor • Generator, ATS, Demand Meters—2 hours—by Vendor Representative CONSTRUCTION METHODS 100-3.1 QUALITY CONTROL: All airfield electrical equipment(lights, signs, basecans) shall be installed within 0.05 feet of stated longitudinal, lateral, or vertical position and within+/- 1 degree of level or setting angle unless stated otherwise. 100-3.2 FEES, PERMITS,AND INSPECTIONS. The Contractor shall obtain and pay for all licenses,permits and inspections required by laws, ordinances and rules governing work specified herein. The Contractor shall arrange for inspection of work by the inspectors and shall give the inspectors all necessary assistance in their work of inspection. 100-3.3 UTILITY REQUIREMENTS. The Contractor shall consult with and follow the requirements of the local Power and Telephone Utilities serving the area and shall coordinate the work with them. 100-3.4 RED-LINE MARKUPS. The Contractor shall revise (1) set of Contract drawings by red- line process to show the as-built conditions during the course of the project. These working, as-built drawings shall be kept accurate and current. The Engineer's acceptance of the accuracy and current status of the record of the changes to the working As-Built Drawings (red-lines) will be a prerequisite to the Engineer's acceptance of requests for progress payments. 100-3.5 SAFETY AND PROTECTION. a. All or a portion of the work covered by this Section is to be conducted within the Air Operations Area(AOA) at Renton Municipal Airport. Restrictions and conditions necessary to maintain airfield and aircraft safety as required by FAA regulations, and as Renton Municipal Airport L-100 - 5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) required to maintain efficient airport operations, may impose limitations upon the Contractor's methods and procedures. All construction personnel shall comply with airport regulations for movement of personnel and vehicles on the airfield. b. Safety Measures To Be Taken: The Technical Representative has not been retained or compensated to provide design and construction review services relating to the Contractor's safety precautions or to the means,methods,techniques, sequences or procedures required for the Contractor to perform his work. The Contractor will be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The duty of the Technical Representative to conduct construction observations 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. It shall be the Contractor's responsibility to comply with applicable safety and health regulations for construction. The Contractor shall consult with the state or federal safety inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether he is or is not in compliance with state or federal regulations. c. Protection: The Contractor shall take whatever measures are required to ensure that electrical safety and protection are maintained, including the proper covering, signage, and securing of"live" circuits. d. Comply with applicable State of Washington safety rules and health standards, including WAC 296-44, WAC-294-45. . e. Electrical circuits shall be considered de-energized only under the following conditions: 1. Switches connecting subject circuit to the energy supply are observed in the"open" position, with an air break, and safety-tagged in the"open"position. 2. Electrically operated switches are visibly"open",blocked or racked in the"open" position, and safety-tagged"open". 3. If the supply circuit break is not visible and clearly identified, the circuit shall be grounded. If the ground connection is not within sight of the work area, the ground connection shall be safety-tagged before proceeding with.the Work. 4. Long parallel cable runs can result in dangerous energy levels being transferred between energized and deenergized cables. When working on airfield lighting circuits, ensure all circuits are deenergized using methods noted above. f. Use of Red Safety Tags: 1. For protection of personnel working on circuits, safety tags shall be filled out and attached to any opened switch or equipment. 2. Safety tags shall be removed only by the Renton Municipal Airport employee who placed the tag, or by another Renton Municipal Airport employee who has been authorized to remove the tag in writing by the employee who placed the tag. Removal of a safety tag placed by an airport employee who is not available to remove the tag at the Renton Municipal Airport L-100 - 6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications I 12/2011 AC 150/5370-1OF (NOTICE F-1) time of need may be authorized by the Airport Maintenance Superintendent or his designated representative only after carefully checking that the circuit is ready to be energized. 3. Equipment with a safety tag attached shall not be operated, and connections with a safety tag attached shall not be changed. g. Insulated cables, operated at over 300 volts to ground, shall be handled when energized only with rubber gloves tested to 22,000 volts by a Washington State approved testing laboratory. h. Insulated cables that have been in operation shall be checked for current, and shall be cut only with grounded cable shears, or shall be grounded by driving a grounded sharp tool through the shielding and the conductors before cutting. i. All personnel working around energized electrical equipment operating at over 750 volts shall wear standard insulated, non-conducting hard hats and shall wear no garments with metallic zipper fasteners. MEASUREMENT AND PAYMENT 100-4.1 The work described in this section is incidental to the work in other Items, and no separate payment shall be made. END OF ITEM L-100 Renton Municipal Airport L-100 - 7 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM L-107 AIRPORT 8-FOOT AND 12-FOOT WIND CONES DESCRIPTION 107-1.1 This item shall consist of furnishing and installing an airport wind cone in accordance with these specifications and in accordance with the dimensions, design, and details shown in the plans. The work shall include the furnishing and installation of a support for mounting the wind cone, the specified wire, and a concrete foundation. The item shall also include all cable connections, conduit and conduit fittings, the furnishing and installation of all lamps, ground rod and ground connection, the testing of the installation, and all incidentals necessary to place the wind cone in operation as a completed unit to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 107-2.1 Not Used. 107-2.2 WIND CONES. The 12-foot (3.5 m) wind cones and assemblies shall conform to the requirements of AC 150/5345-27, Specification for Wind Cone Assemblies. Wind cone shall be a Type L-807(L), Style 1 (windsock lighted internally by LED source), Size 2 (12 foot wind sock), powered from 6.6A series circuit. 107-2.3 WIRE. Wire provided by the contractor shall conform to the requirements of Item L- 108, Underground Power Cable for Airports. 107-2.4 CONDUIT. Conduit provided by the contractor shall conform to the requirements of L- 110, Airport Underground Electrical Duct banks and Conduits. 107-2.5 Not Used 107-2.6 Not Used 107-2.7 PAINT. a. Priming paint for ungalvanized metal surfaces shall be a high solids alkyd primer conforming to TT-P-664D. b. Priming paint for galvanized metal surfaces shall be zinc dust-zinc oxide primer paint conforming to MIL-DTL-24441/19B. If necessary, add not more than '/2 pint.(0.06 liter) of turpentine to each gallon (liter). c. Orange paint for the body and the finish coats on metal and wood surfaces shall consist of a ready-mixed non-fading paint meeting the requirements of Fed. Spec. TT-E-489. The color shall be in accordance with Federal Standards 595, Aviation Gloss Orange Number 12197. d. White paint for body and finish coats on metal and wood surfaces shall be ready-mixed paint conforming to the Master Painter's Institute, Reference#9, Exterior Alkyd, Gloss, VOC Range E2. e. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified aviation-orange or white paint by adding 'h pint(0.06 liter) of raw linseed oil to each gallon (liter). Renton Municipal Airport L-107 - 1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) CONSTRUCTION METHODS 107-3.1 INSTALLATION. The hinged support or hinged pole shall be installed on a concrete foundation as shown in the plans. 107-3.2 POLE ERECTION. The Contractor shall erect the pole on the foundation following the manufacturer's requirements and erection details. The pole shall be level and secure. 107-3.3 ELECTRICAL CONNECTION. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association,NFPA-70,National Electric Code. If underground cable from the transformer vault to the wind cone site and duct for this cable installation is required, the cable and duct shall be installed in accordance with and paid for as described in Item L-108, Underground Power Cables for Airports, and Item L-110, Airport Underground Electrical Duct Banks and Conduits. 107-3.4 Not Used. 107-3.5 Not Used. 107-3.6 PAINTING. If applicable, three coats of paint shall be applied (one prime, one body, and one finish) to all exposed material installed under this item except the fabric cone, obstruction light globe, and lamp reflectors. Painting may be performed by vendor or contractor. If paint finish is damaged it shall be repaired to match. The paint shall meet the requirements of Fed. Spec. TT-E-489. The color shall be in accordance with Federal Standard 595, Aviation Gloss Orange Number 12197. 107-3.7 LAMPS. The Contractor shall furnish and install lamps as specified by the manufacturer. 107-3.8 CHAIN OR CABLE. The Contractor shall furnish and install a suitable stainless steel operating chain or cable for lowering and raising the hinged top section. The chain/cable shall be attached to the pole support in a manner to prevent the light fixture assembly from striking the ground in the lowered position.. METHOD OF MEASUREMENT 107-4.1 The quantity to be paid for shall be the number of wind cones installed as completed units in place, accepted, and ready for operation. Payment shall include demolition of existing wind cone. Payment shall include providing isolation transformer and all conduit, including excavation, backfill, and restoration for connection of wind cone to taxiway circuit. BASIS OF PAYMENT 107-5.1 Payment will be made at the contract unit price for each completed and accepted job. 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. Renton Municipal Airport L-107 - 2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Payment will be made under: Item L-107-5.1 Wind Cone-per each MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Cable for Airport Lighting Circuits AC 150/5345-27 Specification for Wind Cone Assemblies FED SPEC TT-E-489 Enamel, Alkyd, Gloss, Low VOC Content FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) (cancelled; replaced by AA-59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC W-P-115 Panel, Power Distribution FED STD 595 Colors Used in Government Procurement MIL-DTL-24441/2 0 Paint E ox -Pol amide Green Primer Formula 150 Type III Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings For Conduit and Outlet Boxes Standard 514 Underwriters Laboratories Intermediate Metal Conduit Standard 1242 NFPA-70 National Electric Code Master Painter's Institute END OF ITEM L-107 Renton Municipal Airport L-107 - 3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) 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 in accordance with these specifications at the locations shown on-the plans. Also included are the installation of ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is covered under Item L-110 "Airport Underground Electrical Duct Banks and Conduits." EQUIPMENT AND MATERIALS 108-2.1 Not Used. 108-2.2 CABLE. Series circuit cable shall be L-824 #8 AWG 5kV Type C. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification A-A-59544 and shall be type THWN-2. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans or as required by the manufacturer of the equipment to be installed. Existing airfield series circuit cable is understood to be primarily#8 AWG. However some#6 AWG cable may be encountered. There will be no change in reimbursement for splicing, demolition, or any other required work with regards to the different gauge of cable. 108-2.3 BARE COPPER GROUND WIRE AND GROUND RODS. Wire for ground installations for airfield lighting systems shall be No. 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, and shall be bare copper wire conforming to the requirements of ASTM D 33, unless noted otherwise. Ground rods shall be 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 8-feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. 108-2.4 CABLE CONNECTIONS. In-line connections of underground primary cables shall be one of the types listed below. No separate payment will be made for cable connections. Renton Municipal Airport L-108-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) a. The Cast Splice. For<600V use only. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82-=B, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or equivalent, is acceptable for potting the splice. b. The Field-attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable-for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory-Molded Plug-in Splice. Specification for L-823 Connectors, Factory-Molded to Individual Conductors, is acceptable. d. The Taped or Heat-Shrinked Splice. For<600V use only. Taped splices employing field-applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D 4388 and the plastic tape should comply with Mil Spec. MIL-I-24391or Fed. Spec. A-A-55809. Heat shrinkable tubing shall be heavy-wall, self- sealing tubing rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor cables, shielded cables, and armored cables shall be factory kits designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/Raychem Corporation, Energy Division, or approved equivalent. e. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made in accordance with the manufacturer's recommendations and listings. L All underground connections of grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except a threaded clamp connector shall be used for attachment to the base can ground tab. All exothermic connections shall be made in accordance with the manufacturer's recommendations and listings. 108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on airfield primary L-824 5kV cables. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer consisting of one of the following: a. Certification of training in airfield cable termination within the past year by an authorized airfield cable manufacturer representative. Check with vendor for availability of training. b. Work experience that includes primary airfield cable splices performed in at least 3 of the last 5 years. Provide signed list of project names and approximate dates, quantities, and types of splices performed. Renton Municipal Airport L-108-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) 108-2.6 CONCRETE. Not used 108-2.7 FLOWABLE BACKFILL. Not used. 108-2.8 CABLE IDENTIFICATION. Not used. 108-2.9 TAPE. Electrical tapes shall be Scotch Electrical Tapes—number Scotch 88 (1-1/2" wide) and Scotch 130C linerless rubber splicing tape (2"wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.10 ELECTRICAL COATING. Scotchkote shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.11 EXISTING CIRCUITS. Whenever the scope of work requires, connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections,unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers (tape color bands) shall be installed at least once in each access point. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, in all handholes, 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 Renton Municipal Airport L-108-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans,junction and access structures to allow for future connections, or as designated by the Engineer. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices-of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item L-110, "Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits/ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts,base cans,manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit-at the same time. The pulling of a cable through duct banks or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Maximum pulling-tensions shall-be governed by cable manufacturer's recommendations. A non- hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and Renton Municipal Airport L-108-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 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 utilize other appropriate means to prevent abrasion to the cable.jacket. 108-3.3 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. For<600V only. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Field-attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. Install a heat shrink tube over the completed splice in accordance with manufacturer's instructions. c. Factory-Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one.layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Taped or Heat-Shrinked Splices. For<600V only. 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. Throughout the rest of the splice less tension should be used. Always attempt to exactly half-lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends Renton Municipal Airport L-108-5 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) tapered a distance of approximately 1 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. 108-3.4 GROUNDING WIRE INSTALLATION. a. Ground Wire Installation. Where shown on-the plans or included-in the job specifications, an equipment (safety) ground system shall be provided using one of the following methods: (1) A ground rod installed at and securely attached to each light fixture base, mounting stake if painted, and to all metal surfaces at junction/access structures. (2) Install an insulated equipment ground conductor internal to the basecan and securely attached it to each light fixture base. b. Counterpoise Installed at Existing Duct Banks. When existing counterpoise cable(#8 or#6 bare copper cable direct buried parallel to/above/below/adjacent to airfield conductors/conduit/ductbank) is encountered during excavations, the counterpoise shall be left intact to the extent feasible. Dislocated counterpoise shall be removed and disposed of. Broken counterpoise shall not be repaired. This work is incidental to the bid, and no separate payment shall be made. 108-3.5 EXOTHERMIC BONDING. Bonding of underground ground wire to ground rods shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: All slag shall be removed from welds. For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas,both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold-galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL-P-21035. Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations. Renton Municipal Airport L-108-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M "Scotchkote," or approved equivalent, or coated with coal tar bitumastic material to prevent surface exposure to corrosive soil or moisture." 108-3.6 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Should the ground conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the-Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits (existing and new) are free from unspecified grounds. c. That the insulation resistance to ground of all new non-grounded series circuits or cable segments is not less than 50 megohms. d. That the insulation resistance to ground of all non-grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams. L 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. A copy of tabulated results of all cable tests performed shall be supplied by the Contractor in the O&M Manual. Where connecting new cable to existing cable, ground 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. Renton Municipal Airport L-108-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) METHOD OF MEASUREMENT 108-4.1 Cable installed in duct bank or conduit shall be measured by the number of linear feet (meters) of cable installed including service loops and marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable wire installed in duct bank or conduit. The measurement for this item shall include additional quantities required for slack. The measurement for this item shall include all splice connections not included in other bid items. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for cable installed in handholes, basecans, duct bank, and conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors necessary to complete this item. Payment will be made under: Item L-108-5.1 L-824C Cable—per linear foot MATERIAL REQUIREMENTS FED SPEC A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) FED SPEC A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code (NEC) MIL-S-23586C Sealing Compound, Electrical, Silicone Rubber Building Industry Consulting Service International (BICSI) END OF ITEM L-108 Renton Municipal Airport L-108-8 TW B System Rehabilitation–North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 Not Used. 110-2.2 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized inside and out and conform to the.requirements of Underwriters Laboratories Standard 6, 51413, and 1242. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the requirements of Fed. Spec. W-C-1094, Underwriters Laboratories Standards UL-651 and Article 347 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I—Schedule 40 PVC suitable for underground use either direct-buried or encased in concrete. b. Type II—Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive 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. Renton Municipal Airport L-110-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 110-2.6 DETECTABLE WARNING TAPE Plastic, detectable, color as noted magnetic tape shall be polyethylene film with a metallized foil core and shall be 4-6 inches (75-150 MM) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications,,conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 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. No duct bank or underground conduit shall be less than 18 inches below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct bank. An iron-shod mandrel,not more than 1/4-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 base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts,base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning' for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5.feet. Renton Municipal Airport L-110-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when crossing under pavements expected to carry aircraft loads. 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 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 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. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located six inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks,joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. Rock excavation shall be paid for in accordance with Item P-152. All other excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item unless included in Item P-1.52 bid..items. Renton Municipal Airport L-110-3 TW B System Rehabilitation—North Portion Reconstruction & Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of off site. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 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 (45 cm)below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm)below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (90 cm)beyond the edges of the pavement or 3 feet (90 cm)beyond any underdrains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered,proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 2 inches (37 mm) apart(measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 6 inches 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. End bells or couplings shall be installed flush with the concrete encasement at access points. Renton Municipal Airport L-110-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-IOF (NOTICE F-1) 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 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 intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 foot (150 cm) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4-6 inch (75-150 mm) wide tape 8 inches (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single- conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (3 00 mm) wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 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 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches (45 cm)below the finished grade. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall spaced not less than 3 Renton Municipal Airport L-110-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 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 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 intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS. Where indicated on the drawings, the location of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 inches (100-150 mm) thick extending approximately 1 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. The Contractor shall impress the word"DUCT" or"CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 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, 6 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches in diameter. Trenches shall not contain pools of water during back, filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches in diameter. In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Renton Municipal Airport L-110-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. MEASUREMENT AND PAYMENT 110-4.1 The work described in this section is incidental to the work in other Items, and no separate payment shall be made. MATERIAL REQUIREMENTS Underwriters Laboratories Standard 6 Rigid Metal Conduit Underwriters Laboratories Standard 514B Fittings for Cable and Conduit Underwriters Laboratories Standard 1242 Intermediate Metal Conduit Underwriters Laboratories Standard 651 Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete encasement) END OF ITEM L-110 Renton Municipal Airport L-110-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (handholes, pull boxes,junction cans, etc.) installed in accordance with this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. e. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. Renton Municipal Airport L-115-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 115-2.2 CONCRETE STRUCTURES. Cast-in-place concrete structures shall conform to the details and dimensions shown on the plans. Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 12,500 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. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review in accordance with the process defined in the General Provisions. 115-2.3 JUNCTION CANS. Junction Cans shall be L-867 Class 1 (non-load bearing) or L-868 Class 1 (load bearing) cans encased in concrete. The cans shall have a galvanized steel blank cover, gasket, and stainless steel hardware. Covers shall be 3/8" thickness for L-867 and 3/4" thickness for L-868. 115-2.4 MORTAR. The mortar shall be composed of one part of Portland cement and two parts of mortar sand,by volume. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15 percent of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C 6. The water shall be clean and free of deleterious amounts of acid, alkalis or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T-26. 115-2.5 CONCRETE. All concrete used in structures shall conform to the requirements of Item P-610, Structural Portland Cement Concrete. 115-2.6 FRAMES AND COVERS. The frames shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48. b. Malleable iron castings shall meet the requirements of ASTM A 47. c. Steel castings shall meet the requirements of ASTM A 27. d. Structural steel for frames shall conform to the requirements of ASTM A-283, Grade D. I e. Ductile iron castings shall conform to the requirements of ASTM A 536. I L Austempered ductile iron castings shall conform to the requirements of ASTM A 897. i Renton Municipal Airport L-115-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) All castings specified shall withstand a maximum tire pressure of 81 psi and maximum load of 12,500 pounds. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic,but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are i required. 115-2.7 LADDERS. Ladders, if specified, shall be galvanized steel or as shown on the plans. 115-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. 115-2.9 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans. 115-2.10 FLOWABLE BACKFILL. Flowable material used to backfill shall conform to the requirements of Item P-153 "Controlled Low Strength Material". 115-2.11 CABLE TRAYS. Not used. 115-2.12 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110 - Airport Underground Electrical Duct Banks and Conduits. 115-2.13 CONDUIT TERMINATORS. Conduit terminators shall be pre-manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.14 PULLING-IN IRONS. Pulling-in irons shall be manufactured with 7/8-inch (22 mm) 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. 115-2.15 GROUND RODS. Not used. 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 Renton Municipal Airport L-115-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part. Dewatering necessary for L-115 structure installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-115. The cost of all excavation regardless of type of material encountered shall be included in the unit price bid for the L-115 Item. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. " The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided,bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue-and-groove joint and at roof of Renton Municipal Airport L-115-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 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 Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts,unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling-in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling-in blocks when installing cables. Pulling-in irons shall be set directly into the concrete walls of the structure. 115-3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure. 115-3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed,before more than six (6) inches of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Renton Municipal Airport L-115-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide r, a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures,property or persons due to improper placing or compacting of backfill. 115-3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete- encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 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 (154 mm) above the floor. The ground rod shall be installed within 1 foot 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 diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of 1 foot above the floor of the structure and separate from other cables. No. 2 AWG bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. Hardware connections may be ` mechanical, using a lug designed for that purpose. 115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold-galvanizing compound conforming MIL-P-21035. ! Surfaces shall be prepared and compound applied in accordance with manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. The Contractor shall grade around structures as required to provide positive drainage away from the structure. Renton Municipal Airport L-115-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-IOF (NOTICE F-1) 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 A comparable to original materials. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall-of-potential ground impedance test as described by ANSI IEEE Standard 81. This test shall be performed prior to establishing connections to other ground electrodes. 115-3.13 MANHOLE ELEVATION ADJUSTMENTS. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown. The Contractor shall be responsible for determining the exact height adjustment required to raise the top of each manhole to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in the field and subtracted/added from the proposed top elevation. The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or manhole access. The Contractor shall then install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as required by final grades. Finally, the Contractor shall reinstall the manhole top section or ring and cover on top and check the new top elevation. 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 Manhole elevation adjustments shall be measured by the completed unit installed, in place, completed, and accepted. Separate measurement shall not be made for the various types and sizes. BASIS OF PAYMENT 115-5.1 Payment shall be made at the contract unit price for manhole elevation adjustments. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary, including but not limited to, spacers, concrete, rebar, dewatering, excavating, backfill, Renton Municipal Airport L-115-7 TW B System Rehabilitation—North Portion Reconstruction& Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) topsoil, sodding and pavement restoration, where required, to complete this item as shown in the plans and to the satisfaction of the Engineer. Payment will be made under: Item L-115-5.1 Existing Electrical Manhole Elevation Adjustment—per each MATERIAL REQUIREMENTS ANSI/IEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System 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 FED SPEC J-C-30 Cable and Wire, Electrical Power,Fixed Installation (cancelled; replaced by AA-59544 Cable and Wire, Electrical (Power, Fixed Installation)) ASTM B.3 Soft or Annealed Copper Wire ASTM B.8 Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard, . or Soft END OF ITEM L-115 i Renton Municipal Airport L-115-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION 125-1.1 This item consists of airport lighting systems furnished and installed in accordance with this Item, related Items, and the applicable Advisory Circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the Contract Documents. This Work includes furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units. 125-1.2 This item includes: • L-830 Isolation Transformers • L-858(L) Signs • L-861 T(L) Taxiway Edge Light, Elevated, Omnidirectional: blue. • L-867 Basecans EQUIPMENT AND MATERIALS 125-2.1 GENERAL. a. See Item L-100—General Airport Electrical for general materials requirements. b. All equipment shall also include all wire and cable connections,the furnishing and installing of all necessary conduits and fittings and all necessary mounting,structures. It shall also include the testing of the installation and all incidentals necessary to place the lights in operation as completed units to the satisfaction of the Engineer. 125-2.2 ISOLATION TRANSFORMERS. a. New transformers shall be supplied for new lights and signs. b. New isolation transformers for the 6.6 amp series lighting shall be FAA approved type L- 830 and in compliance with FAA specification AC 150/5345-47 "Isolation Transformers for Airport Lighting Systems." Transformers shall be of the size and type recommended by the manufacturer of the product being powered. c. New isolation transformers will be supported by transformer supports in basecans as shown in the plans. 125-2.3 TAXIWAY EDGE LIGHTS. a. Each light shall be furnished with the manufacturer's recommended size new L-830 transformer and baseplate and gasket to mount on L-867 or L-868 base can. b. New taxiway edge lights shall conform to the most recent edition of AC 150/5345-46, and shall be a make and model listed in the current AC 150/5345-53. Each light shall be furnished with the manufacturer's recommended size new L-830 transformer and baseplate and gasket to mount on L-867 base can. New fixtures shall not have non-metallic parts, other than gaskets and lenses. Renton Municipal Airport L-125 - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications c. New taxiway edge lights shall be L-861 T(L), LED,base can mounted (Class 2), 6.6A (Mode 1), 14-inch high. 125-2.4 AIRFIELD SIGNS. a. All new lighted signs shall be L-858(L), 6.6A, 3-step, size and legend as noted on the plans, and conform to the most recent edition of AC 150/5345-44. 1. Signs shall be lighted using LEDs. 2. Signs shall have sections or panels which are removable to allow for cleaning the complete interior of the sign. The removable portion shall completely separate from the remainder of the sign. r 3. The signs shall be modular in construction. Sign face material shall be polycarbonate plastic material capable of being fabricated locally. Signs shall incorporate retroreflective material for increased visibility. Each sign shall include frangible couplings for safety. 4. Wiring shall be secured and protected from rubbing and chaffing. 5. If lamp current or voltage adjustments are to be made, access shall be provided so the work can be done by one person without kneeling or lying down. Screw type adjustments shall include guides and barriers to prevent contact with any live components. 6. Signs shall be sealed to prevent blowing rain, snow and dust from entering the sign under the conditions at the Airport where they will be installed. 125-2.5 BASE CANS. a. All new base cans shall be the product of an FAA approved basecan manufacturer and shall meet the requirements of FAA AC 150/5345-42 (latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." b. All new light bases shall be L-867 base cans shall be Class I, steel; Size B, 12-inch diameter, 24-inches deep with 1/2-inch diameter drain hole in the bottom. Base can conduit connections shall be 2-inch threaded hubs. L-867 base cans shall be used in areas not subject to airplane traffic. c. Base cans with two conduit connections shall have those connection points 180 degrees apart(for straight runs). Base cans with three 2-inch conduit connections shall have those connection points 90-90-180 degrees apart. d. All base cans shall have both internal and external ground lug connections provided by the can manufacturer. e. Anti-seize compound shall be applied to threaded connections for all base cans and other appropriate locations. Anti-seize compound shall be non-hazardous, contain no metals, and be compatible with stainless steel and nickel alloys. Suitable products include A.S.T. Industries Metal-Free 2000. f. New stainless steel bolts shall be furnished for all new or relocated lights, signs, and for existing base cans being converted to handholes with blank covers. Renton Municipal Airport L-125 - 2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications g. Blank covers provided for L-867 base cans shall be 1/"thick steel lids and the product of a base can manufacturer. Lids shall be hot dip galvanized and be furnished with a neoprene gasket. h. Transformer support stands shall be non-conductive material able to support up to 200 lbs, support isolation transformers 6 inches above the bottom the basecan, and be the product of an airfield equipment manufacturer. 125-2.6 SPACERS AND EXTENSIONS a. Spacers and extensions for basecans shall be the product of an FAA approved basecan manufacturer and shall meet the requirements of FAA AC 150/5345-42 (latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." b. Spacers and extensions shall and shall match the bolt pattern, diameter, and rating(L-867 or L-868) of the application. c. Spacers and extensions shall be Class I or Class 11 steel. d. Anti-seize compound and new stainless steel bolts shall be provided for extensions as needed. 125-2.7 SPARES a. Spare equipment shall be provided to Airport Maintenance personnel, new in original packaging, in the quantities noted below. Light fixtures shall be furnished complete and ready for installation, including baseplate, lenses,prisms,bulbs, connector, etc., and shall be the same make and model as fixtures installed for the project. 1. L-861 T(L) Taxiway Edge Lights—4 each 2. L-823 primary connector plug-receptacle sets—4 each 3. Primary connector heat shrink kits— 10 each 4. Generator spare parts and tools for 2 year routine maintenance— 1 set CONSTRUCTION METHODS 125-3.1 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and supports necessary to insure a complete and operable electrical distribution system for the airport lighting system as specified herein and shown in the plans. 125-3.2 PERMITS AND FEES. The Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein. The Contractor shall arrange for inspection of work by the inspectors and shall give the inspectors all necessary assistance in their work of inspection. Renton Municipal Airport L-125 - 3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 125-3.3 BASE CAN INSTALLATION. a. Details for the installation of base cans are shown on the drawings. Base can concrete surround may be precast or cast in place. Precast generally allows better quality control of product and more precise placement in the field. b. Excavate a hole only as large as necessary to install the base can with a minimum of backfill material. Provide 2-inches of compacted drain gravel or sand in bottom of hole. c. The base shall be supported in the excavation so that the top flange is within two degrees of level and at the elevation and location required to meet the requirements of light unit installation and alignment. Backfilling shall not cover exposed duct ends unless sealed. d. Attaching conduits shall be installed during the leveling process and in such a manner to assure proper alignment and attitude. Watertight coupling connections shall be made at the base can. e. For base can installation in non-paved areas, grade material surrounding the base can away from the light base assuring positive drainage away from the light. The base can shall have its plywood protective cover reinstalled until time to install cables, transformers, and light units. Clean all debris from new or modified base cans prior to final closure. 125-3.4 LIGHT FIXTURE INSTALLATION. Details for the installation of light fixtures are shown on the drawings and in the manufacturer's instructions. 125-3.5 SIGN INSTALLATION. Details for the installation of signs are shown on the drawings and in the manufacturer's instructions. 125-3.6 SIGN REFURBISHMENT. All existing airfield signs to remain shall be refurbished. This applies to signs receiving new graphic panels and those without any modifications. This applies to signs marked with an"E" (existing to remain as-is) in the plans. Refurbishment shall consist of cleaning, leveling, and calibration. Signs shall be cleaned inside and outside. Cleaning will consist of removal of all debris from cabinet and wet wash of both sides of graphic panels. Signs will be leveled within capabilities of existing adjustments, and tightness of all mechanical fasteners confirmed. Calibration will consist of verifying tightness of all electrical connections and adjustment of power supply as needed to verify constant brightness of sign on all steps (low,med,hi). If power supply has failed, replace with suitable power supply from demolished sign. If no suitable power supplies are available in demolished signs, notify the Engineer. Bid item for this work shall include swapping out the power supply. Procurement of new power supply, if required, will be a change of scope. Notify Engineer of sign problems that exceed the scope of work described. -125-3.7 TESTING. The airfield lighting system shall be restored to service at the end of each work shift unless noted otherwise in the project schedule documents or approved by the Engineer. The contractor shall check modified wiring for continuity, freedom from grounds, and perform a visual check that all lights and signs to be placed in service are working properly. Renton Municipal Airport L-125 - 4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 125-3.8 SALVAGE AND DISPOSAL. a. The contractor shall give the Technical Representative 48 hours notice prior to disposal of equipment removed from service. Method of notification shall be established at pre- construction meeting. The Technical Representative shall select those items that the airport elects to keep or salvage. The contractor shall be responsible for disposing of the remaining material at an off-site, licensed facility. b. The contractor shall execute reasonable care in removing installed equipment to avoid unnecessary damage. c. Do not dispose of power supplies of demolished signs until sign refurbishment work is complete, as they may be needed for replacement parts. METHOD OF MEASUREMENT 125-4.1 DEMOLITION. Taxiway edge light and airfield sign demolition items shall include ' removal of equipment,basecan (if existing), sign bases and mowpads, isolation transformers, and connected accessible wiring, all measures required to maintain operable other airfield circuits, and backfill and restoration. Items shall be measured by the unit of each type removed as shown in the drawings, completed, and accepted. Separate measurement shall be made for the various types. a. Demo Twy Light shall consist of removal of light fixture and isolation transformer. Removal of base can and cable are itemized separately. b. Demo L-867 Basecan shall consist of removal of basecans used for taxiway light fixtures only. Basecans associated with signs shall be incidental to removal of the sign base/mowpad as described below. c. Demo Airfield Signs shall consist of removal of sign and isolation transformer. Removal of base and mowpad are itemized separately as described below. 125-4.2 CONSTRUCTION. Taxiway edge lights and airfield signs, shall be measured by the unit of each type installed, including excavation, encasement,backfill, including conduit, basecans (where applicable), isolation transformers and electrical connections, associated features as shown in the drawings, testing, completed, and accepted. Separate measurement shall be made for the various types and sizes. a. Airfield Signs shall not include sign bases. These are itemized separately as described below. b. Airfield sign panel replacement shall be measured by the individual graphic panel, not signs as a whole. c. Sign Base shall include the construction of the new sign base, basecan, and mowpad and new conduit connection to the lighting system. Renton Municipal Airport L-125 - 5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications I I I d. Twy Edge Light shall include new conduit installation and splices to old conduit, isolation transformer, and light fixture. 125-4.3 . MISCELLANEOUS. Electrical Miscellaneous shall be measured by the lump sum and shall consist of all equipment, materials, labor, and project requirements and expenses not included in other payment items. BASIS OF PAYMENT 125-5.1 PAYMENT. Payment will be made at the contract unit price per each removed or installed taxiway edge light and airfield sign, completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, including isolation transformers and electrical connections, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. Payment will be made under: Item L-125-5.1 Demolish Taxiway Edge Light—per each Item L-125-5.2 Demolish L-867 Basecan—per each Item L-125-5.3 Demolish L-824 5kV Cable—per lineal foot Item L-125-5.4 Demolish Airfield Sign—per each Item L-125-5.5 Demolish Sign Base—per each Item L-125-5.6 New Taxiway Edge Light—per each Item L-125-5.7 New L-867 Basecan—per each Item L-125-5.8 Airfield Sign- Refurbish—per each Item L-125-5.9 Airfield Sign–Panel Replacement—per each Item L-125-5.10 New Airfield Sign, 2 Module—per each Item L-125-5.11 New Airfield Sign, 3 Module—per each Item L-125-5.12 Sign Base 2-foot Extension—per each Item L-125-5.13 New Sign Base, 2 Module—per each Item L-125-5.14 New Sign Base, 3 Module—per each Item L-125-5.15 Spares—per lump sum Item L-125-5.16 Miscellaneous Electrical—per lump sum END OF ITEM L-125 Renton Municipal Airport L-125 - 6 TW B System Rehabilitation–North Portion Reconstruction &Airfield Signage Modifications ITEM 16110 RACEWAYS PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide all material and equipment necessary to install a complete raceway system in accordance with the drawings and these specifications. 1.02 RELATED WORK A. Pull wire and cable in accordance with Section 16120. B. Conduit requirements for FAA systems are provided in Item L-110, Airport Underground Electrical Duct banks and Conduits. 1.03 QUALITY ASSURANCE A. All raceway shall be the end product of one supplier. B. All raceway shall be UL listed and labeled. C. All raceway shall be delivered and stored with protective end caps to prevent the entrance of foreign materials prior to installation. 1.04 SUBMITTALS A. Submit all materials in accordance with L-100, General Airport Electrical. PART 2 - PRODUCTS 2.01 GALVANIZED RIGID STEEL CONDUIT (GRS) A. Hot dipped galvanized inside and out,UL listed as manufactured by Republic Steel, Triangle, Allied,Western,National or approved equal. Minimum size shall be 3/4". B. Fittings: Galvanized malleable iron or noncorrosive alloy compatible with galvanized conduit. Erickson couplings, and watertight split couplings (O.Z. type or equivalent) are permitted. Running thread or set screw type fittings are not approved except as noted. 2.02 INTERMEDIATE METAL CONDUIT (IMC) A. Hot dipped galvanized inside and out,UL listed as manufactured by Republic Steel, Triangle, Allied,Western,National or approved equal. Minimum size shall be 3/4". Renton Municipal Airport 16110 - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications B. Fittings: Galvanized malleable iron or noncorrosive alloy compatible with galvanized conduit. Erickson couplings, and watertight split couplings(O.Z. type or equivalent) are permitted. Running thread or set screw type fittings are not approved except where other fitting type is not available and as specifically approved by the Engineer. . 2.03 ELECTRICAL METALLIC TUBING(EMT) A. Hot dipped galvanized,UL listed as manufactured by Republic Steel, Triangle,Allied, Western,National or approved equal. Minimum size shall be 3/4". B. Fittings: Raintight; steel or malleable iron type using a split corrugated compression ring and tightening nut or stainless steel locking disc. Steel set screw fittings are acceptable. Indenter, drive-on and pressure cast or die cast type set screw fittings are not acceptable. 2.04 FLEXIBLE METAL CONDUIT A. Galvanized flexible steel, UL listed for dry locations. Fittings: malleable iron or steel, Thomas and Betts "squeeze"type or approved equal. Minimum size shall be 1/2". B. Liquid Tight: Polyvinyl chloride (PVC)weatherproof cover over flexible steel conduit,UL listed, for damp and wet locations. Fittings: Thomas and Betts "Super-Tite" or approved equal. Minimum size shall be 3/4". 2.05 SURFACE METAL RACEWAY A. Formed steel or aluminum type shall be UL listed with standard factory finish. Where color choice is available, consult Architect for selection prior to ordering. 2.06 RIGID NON-METALLIC CONDUIT (PVC) A. Schedule 40 rigid polyvinyl chloride type unless otherwise noted. 2.07 RIGID ALUMINUM CONDUIT-NOT USED. 2.08 MC CABLE—NOT USED 2.09 WIREWAYS A. Indoor, dry locations: Steel,painted gray,baked enamel square in cross section,hinged or screw cover. Use 10 foot lengths where possible. B. Outdoor,Wet Locations: Steel,hot dipped galvanized after fabrication,painted gray baked enamel. UL listed for wet locations. Renton Municipal Airport 16110 - 2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 2.10 HANDHOLES A. For airfield handholes See Item L-115, Electrical Manholes and Junction Structures. B. New non-airfield handholes shall be precast concrete of bottomless design,with 180 degree opening steel lid secured by penta-head bolt. Handholes must meet utility requirements for secondary cable routing. Suitable products include: 1. For utility secondary(HH-U), Utility Vault 3642-BL and 3642-2463P 2. For the generator connection(HH-G),Utility Vault 4242-BL and 4242-3030P. 3. Also acceptable are Hanson Pipe&Precast products equivalent to or larger than the items noted above. PART 3 -EXECUTION 3.01 GENERAL A. Install raceways and their accessories according to applicable codes. Install raceways concealed in construction unless noted otherwise on the drawings or specifically approved in writing by the Engineer. B. Cut raceway ends square,ream and extend maximum distance into all couplings and connectors. Tighten all fittings securely. C. Provide and install manufactured end caps on all raceway ends during construction to prevent the entrance of water or dirt. Tape, as a cover, is not permitted. D. All raceways after final assembly in place, shall be thoroughly cleaned and a mandrel correctly sized for each size of conduit shall be pulled through all raceways prior to installing wires or pull cords. Mandreling shall be done in the presence of the Engineer. E. All elbows for GRS and PVC raceway shall be factory elbows. For all other raceway, use factory ells for bends of 1-1/4" and larger diameter. F. Raceway shall not penetrate sheet metal ducts unless permission is granted by the Engineer in writing. All sleeves shall be provided for raceway installation under this section. G. Route raceways to avoid structural obstructions and to minimize crossovers. H. Do not install raceway larger than 2 inches in concrete slabs. I. Seal around raceway with sealing compound where raceways leave heated area and enter unheated area. Renton Municipal Airport 16110 - 3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications J. Install UL approved expansion fittings complete with grounding jumpers where raceways cross slab expansion joints, construction joints, or sawn joints. Provide bends or offsets in raceway adjacent to slab joints where raceway is installed above suspended ceilings. K. Route all accessible raceways parallel or perpendicular to building lines. Form bends in adjacent raceways to match radii and center of bend. L. Allow minimum of 6 inches (152 mm) clearance at flues, steam pipes, and heat sources. M. Raceways are sized for copper,type THW, conductors unless noted. Size all raceways per code unless specifically noted to be larger on the drawings. 3.02 GALVANIZED RIGID STEEL CONDUIT A. All connections shall be watertight. Install for all raceways in concrete or where subject to damage. B. Where hazardous areas are indicated,use GRS and seals to conform to the requirements of the National Electrical Code. 3.03 INTERMEDIATE METAL CONDUIT A. Intermediate metal conduit is permitted as a substitute for galvanized rigid steel conduit except where GRS is required by Code. 3.04 ELECTRICAL METALLIC TUBING A. Install for wiring in masonry, frame construction, furred ceilings and above suspended ceilings. May be used for exposed work in unfinished areas where not subject to damage. Where construction involves masonry work, assemble and install at the same time as the wall is erected. Avoid surface cut masonry units wherever such masonry units are to remain unplastered or uncovered in completed construction. 3.05 RIGID ALUMINUM CONDUIT A. Rigid aluminum conduit shall not be used. 3.06 RACEWAYS UNDERGROUND A. Galvanized rigid steel conduit-painted with two coats(20 mils) AmeronAmercoat 385 epoxy; apply to dry conduit before entrenchment- or galvanized rigid steel conduit with 15 mil.polyvinyl chloride(PVC)jacket(repair abrasions with PVC base paint or PVC). B. PVC raceways may be used for underground runs when permitted by code. Field bends, when necessary, shall be formed only with factory recommended heater with radius not less than that noted in the NEC. Penetrations through floor slabs and walls shall be galvanized Renton Municipal Airport 16110 - 4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications rigid steel conduit. PVC,if used, shall be increased in size from that shown to include code required ground wire. Bends in excess of 10 degrees shall be GRS. Use PVC schedule 80 under paved areas. C. Arrange and slope raceways entering building to drain away from building. D. Ground wires shall be provided in all PVC Raceway. 3.07 INSERTS, SHIELDS AND SLEEVES A. Furnish and set in place, in advance of pouring slabs and walls, all inserts and sleeves needed to execute Division 16 equipment installation. B. Where supports in slabs are required after wall has been poured,use a drilled-in threaded insert, installed as recommended by manufacturer. C. Sleeves shall be provided for all wall penetrations. 3.08 RACEWAYS THAT STUB UP THROUGH FLOOR A. Install at such depth that the exposed raceway is vertical and no curved section of the elbow is visible. B. PVC raceway shall not be stubbed through floors unless required by utility(telephone). 3.09 SEALING OF RACEWAY PENETRATIONS A. Exterior wall surfaces above grade: Seal around all penetrations with caulking approved by Engineer. For concrete construction above ground level, cast raceway in wall or core drill wall and hard pack with a mixture of equal parts of sand and cement. B. Exterior surfaces below grade: Cast raceway into wall (or floor) or use manufactured seal assembly(such as o.z. type "FSK") cast in place. C. Roofs: Provide mopped, lead,roof jack or similar construct utilizing materials compatible with roof system where raceway penetrates roof membrane. D. Fire rated floors, walls, ceilings/roofs: Concrete or masonry seal around raceway penetration with Dow Corning 3-6548 silicone RTV foam or approved equal. Plaster or gypsum wall board seal around raceway penetration with plaster, fire tape and per local Fire Marshal's requirements. E. Equipment: Make connections to equipment using fittings designed for the purpose. Cap penetrations that will no longer be used. Renton Municipal Airport 16110 - 5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 3.10 SEALING OF RACEWAYS A. Seal interior of all raceways which pass through building roof or through outside walls of the building, above or below grade. Seal on the end inside the building using duct sealing mastic, non-hardening compound type, specially designed for such service. Pack around the wires in the raceways. B. For exterior wall penetrations below grade,install o.z. type "CBS" sealing bushing at interior end of penetrating raceway. Only threaded fittings are permitted in entering raceways ahead of the sealing bushing. 3.11 RACEWAY SUPPORTS A. Raceways, whether exposed or concealed, shall be securely supported and fastened at intervals of nominally every 6-feet and within 18 inches of each outlet, ell, fitting,panel, etc. Support suspended raceways with metal ring or trapeze hangers and threaded steel rods having a safety factor of 4. Raceways, 1-inch and smaller,installed in ceiling cavities may be supported on the ceiling system support wires using spring steel clips. Raceways larger than 1-inch shall be supported from the overhead structural system. B. When more than two raceways will use the same routing, group together on a patented channel support system (such as Unistrut). C. Install wireways exposed, wall mounted or suspended with 3/8 metal rods at intervals not exceeding 8 feet where full 10 foot sections are installed. Suspended wireways shall be supported from overhead structural system. 3.12 SURFACE METAL RACEWAY A. Install parallel to building surface (i.e. wall, ceiling, floor). Fasten to surface as recommended by manufacturer. Mount at locations shown and as approved by the Engineer. 3.13 FLEXIBLE CONDUIT A. Provide flexible metal conduit connection to motors and equipment subject to vibration with 90 degrees loop minimum to allow for isolation. Use liquid tight for all equipment where the electrical connection point is exposed, and equipment in damp locations. Provide ground wire when required by code. 3.14 PULL CORDS A. Nylon type pull cords shall be included in all installed empty raceway. Renton Municipal Airport 16110 - 6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications PART 4: MEASUREMENT AND PAYMENT r 4.01 GENERAL A. The requirements of this section are incidental to the Bid Item 16200 "Generator System", and no separate payment shall be made. END OF SECTION Renton Municipal Airport 16110 - 7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications ITEM 16120 WIRES AND CABLES PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide all wires, cables, terminations, and cable accessories in accordance with the drawings and these specifications. 1.02 RELATED WORK A. Raceways Section 16110 B. Requirements for cable and wire for FAA systems are identified in Item L-108, Underground Power Cable for Airports. 1.03 QUALITY ASSURANCE A. Wire and cable shall be delivered to and stored on the site in new factory assembled packaging. 1.04 SUBMITTALS A. Submit on all materials in accordance with Section L-100, General Airport Electrical. PART 2 - PRODUCTS 2.01 WIRE AND CABLE (600 VOLT) A. Interior & Above Grade: All wires to be copper with insulation Type THW. Type THWN/THHN or XHHW wire may be utilized, subject to code requirements. Wire and cable shall be brought to project in original containers bearing the Underwriters Label. B. Underground: All direct buried conductors to be type USE. Increase raceway size when necessary to accommodate conductors per Code. Exception: Underground conductors completely contained in Code recognized raceway and boxes may be Type THW, THWN or XHHW. Type OF direct burial permitted for branch circuits only when noted on the drawings. C. Aluminum conductors are not approved for use on this project. 2.02 SPLICES A. Above Grade: Solderless type only. Preinsulated "twist-on" type (limited to size #10 and Renton Municipal Airport 16120 - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications smaller) shall be Scotch-Lok, Ideal wire nut or approved equal. Bolt on compression type with application of preformed insulated cover, heat shrinkable tubing or plastic insulated tape is acceptable for all sizes. B. Below Grade: Splices below grade shall be in handholes and shall be made watertight with epoxy resin type splicing kits, Scotchcast or approved equal. 2.03 TERMINATIONS A. 600 volt or less: Terminations shall be compression set, bolted or screw terminal type. Conductor #12 and smaller shall utilize eye type compression set terminator when termination is to a bolted or screw set type terminal block or terminal cabinet. B. For stranded conductors provide terminations designed for use with stranded conductors 2.04 PLASTIC CABLE TIES A. Cable ties shall be nylon or equivalent, locking type. PART 3 - EXECUTION 3.01 GENERAL A. Install all wiring in raceway unless shown or specifically authorized (in writing) l otherwise. 3.02 WIRE SIZE A. Minimum wire size for power and lighting circuits shall be#12 AWG. B. Provide stranded wire for all applications. 3.03 TESTS A. Test all wiring connections for continuity and ground before any fixtures or other loads are connected. Test cable with a DC "Megger" type tester. If tests indicate faulty insulation (less than 2 megohms) such defects shall be corrected and tested again. Contractor shall provide all apparatus and material required to make tests and shall bear all expense of required testing. Results of tests shall be recorded and submitted to the Engineer. 3.04 CONDUCTOR SIZES, REFERENCED ON PLANS A. For conductor sizes see one-line diagram and other drawings. Renton Municipal Airport 16120 - 2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 3.05 SPLICES A. Feeder, service and branch circuit conductors 8 AWG and larger shall not be spliced except where specifically indicated in the plans. B. Branch circuits may be spliced in boxes where circuits divide. C. All splices shall be made mechanically and electrically secure. 3.06 PULLING A. Use no mechanical means for pulling Number 8 AWG conductors and smaller. Use approved lubricants only. 3.07 TERMINATION A. Do not score the conductor when stripping insulation, always pare or pencil when using a blade. Use of a stripping tool is preferable. B. Terminate all wires and cables at their assigned points of connection at panels, switches, equipment, etc. C. All terminations shall be secure and tightened in accordance with the manufacturers recommendations. D. Unterminated wiring shall be removed unless noted otherwise or specifically approved to remain by the Engineer. 3.08 CONDUCTORS IN PANELS AND SWITCHBOARDS A. Conductors in panels, switchboards and terminal cabinets shall be neatly grouped, fastened and formed in a manner to "fan" into terminals with regular spacing. 3.09 CABLE SUPPORTS A. Provide conductor support devices as required by code in vertical cable runs. 3.10 COLOR CODING A. Conductor identification of each phase shall be by color-coded insulation. The color of the insulation of the ungrounded conductors of different voltage systems shall be as follows: 120/240 volt, 1-phase: A-phase black, B-phase red Neutral conductors shall be white. Renton Municipal Airport 16120 - 3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications I Equipment grounding conductors shall be green. Control circuit conductor identification shall be made by sleeve type identifiers sized for the conductor or equivalent means as approved by the Engineer. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. Control circuit terminals of equipment shall be properly identified. Terminal and conductor identification shall match that shown on approved shop drawings. Hand lettering or marking is not acceptable. Where insulation of the required color is not available, electrical tape of the required color shall be half-lapped for the entire length within the indicated enclosures. 3.11 UNDERGROUND INSTALLATION: A. Wire and cable shall be inspected for damage during installation and shall be pulled in the underground ducts indicated on the drawings. B. Wire and cable pulling equipment shall be equipped with an accurate gauge to allow continuous monitoring of pulling tension. Pulling tension shall not exceed the manufacturers recommended values. A cable grip shall be used for pulling wire and cable. The pulling force shall be applied directly to the conductor. C. A swivel shall be placed between the pulling rope and pulling grip. D. The cable reel shall be mounted on the pulling side of the pay-off manhole to prevent any reverse bending when the cable pays off and be mounted so that it can turn freely. E. The wire and cable shall be fed through a cable feeder or over sheaves in such a way that it never contacts the edge of the manhole or duct. Bending radius shall never be less than 10 times the conductor or cable diameter. The cable must be fed straight into the duct in the pay-off manhole or handhole and straight out of the duct at the pulling manhole or handhole. F. Cable under tension shall not be pulled through sheaves (multiple roller or otherwise) without prior approval of the Engineer. G. Wire and cable shall be adequately lubricated at pay-off end with approved Cable Lubricant. H. The pay-off reel shall be tended throughout the pulling process. I. The rate of pull shall be constant and shall not exceed 50 feet per minute. J. Manholes, handholes and duct banks shall be free from water prior to cable pulling and shall be kept dry until the cable is spliced. Renton Municipal Airport 16120 - 4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications K. Conductors shall be tested for continuity after installation and shall be merged with the readings being reported in writing to the Engineer. PART 4: MEASUREMENT AND PAYMENT 4.01 GENERAL A. The requirements of this section are incidental to the Bid Item 16200 "Generator System", _and no separate payment shall be made. END OF SECTION Renton Municipal Airport 16120 - 5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications ITEM 16200 STANDBY GENERATOR EQUIPMENT PART I- GENERAL 1.01 WORK INCLUDED A. Provide a diesel-generator set complete with all operating accessories and controls including items in related work properly assembled into a coordinated installation. 1.02 RELATED WORK A. Automatic transfer switches: Section 16251 1.03 SYSTEM DESCRIPTION A. The system consists of a single diesel-engine generator set with sound enclosure and integral slab tank to provide standby power for owner required standby systems. B. Performance: Provide all necessary controls and accessories which,used with the diesel-generator set, will make a complete operating package for installation up to 100 feet above sea level in an ambient temperature of 40 degrees C. maximum, -10 degrees C. minimum. C. The diesel-generator set rating shall be based on operation of the set when equipped with all the necessary operating accessories (radiator fan, exhaust silencer, air cleaners, lubricating oil pump, lubricating oil filters, fuel priming pump, fuel injection pump, jacket water pump, governor, alternating current generator and exciter regulator). D. The diesel-generator set shall be capable of producing not less than rated KW (with a 0.8 power factor load) continuously for standby power applications for installation up to 100 feet above sea level in an ambient temperature of 40 degrees C. maximum, -10 degrees C. minimum. E. The diesel-generator set shall be capable of: 1. Accepting suddenly applied 100 percent rated load at 0.8 power factor with an instantaneous voltage dip not exceeding 30 percent within 6 seconds of start signal. 2. Stabilize at within 5 percent of rated voltage within 10 seconds. 3. Stabilize at within 2 Hz of rated frequency within 6 seconds. 1.04 QUALITY ASSURANCE A. Acceptable Manufacturer: 1. Shall have been in the business of distributing and/or installing and maintaining the specific type of generation equipment under the present firm name for at least five Renton Municipal Airport 16200 - 1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications years. 2. Shall have the capability of dispatching a maintenance or repair truck with a qualified factory trained repairman and spare parts to the job site within four(4)hours of a request for service on the equipment. 3. Equipment shall be the product of a firm, which has regularly assembled and/or manufactured such equipment for at least five years. 4. Bidders will not be considered unless there is a local office (within 250 miles of project site), with factory-trained representatives who have been under their direct employment for a period of at least one year. All bidders considered shall maintain a stock of spare parts required which would minimize system down time in case of a component failure. 5. The responsibility for performance of this specification in its entirety cannot be split up among individual suppliers of components comprising the system,but must be assumed solely by the supplier of the system. B. The engine-generator set shall comply with the applicable standards of the following organizations: ANSI - American National Standards Institute ASME -American Society of Mechanical Engineers IEEE - Institute of Electrical and Electronic Engineers API American Petroleum Institute NEMA -National Electrical Manufacturer's Association NFPA -National Fire Protection Association OSHA - Occupational Safety and Health Act UL - Underwriter's Laboratories, Inc. (UL 2200) All applicable Electrical, Mechanical, Building and Safety regulations of the State of Washington. 1.05 SUBMITTALS A. Prepare and submit for review prior to manufacture. Include the following information: 1. Certification that generator meets Buy American requirements. 2. Dimensioned clearance drawings of the diesel-generator set offered, including foundation, vibration isolation, earthquake restraints and location of all stub up for fuel and electrical connections. 3. Literature describing the diesel-generator set. 4. Drawings and/or literature describing the equipment. B. The following data in tabulated form: 1. Fuel consumption Renton Municipal Airport 16200 - 2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 2. Recommended spare parts list. 3. Make, type and weight of generator. 4. Generator electrical rating KVA, KW and power factor, winding arrangement and insulation class. C. Control diagrams. D. Battery Literature E. Battery Charger Literature F. Jacket Water Heater Literature G. Fuel Tank sized for 24 hours continuous operation at full load H. Operation And Maintenance Manual 1. Provide per Section L-100 with additional information as noted below. 2. O &M Manuals shall contain step by step instructions for startup and shutdown. The first page shall contain the name, address and phone number of the local representative to be called for service or parts. This shall be followed by complete parts lists by actual ordering catalog numbers; also shall contain four copies each of test record forms and service record forms for Owner use. These forms shall show the proper interval for test and servicing of all components, fluid levels, lubrication, filter, anti-freeze, etc., including recommended specifications for all lubricants. 3. The final reviewed manuals shall be turned over to the Owner prior to conducting the instruction and demonstration session. Obtain a receipt for the manuals and forward a copy of the receipt to the Engineer. I. Enclosure and Accessories Literature 1. Enclosure 2. Panelboard 3. Light 4. Receptacle 1.06 WARRANTY A. The complete standby electric power gen set and controls shall be warranted for a period of five (5) years or fifteen hundred(15 00) operating hours, whichever occurs first, from the date of initial start-up. Multiple warranties for individual components (engine, generator, controls, etc.) will not be acceptable. Satisfactory warranty documents must be provided. This warranty shall be detailed in available written documents. In the judgment of the specifying authority, the manufacturer supplying the warranty for the complete system must have necessary financial strength and technical expertise with all components Renton Municipal Airport 16200 - 3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications supplied to provide adequate warranty support. Warranty shall cover parts, labor, mileage, and consumables, and shall have no deductibles. 1.07 STORAGE AND HANDLING A. The diesel-generator set shall be stored in an indoor area until installed in its final location. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. MTU/Pacific Detroit Diesel B. Generac The following vendors are acceptable but are not verified to have equipment with the required ratings. C. Cummins/Onan D. Caterpillar E. Baldor F. Kohler 2.02 ENGINE SPECIFICATIONS A. Type. The engine shall be a stationery watercooled diesel two or four stroke cycle, compression ignition, engine of either vertical in-line or Vee-type. The engine shall be provided with an integrally mounted instrument panel including a fuel pressure gauge, water temperature gauge, and a lubricating oil pressure gauge. B. Horsepower. Certified engine horsepower curves shall be submitted showing the manufacturer's approval of the engine rating for standby application. The horsepower rating shown shall be a minimum of 1.5 HP/KW when corrected to the altitude and temperature conditions of Paragraph 1.03. C. Speed. The engine speed shall be based on 900, 1200 or 1800 RPM for 60 Hertz output. D. Governor. The engine speed shall be controlled by a governor to maintain governed speed within plus or minus 3 Hertz of 60 Hertz (speed regulation 5 percent) from no load to full load generator output. The steady state frequency at any constant load, including no load, shall be maintained within a band of plus or minus 0.25 Hertz rated frequency. The governor shall not permit frequency modulation (defined as the number of times per second that the frequency varies from the average frequency in cyclic manner)to exceed Renton Municipal Airport 16200 - 4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications one Hertz per second. E. Fuel System: 1. Fuel. The engine shall perform satisfactorily and meet all specification parameters when operating on a commercial grade of distilled fuel oil such as No. 2 heating oil. Diesel engines requiring premium fuels (higher than 40 octane) will not be acceptable. 2. Consumption. Fuel consumption of the diesel-generator set with all engine driven accessories shall not exceed 0.75 pounds of fuel per kilowatt-hour at any load between 50 to 100 percent rated load. 3. The fuel system shall be the normal fuel system used by the diesel engine manufacturer. A fuel pressure gauge, and engine fuel priming pump and an engine mounted fuel filter shall be provided. Flexible fuel connections shall be provided at the engine. A manual fuel shutoff shall be included. 4. Fuel Tank. Provide a UL-142 listed double wall sub-base fuel tank sized for 24 hours of operation at full load. Include normal and emergency vents, fuel fill, low fuel alarm and inner tank leak alarm annunciation. 5. Piping. Provide all piping between the tank and the engine. Provide all vent piping per code from tank,safety valves, and generator set. Dielectric unions between steel and copper pipe shall be provided. Connections to the fuel supply at the engine shall be made with flexible-seamless-bronze hose with woven wire protection and packless connections. F. Lubrication: The engine shall incorporate a gear driven lubricating oil pump for supplying oil under pressure to main bearings, crankpin bearing, pistons, piston pins, timing gears, cam shaft bearings and injection rocker mechanism. Full flow oil filters with valving shall be provided, and conveniently located to permit servicing of one set, while the engine is in operation. The filters shall be equipped with a spring loaded bypass valve to insure oil circulation if the filters are clogged. A lubricating oil pressure gauge shall be provided. G. Air Filters: The engine shall be provided with one or more heavy duty, dry type (or oil bath) air filters. H. Exhaust System A flexible exhaust adapter shall be furnished for each engine exhaust outlet to the muffler. The muffler shall be critical grade, and arranged for horizontal mounting above the engine and inside the sound enclosure. The muffler shall be similar to Riley Beaird, Inc., Maxim, or Kittel and shall be of complete double-walled, all welded construction,protected by a high temperature corrosion resistant coating, and suitable for mounting as specified. The muffler and piping shall be fitted with a drain. Insulated exhaust thimbles, weather shields, and weather stops shall be provided at wall penetrations. The flexible adapter shall be stainless steel. Exhaust manifold, flex and muffler connections shall be bolted flange type. The exhaust system back pressure shall be calculated and shown to be suitable for the engine provided. Renton Municipal Airport 16200 - 5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i I. Cooling System. Engine shall be cooled with a unit mounted radiator and a fan sized for the ambient temperature conditions of Para 1.03. 1. A water temperature gauge calibrated in degrees F (or degrees C) with range adequate to monitor jacket water heater operation shall be provided. 2. The cooling system shall be filled with a commercial grade of Ethylene Glycol containing anti-corrosives and water. 3. The radiator shall be provided with an expansion tank with sight glass. 4. . The radiator shall be provided with core guard,belt guard, fan guard and mounting hardware with flexible pipe connections between the engine and the radiator piping. J. Safety Devices. The engine shall be provided with safety devices to provide automatic shutdown and alarm. 1. A sensor device plus visual warning device to indicate a water jacket temperature below 70 degrees F (21.1 degrees C). 2. Sensor devices plus visual prealarm warning device to indicate: a. Low lubricating oil pressure (slightly above manufacturer's recommended safe operating range). b. High engine temperature (slightly above manufacturer's recommended safe operating temperature range). 3. An automatic engine shutdown device plus visual device to indicate that a shut down took place for: a. Overcrank (failed to start) b. Overspeed c. Low Lubricating oil-pressure (below manufacturer's recommended safe operating range) d. Excessive engine temperature (above manufacturer's recommended safe operating temperature) 4. A common audible alarm device to warn that any one or more of the prealarm or alarm conditions exist. K. Liquid fuel supplies for emergency or auxiliary power sources shall be equipped with a sensor device to warn that the main fuel tank contains less than a four(4) hour operating supply. L. Starting System 1. Starting Motor: A direct current electric starting system with a positive engagement drive shall be furnished with the engine. The motor voltage shall be as recommended by the diesel engine manufacturer. Renton Municipal Airport 16200 - 6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 2. Automatic Controls: Fully automatic diesel-generator set start-stop controls (located in the generator control panel) shall be provided. "Start" shall be initiated immediately on closing of the starting contact in any of the four automatic transfer switches (see Section 16251). After the starting contact has opened (transfer of all loads back to the normal power source) the unloaded engine shall continue to run for cool-down for an adjustable period of approximately 0-15 minutes. These controls shall provide engine shutdown on low lubricating oil pressure, excessive engine temperature, overspeed, and overcrank, and one auxiliary contact for activating accessories. The controls shall include a cranking timer with limit lockout. Provide test switch to manually start engine simulating a signal from the transfer switch. 3. Jacket Water Heater: A water heater with integral thermostatic switch shall be provided to maintain engine jacket water at a temperature which will allow the diesel generator set to meet the 6 second acceptance of full rated load and ambient conditions as specified in Paragraph 1.03. The heater shall operate on 240 volts, phase, 60 Hertz, A.C. 4. Batteries: A lead acid storage battery set of the heavy-duty diesel starting type shall be furnished. The battery voltage shall be compatible with the starting motor. The battery set shall have sufficient capacity to provide one (1) minute total cranking time without recharging. A corrosion resistant battery rack with spill containment and battery hold down clamps shall be provided. 5. Battery Cable: Extra flexible,multi-strand copper insulated conductors, #4/0 minimum, with copper ring tongue type terminals for engine,battery type cable clamps for battery. 6. Battery Charger: A current limiting voltage compensated battery charger shall include overload protection, silicon diode full wave rectifiers, voltage surge suppressor, D.C. ammeter and fused A.C. input. The charger shall operate on 120 volts, single phase, 60 Hertz, A.C. with an ampere output not less than 5 amperes. The charger shall be disconnected from the battery set during the cranking cycle or shall be capable of withstanding starting current voltage drop. 2.03 GENERATOR SPECIFICATIONS A. The generator shall be UL 2200 listed, 120/240 volts, 1 phase, 3 wire, 60 Hertz, rated not less than the kW rating indicated on the drawings. B. The generator rating shall be applicable for continuous service in Standby power applications. The generator shall be single bearing, rotation field, synchronous type built to NEMA standards. The generator shall be statically excited. C. The generator shall be coupled directly to the engine flywheel through a flexible driving disc to assure positive alignment. The generator housing shall be dynamically balanced for up to 25 percent overspeed. A voltage regulator (statically regulated and controlled rectifier design with no moving parts) shall be furnished to match the characteristics of the generator and diesel engine. The voltage regulation shall be plus or minus 2 percent from no load to full rated load. Readily accessible voltage drop, voltage level, and Renton Municipal Airport 16200 - 7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications voltage gain controls shall be provided. Voltage level adjustment shall be a minimum of plus or minus 5 percent. 2.04 MOUNTING A. The complete unit shall be mounted on the manufacturer's standard structural steel sub-base similar to that shown on the drawings. A concrete pad shall be provided below the generator as shown on the drawings. The steel sub-base shall be secured to the concrete pad using embedded anchors of the size and quantity recommended by the manufacturer. 2.05 GENERATOR CONTROL PANEL A. Type. A NEMA 1 type, dead front, 14 gauge steel control panel with 2 (or 3)point latching shall be shock mounted on the generator end of the diesel generation set. The panel shall have removable, side or top panels to provide access to all components and cable terminations. B. Equipment. The control panel shall contain, but is not limited to, the following equipment. Digital display may be provided in lieu of analog displays indicated. 1. Voltmeter, 3-1/2 inch, 2% accuracy. 2. Voltmeter transfer switch, 3 position. 3. Ammeter, 3-1/2 inch, 2% accuracy. 4. Ammeter phase selector switch, 2 position. 5. Frequency meter, 3-1/2 inch, reed type. 6. Automatic Starting Controls. 7. Voltage level adjustment rheostat. (Recessed screw driver adjustable). 8. Four position function switch marked "auto", "manual", "off' and "stop". 9. Three 2-pole, 240 volt main line circuit breakers, 100% rated. 10. Engine running hour-meter(mechanically driven hour-meter on engine). 11. Subbase fuel storage tank low fuel alarm indicator(4 hours of fuel left at full load). 12. Lamp test pushbutton which allows testing of all indicator lamps. 13. All alarm indicator specified in 2.2.J shall be annunciated on the engine generator control panel. 14. Audible alarm, alarm silence switch (with ring back)and "alarms silenced" light. This alarm system shall sound upon the occurrence of any of the malfunctions in 2.02.J or battery charger malfunctions. 15. A control wiring diagram shall be permanently fixed(glued) to the inside of the panel showing wire numbers and device names. All wiring shall be number coded at all terminations and devices labeled with engraved plastic(or approved) nameplates Renton Municipal Airport 16200 - 8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications correspondingly. Wiring shall be neatly bundled or contained within wireways. Terminal blocks shall be provided for all wires leaving the cabinet. 16. All display lights shall be LED. 17. Dry contacts for remote monitoring of generator status (Ready, Alarm)—wiring to remote monitor is future, not in contract. C. Main Line Circuit Breakers: Main line molded case circuit breakers shall operate both manually for normal switching function and automatically for overload and short circuit protection. The circuit breaker shall include a shunt-trip that is activated by all shut down alarms of the generator. The trip unit for each pole shall have elements providing inverse time delay during overload and short circuit protection. 2.06 OUTDOOR GENERATOR-SET ENCLOSURE A. Vandal-resistant, weatherproof steel housing, wind resistant up to 100 mph. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure. Enclosure shall be vendor's standard color. B. Enclosure shall be sound enclosure with maximum 75 dBA at 23 feet under open field conditions. C. Panelboard: Provide UL 67 and UL 50 listed load center inside enclosure to serve lighting,heater, receptacle, battery charger, and similar loads. Panelboard shall have copper bus and as-built circuit directory. D. Interior Lights with Switch: AC powered, factory-wired, vaporproof-type fluorescent or LED fixtures within housing; arranged to illuminate controls and accessible interior. E. Convenience Outlets: Factory wired, GFCI. 120VAC 15A, minimum. 2.07 SPARE PARTS A. The contractor shall provide spare parts and special tools required for routine maintenance. Spare parts should be in adequate quantity for two years of operation, assuming weekly %2 hour test operation and annual 24 hours of power outage operation. A list of parts and tools that will be furnished shall be provided. 2.08 DEMAND MONITORING SYSTEM A. Customer kW demand meters shall be provided for each of the three services (Lighting Vault, Base Building, ATCT), as well as a cumulative meter for the concurrent demand of the three services combined. B. Meters hall be fully electronic, shall provide rate of consumption indication, and also a Renton Municipal Airport 16200 - 9 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications test sequence to ensure integrity of the display. C. Meter shall have kW/Demand and kW peak date and time displays (15 minute interval standard), and have ability for peak reading to be set to zero. D. Meter shall be UL Listed to latest applicable standards for safety. E. Meter shall be certified to ANSI C12.20 (+/- 0.2% from 1%to 100% of rated load) specifications with current sensors used for the installation. F. Meter shall be provided with a non-volatile memory to maintain reading during power outages. G. Meters shall be group mounted and each display shall be labeled for the load served. Mounting box shall include front mounted record card suitable for documenting by hand the date peak readings were cleared and their value.. PART 3 - EXECUTION 3.01 GENERAL A. New conduit and wiring shall be furnished and installed as shown on the drawings. The new generator set shall be installed complete and ready for operation. B. Comply implicitly with manufacturer's installation instructions and do not "turn over" engine or energize control system until specifically authorized by diesel generator supplier. C. The provisions shown in the drawings are typical and shall be adjusted to meet the specific configuration needs of the equipment selected at no additional cost. 3.02 SERVICE LOCATION A. Stub up connecting services to generator set immediately adjacent to rails such that exposed systems on floor are not required. Final connections to set shall utilize flexible pipe. (Electrical in liquid tight flex). 3.03 START UP A. Coordinate with supplier representative in performing startup, testing and instruction on systems as required by this Specification. B. Install oil filters and air filters. C. Fill crank case with engine manufacturer's recommended lubricating oil. Renton Municipal Airport 16200 - 10 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications D. Fill cooling system with a good commercial grade of antifreeze (which contains corrosion preventative additives) and water for freeze protection to 10 degrees C lower than the temperature specified in 1.313. 3.04 FIELD TESTS A. Prior to acceptance of the permanent installation, the diesel-generator set shall be subjected to a two hour load (50%minimum) test by the Contractor using a load bank. Alternatively, if used for temporary power during construction, a minimum 12-hour operation supporting the existing services is an acceptable substitute for the load bank test. The diesel generator supplier shall have a representative in attendance to conduct the test, make measurements, advise and assure that his equipment is properly operating and protected. This test shall also show that the set will start automatically upon failure of the normal power source. B. Prior to full load test, the set shall be operated at reduced load for a time period as recommended by the manufacturer. Subsequent to test, the manufacturer's representative shall submit a test report indicating (at 15 minute intervals during test): 1. Generator load, including power factor. 2. Voltage (permanent and calibrated test voltmeter). 3. Amperage output (permanent and calibrated test ammeter). 4. Fuel consumption. 5. Ambient air temperature. 6. Exhaust manifold temperature. 7. Coolant temperature. 8. Check all filter systems for proper operation. 9. Check all fluid levels and refill to recommended levels. C. A certified copy of the test record shall be forwarded to the engineer. Other copies shall be included in the O & M Manual. D. Corrective measures if deemed necessary shall be made and the test repeated until all systems function properly at the expense of the Contractor. 3.05 INSTRUCTION AND DEMONSTRATION A. See Item L-100, General, for training requirements. The following notes are the details of the generator training listed there. B. The Vendor shall (after one week (minimum) written notification to Engineer) conduct a 4 hour instruction and demonstration session during which all maintenance and Renton Municipal Airport 16200 - 11 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications operational aspects of the system will be described and demonstrated to personnel selected by the Owner. The session shall be conducted by a contractor's representative thoroughly familiar with the characteristics of the system and the supplier's equipment. The instruction session shall also include step by step instruction on the sequence of startup and shutdown of the unit, following the written operating instructions listed in the O &M manual, and shall include procedures to be followed in the event of audible/visual fault conditions occurring on generator annunciators. C. Instruction on maintenance procedures shall include proper interval for system tests and duration, replacement interval for oil and air filters; lube oil and coolant change; interval for fluid level checks (i.e. fuels, oil, lube oil, coolant and battery levels) as contained in the O &M Manual test and service record forms. D. Upon completion of the instruction period, the Vendor shall complete his portion of the Job Completion Form, copies of which shall be included with the O &M manual and forwarded to the Engineer. E. Instructions shall be coordinated with those furnished under Section 16251, Automatic Transfer Switches. Instructions may be provided concurrent with Field Tests. PART 4: MEASUREMENT 4.01 GENERAL A. The complete generator system shall be measured by the lump sum. The generator system shall consist of the generator, site preparation including removal of existing landscaping(tree&shrub) and pavement, concrete generator pad, automatic transfer switches, all conduit, wire,terminations,handholes, trenching/excavation and restoration,testing,in place, accepted, and complete. B. Replacement of utility feeders is covered in Bid Item 16402 "Utility Feeders". PART 5: PAYMENT 5.01 GENERAL A. Payment shall be made at the lump sum price for providing the generator system in place, accepted, and complete. Payment will be made under: Item 16200-5.1 Generator System—per lump sum END OF SECTION Renton Municipal Airport 16200 - 12 TW B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications ITEM 16251 AUTOMATED TRANSFER SWITCH (TIME DELAY) PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide automatic transfer switches complete with all operating accessories and controls including items in related work properly assembled into a coordinated installation. 1.02 RELATED WORK A. Standby generator equipment: Section 16200 1.03 QUALITY ASSURANCE A. Acceptable Manufacturer: 1. Shall be represented by the same vendor as the selected generator and shall have been in the business of distributing and/or installing and maintaining the specific type of transfer switch under the present firm name for at least five years. 2. Shall have the capability of dispatching a maintenance or repair truck with a qualified factory trained repairman and spare parts to the job site within four(4) hours of a request for service on the equipment. 3. Equipment shall be the product of a firm, which has regularly assembled and/or manufactured such equipment for at least five years. 4. Bidders will not be considered unless there is a local office (within 250 miles of project site), with factory-trained representatives who have been under their direct employment for a period of at least one year. All bidders considered shall maintain a stock of spare parts required which would minimize system down time in case of a component failure. 5. The responsibility for performance of this specification in its entirety cannot be split up among individual suppliers of components comprising the system,but must be assumed solely by the supplier of the system. Vendor technicians shall be qualified to service both the generator set and automatic transfer switch. B. The automatic transfer switch shall comply with the applicable standards of the following organizations: ANSI - American National Standards Institute IEEE - Institute of Electrical and Electronic Engineers NEMA -National Electrical Manufacturer's Association Renton Municipal Airport 16251 - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications NFPA-National Fire Protection Association OSHA- Occupational Safety and Health Act UL -Underwriter's Laboratories, Inc. (UL 1008) All applicable Electrical and Safety regulations of the State of Washington. 1.04 WARRANTY A. The complete automatic transfer switch shall be warranted for a period of five (5) years from the date of initial start-up. Multiple warranties for individual components (contactor, controls, etc.) will not be acceptable. Satisfactory warranty documents must be provided. This warranty shall be detailed in available written documents. In the judgment of the specifying authority, the manufacturer supplying the warranty for the complete system must have necessary financial strength and technical expertise with all components supplied to provide adequate warranty support. Warranty shall cover parts, labor, mileage, and consumables, and shall have no deductibles. 1.05 STORAGE AND HANDLING A. The transfer switch shall be stored in an indoor area until installed in its final location. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. ATS manufacturer shall be represented and serviced by the same vendor as the generator. See Section 16200. 2.02 TYPE A. Transfer and retransfer to normal load shall be automatic. Automatic transfer switches shall be electrically operated, mechanically held and supplied with positive mechanical interlocking. The main contacts shall be equipped with a safe manual override capability. UL 1008 listed meeting tables 21.1, 23.1, 23.2. Transfer shall be break-before-make for initial transfer and return. 2.03 RATING A. Automatic transfer switches shall have voltage, amperage and withstand current ratings in amps and period of withstand current rating (in cycles) as indicated on the drawings. B. Transfer switches used to transfer from normal to standby power shall be approved for emergency service, full ampere rated (no derating) with make rating at 20 times and break rating at 6 times full load current rating. Provide 3 pole device for switching of neutral in addition to phase conductors when generator neutral is grounded at the generator, or as indicated on the drawings. Renton Municipal Airport 16251 - 2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications C. Automatic transfer switch shall be listed suitable for service entrance use. 2.04 ACCESSORIES A. The following accessories shall be provided as a minimum in addition to those normally required for proper operation. 1. Each phase voltage failure sensing. Adjustable drop out and pick up. Set at 85% drop out, 92%pick up. 2. Signals. Two pilot lights for indicating transfer position. White - normal, yellow - standby at transfer switch. Auxiliary contacts for remote pilot lights. 3. Test switch. For simulating power failure. 4. Transfer. Adjustable ride through feature of approximately 0-10 seconds for start of engine generator and transfer on momentary loss of normal source. Set at 1 second. Includes two auxiliary contacts, one N.O. and one N.C. for use for engine start.signal. 5. Retransfer. Adjustable time delay(with emergency failure by-pass) of 0 to 30 minutes for retransfer to normal. Set at 15 minutes. 6. Generator Condition. Voltage and frequency sensitive lockout relay. Prevents transfer until voltage and frequency of generator have reached preset rating. Set at 95%. 7. "In-Phase Monitor". Provide In-phase monitor, to prevent transfer between sources when sources are significantly out of phase. 8. Automatic test. Provide one 7-day timer to automatically test generator and transfer switch once each week. The test run time shall be adjustable from 5 to 30 minutes, and for day and time of test. 2.05 ENCLOSURE A. Each transfer switch shall be enclosed in an enclosure suitable for the environment in which it is located, with front opening lockable door. The transfer switches supplying the base building and tower loads will be mounted outdoors and shall be NEMA 3R, minimum. The lighting vault transfer switch shall be installed indoors, and may be NEMA 1. 2.06 SHOP DRAWINGS A. Prepare and submit detailed shop drawings for review. Include the following information (written or highlighted): wiring diagrams, dimensions, front view, catalog information indicating complete electrical and mechanical characteristics and compliance with all Renton Municipal Airport 16251 - 3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications spec. items of Section 16251 and applicable drawings. PART 3 - EXECUTION 3.01 MOUNTING A. All mounted or free standing assembly as shown on the drawings. 3.02 OPERATION TEST A. Provide testing of transfer system coordinated with generator set(s) and start control panel to insure proper operation of transfer devices under actual operating conditions. 3.03 SEQUENCE A. Any automatic transfer switch sensing loss of power shall start the emergency generator set and the set shall continue to run until after all transfer switches have returned to normal power(engine cool-down timer part of emergency generator set). 3.04 OPERATION AND MAINTENANCE MANUALS A. Provide per Section L-100, General Airport Electrical. Manuals shall in addition contain the following information. 1. Recommended test intervals 2. Recommended service intervals 3. Test and service record forms showing proper intervals for tests. 4. Recommended maintenance. 5. The first page of the manual shall contain the name, address and phone number of the local representative to be called for service and parts. 6. Warranty information, including date of initial start-up that initiates the warranty period. 3.05 INSTRUCTION A. The Contractor shall (after one week minimum written notification to the Engineer) conduct an instruction session during which all maintenance and operational aspects of the system will be described and demonstrated to personnel selected by the Owner in conjunction with instruction period for Generator System Equipment, Section 16200. The session shall be conducted by manufacturer's representative thoroughly familiar with the Renton Municipal Airport 16251 - 4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications characteristics of the system. O &M manual information regarding the system shall be turned over to the Engineer prior to scheduling the instruction session. PART 4: MEASUREMENT AND PAYMENT 4.01 GENERAL A. The requirements of this section are incidental to the Bid Item 16200 "Generator System", and no separate payment shall be made. END OF SECTION Renton Municipal Airport 16251 - 5 TW B System Rehabilitation—North Portion Reconstruction& Airfield Signage Modifications ITEM 16402 ELECTRIC SERVICE UNDERGROUND PART 1 - GENERAL 1.01 WORK INCLUDED A. Modify existing service entrances as shown on the plans. B. Coordinate with utility and provide all required support services. C. Pay for all utility charges. 1.02 RELATED WORK A. Section 16110 - Raceways B. Section 16120 - Wire and Cable PART 2 - PRODUCTS 2.01 SERVICE ENTRANCE EQUIPMENT A. See Section 16251 "Automated Transfer Switch (Time Delay)". 2.02 MATERIALS FOR UTILITY USE A. Provide per utility requirements. B. All new equipment for the utility service modifications will be installed outdoors, and shall be suitable for the environment,NEMA 3R minimum. C. New pass-through meter socket shall be Manual Block Bypass. D. New CT cabinet is to be installed 6 inches minimum above grade, and shall have 50,000 AIC CT bracket. Cabinet shall have 1" diameter GRS nipple minimum 6" long for connection to meter base on top of cabinet. CT meter base shall be 6 terminal type. E. Meter boxes shall be permanently labeled for load supplied; "LIGHTING VAULT", "ATCT", "BASE BLDG" or similar legend agreeable to the Engineer. Labeling shall be machine engraved black on white melamine with 1/2"minimum lettering, or equivalent Engineer approved material. Renton Municipal Airport 16402 - 1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications PART 3 - EXECUTION 3.01 GENERAL A. Verify space available with equipment sizes and code required working clearances prior to submittal of shop drawings. Notify Architect/Engineer if sufficient space is not available. B. Provide current transformer space, meter bases and metering conductors per utility requirements. 3.02 GROUNDING A. Ground per code. Provide PVC (steel not permitted) raceway for physical protection where ground conductor is exposed to possible physical damage. 3.03 WORK BY UTILITY A. For service modification Utility will provide: 1. Service outage and restoration. 2. Disconnect and termination and connection of service entrance conductors at transformer(work will be done by Potelco). 3. Meters and current transformers. 4. Removal of old meters. 3.04 WORK BY CONTRACTOR A. For service modification Contractor shall provide per utility requirements: 1. All service entrance equipment, CT enclosure, and meter boxes. 2. Raceways, vaults, and boxes. 3. All excavation, trenching, and backfill per utility requirements, and subject to utility and/or electrical inspector inspection and approval. Restoration of site. 4. Arrange for and pay all utility charges and fees. 5. Mitigate any public roadway intrusion during the work per the City and State requirements. 6. Cap penetrations vacated by the work. B. Contractor shall arrange for temporary power to supply the air traffic control tower,base building, and lighting vault at all times except for authorized outages for cutover. 1. Two hours total power outage is allowed for each cutover at the beginning and end of the utility work—notify the Engineer if this time frame is not feasible. Renton Municipal Airport 16402 - 2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 2. It is allowable to use the new permanent generator for the interim period while the service is reconfigured. Contractor shall refill generator fuel tank if the permanent generator is used. Operation of generator for temporary power may be used for testing and training purposes. 3. Contractor shall schedule work so that required period of generator operation is 24 hours or less. 4. Use of utility power for the temporary power needs is acceptable,provided the contractor makes all arrangements, and access to the tower building parking lot is not restricted beyond that allowed in the contract drawings. 5. Contractor shall notify Engineer 2 weeks prior to planned utility power outage. Contractor shall notify FAA Operations Control Center(1-866-432-2622) 2 days prior to planned utility power outage. Coordinate with FAA technician who will be on site during outages for orderly transition of tower systems. C. Contractor shall arrange and pay for all electrical work permits and city or state inspections associated with the electrical service modification. PART 4: MEASUREMENT 4.01 GENERAL A. The utility feeders shall be measured by the lump sum. The modifications shall include all demolition and construction,materials and labor, complete and placed in service. B. New handholes and conduit work shall be part of Bid Item 16200 "Generator System". C. The utility charges shall be measured by the lump sum. 1. For bid purposes assume the total utility charges amount to $4,000, and apply any required markup. The actual reimbursement amount will be based on the utility invoice amount, with the markup applied. 2. This bid item shall include utility fees and charges required for the permanent service modifications shown in the plan. Any work related to use of utility power for temporary power shall be part of Bid Item 16402 "Generator System". 3. The bid item assumes one regular working time(M-F, day shift) visit each to: Deenergize the service transformer and disconnect the existing feeders; And to terminate and connect the replacement feeders and reenergize the transformer. D. The electrical permit shall be measured by the lump sum. The permit pay item shall include all materials and labor, and inspector fees and charges required for an approved service. Renton Municipal Airport 16402 - 3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications PART 5: PAYMENT 5.01 GENERAL A. Payment shall be made at the lump sum price for utility service modification complete and in service. B. Payment shall be made at the lump sum price for electrical permit complete and approved. Payment will be made under: Item 16402-5.1 Utility Feeders—per lump sum Item 16402-5.2 Utility Charges—per Lump Sum Item 16402-5.3 Electrical Permit—per Lump Sum END OF SECTION Renton Municipal Airport 16402 - 4 TW B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM P-105 ASPHALT PAVEMENT SAWCUTTING, GRINDING,AND REMOVAL DESCRIPTION P-105-1.1 This item consists of asphalt pavement sawcutting, asphalt pavement grinding and disposal, asphalt pavement removal and disposal, and concrete pad and foundation removal and disposal within the limits of the work shown on the plans. CONSTRUCTION METHODS P-105-2.1 ASPHALT PAVEMENT SAWCUTTING. Where indicated on the plans or where directed by the Engineer, the Contractor shall sawcut the asphalt pavement. Sawcut depth ranges from 2 inches to 4.5 inches. P-105-2.2 ASPHALT PAVEMENT GRINDING AND DISPOSAL. Where indicated on the plans or where directed by the Engineer, the Contractor shall remove the pavement surface by grinding or other approved methods, a minimum of 2 inches, to provide for an asphalt overlay in transition areas. The grinding machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain. Disposal of the material shall be at an off-site location selected and provided by the Contractor. Off-site disposal shall meet all requirements of federal, state, and local jurisdictions. P-105-2.3 ASPHALT PAVEMENT REMOVAL AND DISPOSAL. Where indicated on the plans or where directed by the Engineer, the Contractor shall remove the asphalt pavement and dispose of it to an off-site location selected and provided by the Contractor. Asphalt pavement removal depths range from 2 to 4.5 inches. Off-site disposal shall meet all requirements of federal, state, and local jurisdictions. Asphalt pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. METHOD OF MEASUREMENT P-105-3.1 Asphalt pavement sawcutting shall be measured by the number of lineal feet sawcut in a satisfactory manner. P-105-3.2 Asphalt pavement grinding and disposal will be measured by the number of square yards ground, cleaned off of the pavement surfaces, and disposed of in a satisfactory manner at an off-site location. P-105-3.3 Asphalt pavement removal and disposal shall be measured by the square yard of asphalt removed and disposed of in a satisfactory manner at an off-site location. Renton Municipal Airport P-105-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) BASIS OF PAYMENT P-105-4.1 Payment for asphalt pavement sawcutting shall be at the contract unit price per lineal foot. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. P-105-4.2 Payment for asphalt pavement grinding and disposal shall be made at the contract unit price square yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item and dispose of the asphalt at an off-site location. Also included with this bid item is all cleanup of planed debris resulting from the grinding operation. P-105-4.3 Payment for asphalt pavement removal and disposal shall be at the contract unit price per square yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item and dispose of the asphalt at an off-site location. Payment will be made under: Item P-105-4.1 Asphalt Pavement Sawcutting—per lineal foot Item P-105-4.2 Asphalt Pavement Grinding and Disposal—per square yard Item P-105-4.3 Asphalt Pavement Removal and Disposal—per square yard END OF ITEM P-105 Renton Municipal Airport P-105-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas,runways, taxiways, aprons, and intermediate as well as other areas for drainage,building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 CLASSIFICATION. All material shall be classified as defined below: i a. Unclassified Excavation. Unclassified Excavation shall consist of the excavation of all material, regardless of its nature, which is not otherwise classified and paid for under the other items. Excavated material shall be hauled to a permitted off-site location. l b. Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck,peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. c. Imported Borrow Material. Material imported from off site meeting the requirements of this specification. CONSTRUCTION METHODS 152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely stripped of all grass and weeds. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of at an off-site location provided by the Contractor, or as designated by the Engineer. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches, in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, 't 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 Renton Municipal Airport P-152-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) - are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by ! the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of at an off-site location provided by the Contractor or as designated by the Engineer. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be hauled and disposed of at an off-site location selected and provided by the Contractor.Off-site disposal shall meet all requirements of federal, state, and local jurisdictions. Hauling and disposing of excess unclassified excavation shall be incidental to the bid item for unclassified excavation. i When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas off-site, to be located and provided by the Contractor. r All grades shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut-and-fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be not be permitted on this project. 152-2.3 IMPORTED BORROW. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat,presentable condition with all slopes dressed uniformly. fi Imported borrow material shall meet the following requirements: 75-100 percent maximum passing the 2-inch sieve, 50-75 percent maximum passing the#4 sieve, and 3 percent maximum passing the#200 sieve. Sample to be provided to the Engineer for approval along with the sieve analysis. The sieve analysis shall be performed by the Contractor. The cost for this shall be incidental to "Contractor Quality Control/Acceptance Testing." Renton Municipal Airport P-152-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications .12/2011 AC 150/5370-1OF (NOTICE F-1) 152-2.4 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches. This area shall then be compacted as indicated in paragraph 2.5. When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1,horizontal benches shall be constructed. The necessary stripping and the quantity of excavation removed will be paid for under the respective items of work. 152-2:5 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor I shall drag,blade, or slope the embankment to provide proper surface drainage. On all areas outside of the pavement areas,no compaction will be required on the top 4 inches. The lower layers shall be compacted to 95 percent of the maximum density from ASTM D 698 for non-cohesive soils and 90 percent for cohesive soils. The in-place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 6938. All testing shall be done by a laboratory hired by the Contractor and accredited by a nationally recognized authority for all types of testing required within this specification. A certification signed by.the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The results shall be furnished daily to the Engineer for determination of acceptance. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained.. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in 4 such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. Renton Municipal Airport P-152-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) - In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids.with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet below the finished subgrade. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. 152-2.6 PREPARATION OF SUBGRADE PRIOR TO SOIL CEMENT BASE COURSE. Within current pavement limits, the existing asphalt pavement shall be removed and disposed of at an off-site location. Within new pavement limits and for areas requiring fill material in order to achieve proper design grades, suitable excavated material from this project shall be utilized as directed by the Engineer. Any necessary imported material shall meet the requirements under Section 152-2.3. The fill shall be placed in loose horizontal lifts of not more than 8 inches in thickness and compacted to a dense and unyielding condition as confirmed by the Engineer. Within new pavement limits and for areas requiring cut in order to achieve proper design grades: For granular subgrade, all existing base gravel and fill and/or native soil shall be removed as necessary to proper design depths. Where the excavation has exposed granular fill soils consisting of silty sand (SM), sandy gravel (GP), or sand with silt and gravel (SP-SM), the surface should be thoroughly compacted to provide a dense and unyielding subgrade condition, which shall be confirmed by the Engineer prior to placement of other materials. Any loose or soft areas that exhibit instability should be overexcavated at the direction of the Engineer and replaced with structural fill comprised of crushed aggregate base course (P-209) and compacted to a dense and unyielding condition. Structural fill shall be placed in loose horizontal lifts of not more than 8 inches in thickness and compacted to a dense and unyielding condition as confirmed by the Engineer. At the Renton Municipal Airport P-152-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) time of placement, the moisture content of the structural fill should be at or near optimum. For silt subgrade, all existing base gravel and fill and/or native soil shall be removed as necessary to proper design depths. The native organic silt subgrade is highly moisture sensitive and shall not be exposed during periods of wet weather. Where the excavation has exposed soft to medium stiff organic silt soils, lightly loaded track-mounted equipment or vehicles with oversized tires shall be utilized over the exposed silt subgrade to minimize disturbance and loss of stability. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. The Contractor shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No materials shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.7 HAULING, EMBANKMENT,AND GRADING. All hauling, embankment, grading, compaction, off-site disposal, and all aspects of subgrade preparation will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling, embankment, grading, compaction, or disposal off site on any part of the work. 152-2.8 TOLERANCES. Within new pavement limits, the top of the subgrade (i.e., the surface that will be exposed to cement treatment and that will ultimately establish the surface of the Soil Cement Base Course) shall be of such smoothness that it will not vary more than 0.10 foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. Surface and thickness requirements for the completed Soil Cement Base Course are referenced under Section P-301. METHOD OF MEASUREMENT 152-3.1 The quantity of unclassified excavation to be paid for shall be the number of cubic yards measured in its original position as determined by the original ground elevations recorded previous to the award of this contract and by the alignment, profile, grade, and section as shown + on the plans. The quantity of unclassified excavation to be paid for includes the volume of stripping material to a depth of 6 inches. Only one determination of the original ground elevation (performed prior to award of this contract) will be made on this project. Renton Municipal Airport P-152-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) If discrepancies are discovered in the ground.elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly, as determined by the Engineer. Earthwork quantities have been computed, or determined by means of electronic data processing equipment, by use of the average end area method and by the finite element analysis method utilizing digital terrain modeling techniques. The quantity of unclassified excavation shall be the quantity shown on the Bid Schedule unless changes are made that affect this quantity. The quantity shown in the Bid Schedule will be adjusted by the amount of the change. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Unsuitable excavation shall be measured on the basis of the number of cubic yards of unsuitable material removed,measured by the Engineer in its original position on the job site. 152-3.3 Imported borrow material shall be paid for on the basis of the number of cubic yards measured in its original position at the borrow pit. BASIS OF PAYMENT 1524.1 For"Unclassified Excavation,"payment shall be made at the contract unit price per cubic yard. This price shall be full compensation, including hauling, embankment,grading, compaction, all aspects of subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 For"Unsuitable Excavation,"payment shall be made at the contract unit price per cubic yard. This price shall be full compensation, including hauling, off-site disposal, all aspects of subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 For"Imported Borrow Material,"payment shall be made at the contract unit price per cubic yard. This price shall be full compensation, including hauling, embankment, grading, compaction, all aspects of subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation—per cubic yard Item P-152-4.2 Unsuitable Excavation—per cubic yard Item P-152-4.3 Imported Borrow Material—per cubic yard Renton Municipal Airport P-152-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) TESTING REQUIREMENTS ASTM D 698 Test for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-pound (2.49 kg) Rammer and 12-inch (305 mm) Drop ASTM D 1556 Test for Density of Soil In Place by the Sand-Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method ASTM D 6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 Renton Municipal Airport P-152-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-159 WATERING DESCRIPTION P-159-1.1 This item shall consist of furnishing and applying water required in the compaction of embankments, subgrades, subbases, base courses, and top courses. This item also includes furnishing and applying water required for dust control,hydroseeding, and other purposes in accordance with the requirements of these specifications or as directed by the Engineer. CONSTRUCTION METHODS P-159-2.1 Water, when required, shall be applied at the locations, in the amounts, and during the hours, including nights, as necessary or as directed by the Engineer. An adequate water supply shall be provided by the Contractor. The equipment used for watering shall be of ample capacity and of such design as to ensure uniform application of water in the amounts necessary or as directed by the Engineer. METHOD OF MEASUREMENT P-159-3.1 Watering is incidental to the bid. BASIS OF PAYMENT P-159-4.1 Watering shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. END OF ITEM P-159 Renton Municipal Airport P-159-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM P-160 TEMPORARY EROSION CONTROL SYSTEMS AND CONSTRUCTION ENTRANCES DESCRIPTION P-160-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of catch basin inserts, silt fence, geotextile encased check dams, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to ensure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits, such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. In addition to basic erosion control measures, such as construction entrances, treatment facilities may be required to meet water discharge criteria. Design, provision, and maintenance of temporary treatment facilities shall be in the temporary erosion control system if required. Temporary erosion control includes updating and maintaining the Stormwater Pollution Prevention Plan (SWPPP) document prepared by the Engineer. MATERIALS P-160-2.1 CATCH BASIN INSERTS. Catch basin inserts (filter bags) shall be constructed of woven or non-woven geotextile fabric for installation under and held in place by the catch basin grate. The fabric shall meet or exceed the requirements of Table 1 for moderate survivability and the minimum filtration properties of Table 2, in Section 9-33.2 of the Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge and Municipal Construction. P-160-2.2 SILT FENCE. Where shown on the plans or directed by the Engineer in the field, the silt fence shall be installed in accordance with the standard detail shown in the plans. Filter fabric shall be in accordance with WSDOT Standard Specifications Section 9-33, Table 4, Permanent Erosion Control and Ditch Lining, High Survivability, Class B. P-160-2.3 GEOTEXTILE ENCASED CHECK DAM IN SWALE. Where shown on the plans or directed by the Engineer in the field, the check dam shall be installed in accordance with the standard detail shown in the plans. P-160-2.4 TREATMENT FACILITY. The Contractor shall design, provide, and maintain treatment facilities as required to meet water discharge criteria of the Washington State Department of Ecology(WSDOE) Construction Stormwater General Permit. Renton Municipal Airport P-160-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) - Treatment Facility Description: a. Design,provide, and maintain filtering system capable of removing silt and sediment from stormwater runoff. b. Discharge Water Criteria: Per WSDOE requirements. I. Turbidity: 5 Nephelometric turbidity units (NTU) above background level maximum 2. Oils: No visible sheen 3. Debris: None 4. Additives: Chemical treatment as approved by WSDOE P-160-2.5 WATTLES. Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials, such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months and a maximum lifespan of not more than 24 months. Composite filler shall be coarse compost and shall meet the material requirements specified in WSDOT Standard Specifications Section 9-14.4(8). If wood chips are used, they shall meet the material requirements specified in WSDOT Standard Specification Section 9-14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches and be between 0.030 and 0.50 inch wide and between 0.017 and 0.13 inch thick. Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2-by-2-inch nominal dimension and 35 inches in length, except in object free area(OFA), use 18-inch nail with washer at 5 feet on center. P-160-2.6 OTHER. All other materials necessary to control water pollution, soil erosion, and siltation shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS P-160-3.1 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 Contractor shall be responsible for stormwater quality discharge leaving the construction site. All Discharge shall be in conformance with the WSDOE Construction Stormwater General Permit. The general contractor shall provide a WSDOE Certified Erosion and Sediment Control Lead (CESCL) to monitor and control water quality and erosion control. The cost for a CESCL Renton Municipal Airport P-160-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) is incidental to the bid and shall not be paid for directly. The General Contractor's CESCL shall promptly initiate the implementation of BMPs shown in the project documents or other means necessary to maintain compliance with water quality discharge standards for the state of Washington. The Contractor's CESCL shall maintain and submit all recordkeeping and stormwater quality discharge logs required by the WSDOE Construction Stormwater General Permit. Prior to beginning Work, Contractor shall file the"Transfer of Coverage" form with WSDOE to transfer Permittee of Notice of Intent(NOI) from City of Renton to Contractor. The cost for transferring the Permittee is incidental to the bid and shall not be paid for directly. P-160-3.2 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation,borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. P-160-3.3 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 accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent hydroseeding and other specified slope protection work in stages, as soon as "substantial areas of exposed slopes can be made available. Temporary erosion control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. 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 as ordered by the Engineer, such work shall be performed by the Contractor at the Contractor's own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Renton Municipal Airport P-160-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Pollutants such as fuels, lubricants,bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. P-160-3.4 CATCH BASIN INSERTS. Catch basin inserts (filter bags) for inlet protection shall be installed in all existing and new catch basins within work limits, or as directed by the Engineer. The filter bags shall be installed prior to any work being performed. Any catch basin installed during this project shall have a filter bag installed prior to being used for collection of water. P-160-3.5 SILT FENCE. Where shown on the plans or directed by the Engineer, the silt fence f shall be installed prior to clearing and grubbing operations. Silt fence shall be installed along the limits of the grading areas where slopes exceed 3:1 for a distance greater than 50 feet. Silt fence shall also be installed where grading operations are adjacent to right-of-ways and private property. Silt fence placed along right-of-ways.and private property shall be set back from the property or right-of-way line 2 feet (on the City property side of the line), for a length that completely protects the adjacent property from erosion and/or siltation. The specific location of the silt fence shall be identified in the field by the Contractor and agreed to by the Engineer and Owner before installation in order to minimize encroachment into sensitive areas. P-160-3.6 GEOTEXTILE ENCASED CHECK DAM IN SWALE. Where shown on the plans or directed by the Engineer in the field, the check dam shall be installed prior to clearing and grubbing operations for existing swales adjacent to grading areas and in new swales after final grading. Check dams shall be installed in existing and new swales, or areas of channelized flow, at a spacing such that the elevation of the base of the uphill check dam is equal to the elevation of the top of the downhill check dam. The specific location of the check dams shall be - identified in the field by the Contractor and agreed to by the Engineer and Owner before installation in order to minimize encroachment into sensitive areas. P-160-3.7 OTHER EROSION CONTROL DEVICES AND METHODS. The Contractor is responsible to control all water pollution, soil erosion, and siltation. Where necessary, the Contractor shall use other erosion control devices and/or methods to adequately control water pollution, soil erosion, and siltation. P-160-3.8 GRAVEL CONSTRUCTION ENTRANCES. Where shown on plans or as directed by the Engineer, construct gravel construction entrances in accordance with the detail and at the locations shown on the plans. I A staging area is available to the Contractor as detailed in the Plans. Any area altered and/or utilized by the Contractor for staging shall be restored at project completion by mechanically loosening and turning over the soil and hydroseeding affected area. Restoring staging area shall be incidental to bid and shall not be paid for separately. 4 Renton Municipal Airport P-160-4 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) P-160-3.9 Temporary erosion control measures shall remain in place and maintained until permanent seeding has been established and/or the Engineer has directed the Contractor to remove such measures. METHOD OF MEASUREMENT Erosion control measures may or may not be warranted on site and the Owner reserves the right to limit actual quantities used and paid. Estimated pay quantities are not guaranteed, but will be paid for as warranted and approved by the City of Renton. P-160-4.1 Measurement of payment for catch basin inserts, geotextile encased check dam, and gravel construction entrance shall be per each. P-160-4.2 Measurement of payment for silt fence and wattles shall be per lineal foot. P-160-4.3 Measurement of payment for"Temporary Erosion Control Force Account" shall be per lump sum. The bid item"Temporary Erosion Control Force Account" is set and listed at a predetermined cost. If necessary, the predetermined cost will be adjusted up or down to accommodate actual costs for all additional erosion control measures necessary to facilitate construction of this project. Any adjustments shall be determined by the City. Payment for this item will be for actual documented costs of additional erosion control measures only, as determined by the City. Payment for this item shall include all materials, equipment, labor, placement, maintenance, and removal at the completion of the project. P-160-4.4 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas,haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor, with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT P-160-5.1 Accepted quantities of catch basin inserts, silt fence, geotextile encased check dams, and gravel construction entrances shall be installed as specified herein and as shown on the Plans or ordered by the Engineer, and measured as provided in paragraphs 160-4.1 and 160-4.2. These installations shall.include all materials, equipment, labor, tools,placement, incidentals, maintenance, and removal at the completion of the project. Payment will be made under: Item P-160-5.1 Catch Basin Insert—per each Item P-160-5.2 Silt Fence—per lineal foot Renton Municipal Airport P-160-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Item P-160-5.3 Geotextile Encased Check Dam—per each Item P-160-5.4 Temporary Erosion Control Force Account—per force account Item P-160-5.5 Gravel Construction Entrance—per each Item P-160-5.6 Wattles—per lineal foot 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. END OF ITEM P-160 Renton Municipal Airport P-160-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-209 CRUSHED AGGREGATE TOP COURSE AND BASE COURSE DESCRIPTION 209-1.1 This item consists of a top course and base course composed of crushed aggregates constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans. MATERIALS 209-2.1 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls. Fine aggregate passing the No. 4 sieve shall consist of fines from the operation of crushing the coarse aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meets the requirements for wear and soundness specified for coarse aggregate. The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot when tested in accordance with ASTM C 29. For Top Course and Base Course, the coarse aggregate portion, defined as the material retained on the No. 4 sieve and larger, shall contain no more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 693 and shall have at least 90 percent by weight of particles with at least two fractured faces and 100 percent with at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous,-the angle between the planes of fractures shall be at least 30 to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88. The fraction passing the No. 40 sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. a. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Contractor. See Section P-209-3.5, for additional contractor quality control/acceptance testing. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Certified test results shall be less than 6 months old. Renton Municipal Airport P-209-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Tests for aggregates to check gradation shall be taken by the Contractor at least two per lot. The lot will be consistent with acceptable sampling for density. The samples shall be taken from the in-place, compacted material. Sampling shall be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and ASTM C 117. b. Gradation Requirements. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. Table la. Requirements for Gradation of Top Course Aggregate. Sieve Size Design Range Percentage by Weight 3/ inch 100 '/z inch 80-100 No. 4 46-66 No. 40 8-24 No. 200 10.0 max The portion of crushed surfacing retained on the No. 4 sieve shall not contain more than 0.15 percent wood waste. The gradation (job mix) of the final mixture for Base Course shall fall within the design range indicated in Table lb, when tested in accordance with ASTM C 117 and ASTM C 136. Table lb. Requirements for Gradation of Base Course Aggregate. Sieve Size Design Range Job Mix Tolerances Percentage by Weight Percent 2 in 100 0 1-1/2 95-100 ± 5 1 in 70-95 ± 8 3/4 in 55-85 ± 8 No. 4 30-60 ± 8 No. 30 12-30 ± 5 No. 200 0-5 ± 3 Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material by weight of particles smaller than 0.02 mm shall be 3 percent when tested in accordance with ASTM D 422. When a lower percentage of material passing the No. 200 sieve is needed to control the percentage of particles smaller than 0.02 mm, a maximum limit of 5 percent is recommended. I Renton Municipal Airport P-209-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) . The job mix tolerances in Table lb shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. The fraction of the final mixture that passes the No. 200 sieve shall not exceed 60 percent of the fraction passing the No. 30 sieve. CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. The mechanical spreader shall be capable of distributing the aggregate without segregation. The maximum depth of a compacted layer shall be 6 in. If the total depth of the compacted material is more than 6 in, it shall be constructed in two or more layers. In multi-layer construction, the base course shall be placed in approximately equal-depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. The field density of the compacted material shall be at least 100 percent of maximum density of the laboratory specimens prepared from samples of the top course or base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 698. The in-place density shall be determined in accordance with ASTM D 1156, D 2167, or D 6938. The moisture content of the material during placing operations shall not be below, nor more than 2 percentage points above, the optimum moisture content. 209-3.5 CONTRACTOR QUALITY CONTROL/ACCEPTANCE TESTING. All quality control/acceptance testing shall be done by a testing organization (laboratory) hired by the Contractor. Quality Control Technicians shall meet the requirements of Item A-103-2.2b. Testing results shall be furnished to the Engineer daily for acceptance determination. Testing shall be paid for as part of the contract bid item"Contractor Quality Control/Acceptance Testing." Contractor shall perform and provide adequate sampling and testing to ensure the items of work are constructed to the standards and specifications established within these Contract Documents. Testing and sampling shall include,but not necessarily be limited to, particle size distribution Renton Municipal Airport P-209-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) (gradations), determinations of soil/material maximum unit weights, optimum percent moistures, in-place field density and moisture contents, smoothness, thickness, and any others tests or sampling necessary to control the work. Particle size distribution shall be tested a minimum of once per day during construction. All testing shall be done by a laboratory hired by the Contractor. Testing results shall be furnished to the Engineer daily for acceptance determination. Items of work per this specification (P-209) shall be accepted for density on a lot basis per each layer.. A lot will consist of one day's production where it is not expected to exceed 2,400 square yards per each layer. A lot will consist of one half-day's production where a day's production is expected to consist of between 2,400 and 4,800 square yards. Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the top course or base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM 698. The in-place field density shall be determined in accordance with ASTM D 1556, D 2167, or D 6938. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gauge in accordance with ASTM D 6938. The gauge should be field calibrated in accordance with Section 120 and ASTM standards. Calibration tests shall be conducted on the first lot of material placed that meets the density requirements. When using the nuclear method ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular intervals. If a nuclear gage is used for density determination, two random tests shall be made and averaged to represent each sublot. 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. The grade shall be measured on a 25-foot grid and be within+0/-1/2 inch. Testing results shall be furnished daily to the Engineer for acceptance determination. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 in or more below grade, the top layer of base shall be scarified to a depth of at least 3 in, new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. Any top or base material required beyond the specified thickness to bring the aggregate surface to the specified grade will not be paid for,but will be at the Contractor's expense. 209-3.7 SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch when tested with a 16-foot straightedge applied parallel with or at right angles to the centerline. Renton Municipal Airport P-209-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Any deviation.in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 inch of the design thickness. Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course,provided no damage results and provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate top course and base course to be paid for will be determined by measurement of the number of cubic yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per cubic yard for crushed aggregate top course and base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Top Course—per cubic yard Item P-209-5.2 Crushed Aggregate Base Course—per cubic yard TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Degradation of Small-Size Coarse Aggregate by abrasion and impact in the Los Angeles Machine Renton Municipal Airport P-209-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM D 75 Sampling Aggregate ASTM D 422 Particle Size Analysis of Soils ASTM D 693 Crushed Aggregate for Macadam Pavements ASTM D 698 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5-1b (2.49-kg) Rammer and 12 in(305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand-Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 6938 In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods ASTM D 3665 Random Sampling of Construction Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P-209 Renton Municipal Airport P-209-6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-301 SOIL-CEMENT BASE COURSE DESCRIPTION 301-1.1 This item shall consist of constructing a base course by uniformly mixing together soil, Portland cement, and water. The mixed material shall be spread, shaped, and compacted in accordance with these specifications and in conformity to the dimensions and typical cross section shown on the plans. Tests shall be required for each approved soil that will be included in the treated layer. Runway, taxiway, or apron pavements shall be built in a series of parallel lanes using a plan of processing that reduces longitudinal and transverse joints to a minimum. MATERIALS 301-2.1 PORTLAND CEMENT. Portland cement shall conform to the requirements of ASTM C 150, Type I or II. 301-2.2 WATER. Water shall be clean and free from sewage, oil, acid, strong alkalis, or vegetable matter. Water of questionable quality shall be tested in accordance with the requirements of AASHTO T 26. 301-2.3 SOIL. The soil shall consist of an approved select soil. The soil shall be free of roots, sod, weeds, and shall not contain gravel or stone retained on a 1-inch sieve or more than 45 percent retained on a No. 4 sieve, as determined by ASTM C 136. 301-2.4 BITUMINOUS MATERIAL. The acceptable types, grades, controlling specifications, and application temperatures for the bituminous materials used for curing the soil-cement are listed in Table 1. TABLE 1. BITUMINOUS MATERIALS. Type and Grade Specification Application Temperature Deg. F Deg. C Cutback Asphalt RC-70 ASTM D 2028 120-160 50-70 RC-250 ASTM D 2028 160-200 70-95 Emulsified Asphalt RS-11 SS-1 ASTM D 977 75-130 25-55 CRS-1 ASTM D 2397 75-130 25-55 CEMENT QUANTITY 301-3.1 LABORATORY SOIL TESTS. Prior to base course construction, laboratory tests of soils shall be made to determine the quantity of cement required in the mix. Tests shall be required for each approved soil that will be included in the treated layer. Renton Municipal Airport P-301-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) For bidding purposes, assume 60 lbs. of cement per square yard at an 8-inch mixing depth. The SCBC mix design will be the responsibility of the Owner. i Test specimens containing various amounts of cement are to be compacted in accordance with ASTM D 558, and the optimum moisture for each amount of cement is to be determined. Samples at the optimum moisture shall be subjected to the wet-dry and the freeze-thaw test in accordance with ASTM D 559 and D 560, respectively. The specified cement content for construction shall be that at which the weight loss of the specimens subjected to 12 cycles of either the wet-dry or the freeze-thaw is not more than 14 percent for granular soils, 10 percent for the more plastic granular and silty soils, and 7 percent for clay soils. The compressive strength of soaked specimens should increase both with age and with increase in cement content. CONSTRUCTION METHODS 301-4.1 WEATHER LIMITATIONS. The soil-cement base shall not be mixed or placed while the atmospheric temperature is below 35° F or when conditions indicate that the temperature may fall below 35° F within 24 hours, or when the weather is foggy or rainy, or when the soil or subgrade is frozen. 301-4.2 EQUIPMENT. The soil-cement may be constructed with any equipment that will meet the requirements for soil pulverization, cement application,mixing, water application, incorporation of materials, compaction, finishing, and curing specified herein. 301-4.3 PREPARATION. The area to be paved shall be graded and shaped to conform to the grades and typical cross section shown on the plans. Any soft or yielding areas in the subgrade shall be removed and replaced with acceptable soil and compacted as specified. 301-4.4 PULVERIZATION. The soil for the base course shall be so pulverized that at the completion of moist-mixing, 100 percent by dry weight passes a 1-inch sieve and a minimum of 80 percent passes.a No. 4 sieve, exclusive of gravel or stone retained on the No. 4 sieve. 301-4.5 CEMENT APPLICATION, MIXING,AND SPREADING. Mixing of the soil, cement, and water shall be accomplished by the mixed-in-place method. The percentage of moisture in the soil, at the time of cement application, shall not exceed the quantity that will permit a uniform and intimate mixture of soil and cement during mixing operations, and it shall not exceed the specified optimum moisture content for the soil-cement mixture by more than 2 percent. The specified quantity of cement shall be spread uniformly on the soil. Renton Municipal Airport P-301-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) After the cement has been applied, it shall be dry-mixed with the soil. Cement that has been displaced shall be replaced before mixing is started. Mixing shall continue until the cement has been sufficiently blended with the soil to a uniform color and to prevent the formation of cement balls when water is applied. The cement and soil shall be mixed using transverse axle, single or multiple-shaft, rotary mixers to a depth not to exceed 8 inches per pass. Cement shall be applied only to an area such that the spreading,mixing, compaction, and finishing of the soil and cement can be continuous and also completed within 2 hours or less of the cement application. Soil and cement that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. Immediately after the soil and cement have been mixed, water shall be incorporated into the mixture. Excessive concentrations of water on or near the surface shall be avoided. A water supply and pressure distributing equipment shall be provided that will assure the application within 3 hours of all mixing water on the section being processed. After all mixing water has been applied, mixing shall continue until a uniform and intimate mixture of soil, cement, and water has been obtained. 301-4.6 COMPACTION. Immediately upon completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The field density of the compacted mixture shall be at least 95 percent of the maximum density of laboratory specimens prepared from samples of the cement-treated base material taken from the material in place and compacted in accordance with ASTM D 1557. The specimens shall be compacted and tested in accordance with ASTM D 558. The in-place field density shall be determined in accordance with ASTM D 6938. Any mixture that has not been compacted shall not be left undisturbed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accordance with ASTM D 558 except that modified Proctor compactive effort shall be used in accordance with ASTM D 1557 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. All SCBC density testing shall be the responsibility of the Contractor. 301-4.7 FINISHING. Finishing operations shall be completed during daylight hours, and the completed base course shall conform to the required lines, grades, and cross section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density. 301-4.8 CONSTRUCTION JOINTS. At the end of each day's run, a transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material. Renton Municipal Airport P-301-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) The protection provided for construction joints shall permit the placing, spreading, and compacting of base material without injury to the work previously laid. Where it is necessary to operate or turn any equipment on the completed base course, sufficient protection and cover shall be provided to prevent damage to the finished surface. A supply of mats or wooden planks shall be maintained and used as approved and directed by the Engineer. Care shall be exercised to ensure thorough compaction of the base material immediately adjacent to all construction joints. When spreading or compacting base material adjacent to a previously constructed lane, care shall be taken to prevent injury to the work already constructed. 301-4.9 PROTECTION AND CURING. After the base course has been finished to grade and compacted as specified herein, it shall be protected against drying for a period of 7 days by sprinkling with water,placing a protective layer consisting of either 10-mil visqueen, concrete curing compound, or bituminous material, or other acceptable methods. The curing method shall begin as soon as possible,but no later than 24 hours after the completion of finishing operations. The finished base course shall be kept moist continuously until the curing material is placed. The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.2 gallon per square yard with approved heating and distributing equipment. The exact rate and temperature of application to give complete coverage without excessive runoff shall be as specified. At the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to.fill the surface voids immediately before the bituminous curing material is applied. The curing material shall be maintained and applied as needed by the Contractor during the 7-day protection period so that all of the soil-cement will be covered effectively during this period. Finished portions of soil-cement that are used by equipment in constructing an adjoining section shall be protected to prevent equipment from marring or damaging the completed work. When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the soil-cement for 7 days after its construction and until it has hardened. Other curing materials such as moist straw or hay may be used if approved. 301-4.10 CONSTRUCTION LIMITATIONS. When any of the operations after the application of cement are interrupted for more than 30 minutes or when the uncompacted soil-cement mixture is wetted by rain so that the moisture content is exceeded by a small amount, the decision to reconstruct the portion affected shall rest with the Engineer. In the event the uncompacted, rain-wetted mixture exceeds the specified moisture content tolerance,the Contractor shall reconstruct at his/her expense the portion affected. All material along the longitudinal or transverse construction joints not properly compacted shall be removed and Renton Municipal Airport P-301-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications J 12/2011 AC 150/5370-1OF (NOTICE F-1) replaced, at the Contractor's expense, with properly moistened and mixed soil-cement compacted to specified density. 301-4.11 SURFACE TESTS. The finished surface shall not vary more than 3/8 inch when tested with a 16-foot straightedge (provided by Contractor) applied parallel with, or at right angles to, the longitudinal axis of the pavement. Any variations in excess of this tolerance shall be corrected by the Contractor, at his/her own expense, and in a manner satisfactory to the Engineer. 301-4.12 THICKNESS. The thickness of the soil-cement base course shall be determined from measurements of cores drilled from the finished base or from thickness measurements at holes drilled in the base at intervals so that each test shall represent no more than 300 square yards. The average thickness of the base constructed during one day shall be within 1/2 inch of the thickness shown on the plans, except that the thickness of any one point may be within 3/4 inch of that shown on the plans. Where the average thickness shown by the measurements made in one day's construction is not within the tolerance given, the Engineer shall evaluate the area and determine if, in his/her opinion, it shall be reconstructed at the Contractor's expense or the deficiency deducted from the total material in place. 301-4.13 MAINTENANCE. The Contractor shall be required to maintain, at his/her own expense, the entire base course within the limits of his/her contract in a condition satisfactory to the Engineer from the time he starts work until all the work has been completed. Maintenance shall include immediate repairs of any defects that may occur either before or after the cement is applied. The work shall be done by the Contractor at his/her own expense and repeated as often as necessary to keep the area intact at all times. Repairs shall be made in a manner that will insure restoration of a uniform surface and the durability of the part repaired. Faulty work must be replaced for the full depth of treatment. Any low areas shall be remedied by replacing the material for the full depth of treatment rather than by adding a thin layer of soil-cement to the completed work. METHOD OF MEASUREMENT 301-5.1 The quantity of soil-cement base course to be paid for shall be the number of square yards of completed and accepted base course. This price shall include Portland cement. BASIS OF PAYMENT 301-6.1 Payment shall be made at the contract unit price per square yard for soil-cement base course. This price shall be full compensation for furnishing all materials, including Portland cement, and for all preparation, delivering,placing, and mixing of these materials; and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item P-301-6.1 Soil-Cement Base Course—per square yard Renton Municipal Airport P-301-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) TEST REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM D 558 Moisture-Density Relations of Soil-Cement Mixtures ASTM D 559 Wetting-and-Drying Tests of Compacted Soil-Cement Mixtures ASTM D 560 Freezing-and-Thawing Tests of Compacted Soil-Cement Mixtures ASTM D 1556 Test for Density of Soil In-Place by the Sand Cone Method ASTM D 1557 Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil/Aggregate by Nuclear Methods AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 150 Portland Cement ASTM D 977 Emulsified Asphalt ASTM D 202 Cutback Asphalt ASTM D 239 Cationic Emulsified Asphalt END OF ITEM P-301 Renton Municipal Airport P-301-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without natural sand or other inert finely divided mineral aggregate. The portion of combined materials retained on the No. 4 sieve is coarse aggregate. The portion of combined materials passing the No. 4 sieve and retained on the No. 200 sieve is fine aggregate, and the portion passing the No. 200 sieve is mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 8 percent, or the magnesium sulfate soundness loss shall not exceed 10 percent, after five cycles, when tested in accordance with ASTM C 88. Clay lumps and friable particles shall not exceed 0.3 percent by weight when tested in accordance with ASTM C 142. Aggregate shall contain at least 70 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than a total of 8 percent, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D 4791 with a value of 5:1. Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot when tested in accordance with ASTM C 29. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Renton Municipal Airport P-401-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF OTICE F-1 Clay lumps and friable particles shall not exceed 0.3 percent by weight when tested in accordance with ASTM C-142. Natural nonmanufactured sand may be used to obtain the gradation of the aggregate blend or to Na ( ) Y �' produce to adjusted improve the workability of the mix. The amount of sand to be added will be ad� p mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15 percent natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than 6 and q p Y a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. The aggregate shall have sand equivalent values of 40 or greater when tested in accordance with ASTM D 2419. c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 401-2.3 BITUMINOUS MATERIAL. The bituminous material shall conform to the requirements of AASHTO M320 performance graded binder designation PG 64-22. A certificate of compliance from the manufacturer must be included with the mix design submittal. The binder(RTFO) aged residue shall be tested in accordance with AASHTO T 301 for Elastic Recovery tested at 25 degrees C. The recovery shall be 50 percent minimum. The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. The local state DOT agency certification program for performance-graded asphalt suppliers may used if approved by the Engineer. 401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear. (2) Soundness. (3) Unit weight of slag. (4) Percent fractured faces. b. Fine Aggregate. (1) Liquid limit. (2) Plasticity index. (3) Sand equivalent. Renton Municipal Airport P-401-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) c. Mineral Filler. d. Bituminous Material. Test results for bituminous material shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401-2.5 ANTI-STRIPPING AGENT. Any anti-stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of well-graded aggregate, filler and anti-strip agent if required, and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula(JMF). 401-3.2 JOB MIX FORMULA. No.bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The bituminous mixture shall be designed using procedures contained in Chapter 5, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete, sixth edition, except ASTM D 6926 and ASTM D 6927 shall be used. The manual hammer in ASTM D 6926 shall be used for the mix design procedure. The Owner's quality assurance lab will run a job mix formula, at the Owner's expense, parallel to that produced by the Contractor's lab. The Contractor shall provide duplicate material samples, recommended target gradation, and anticipated oil content to both his own lab and the quality assurance lab. The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 401-5.2b. The criteria are based on a production process which has a material variability with the following standard deviations: Stability(lbs.) = 2701bs. Flow (0.01 inch) = 1.5 inches Air Voids = 0.65 percent Renton Municipal Airport P-401-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets shall be based on a stability greater than shown in Table 1, and the flow and air voids shall be targeted close to the mid-range of the criteria in order to meet the acceptance requirements. Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D 4867, shall not be less than 75. Anti-stripping agent shall be added to the asphalt, as necessary, to produce a TSR of not less than 75. If an antistrip agent is required, it will be provided by the Contractor at no additional cost to the Owner. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of paving operations and shall include as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. c. Asphalt performance, viscosity or penetration grade, and type of modifier if used. d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. L Compaction temperature. g. Temperature of mix when discharged from the mixer. h. Temperature-viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures. L Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. k. Percent natural sand. 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). Renton Municipal Airport P-401-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications I 12/2011 AC 150/5370-10F (NOTICE F-1) o. Antistrip agent (if required). p. Date the job mix formula was developed. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the job mix formula requirements specified in Tables 1, 2, and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate job mix formula and the results of job mix formula verification testing must be submitted for each mix. The job mix formula for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be submitted within 10 days and approved by the Engineer in writing before the new material is used. After the initial production job mix formula has been approved by the Engineer and a new or modified job mix formula is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified job mix formula will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified job mix formula. Table 1. Marshall Design Criteria. TEST PROPERTY Pavements Designed for Aircraft Gross Weights of 60,000 Lbs. or More or Tire Pressures of 100 PSI or More Number of blows 75 Stability, pounds minimum 2150 Flow, 0.01 in. 10-16 Air voids (percent) 2.8-4.2 Percent voids in mineral aggregate, See Table 2 minimum Table 2. Minimum Percent Voids in Mineral Aggregate. Minimum Voids in Maximum Particle Size Mineral Aggregate in. mm Percent 1/2 12.5 15 3/4 19.0 14 1 25.0 13 1-1/4 31.75 12 Renton Municipal Airport P-401-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and C 117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa,but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3 except for the top three sieve sizes for each aggregate gradation product starting at the 100 percent passing band. The maximum size aggregate used shall not be more than one-half of the thickness of the course being constructed except where otherwise shown on the plans or ordered by the Engineer. The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No. 2 (MS-2), Chapter 3. Table 3. Aggregate -Bituminous Pavements. Sieve Size Percentage by Weight Passing Sieve 3/ in. 100 '/2 in. 78-95 % in. 64-88 No. 4 44-68 No. 8 30-53 No. 16 20-40 No. 30 14-30 No. 50 8-21 No. 100 6-14 No. 200 3-6 Asphalt percent Stone or gravel 5.0-7.5 Slag 6.5-9.5 401-3.3 RECYCLED ASPHALT CONCRETE.Not permitted on this project. 401-3.4 TEST SECTION. Two weeks prior to full production paving, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula,.and construct a test section. The amount of mixture shall be sufficient to construct a test section at least 300 Renton Municipal Airport P-401-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) feet long and 25 feet wide, placed in two lanes,with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint is defined as a construction joint where the first mat surface temperature is less than 185 degrees F. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5.1 and 401-6.3. The test section shall be divided into equal sublots. As a minimum, the test section shall consist of 3 sublots. The test section shall be considered acceptable if; 1) stability, flow,mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and 3) the voids in the mineral aggregate are within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation,placing procedures, and/or rolling procedures shall be made. The initial first test section shall be removed at the Contractor's expense.and a second test section shall then be placed. If the second test section does not meet specification requirements, the section shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the test section that meets specification requirements shall be made in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula. It should be recognized that the aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix using plant-produced aggregates. Specimens shall be prepared and the optimum bitumen content determined in the same manner as for the original design tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401-6.1 through 6.6, has been approved, in writing,by the Engineer. 401-3.5 TESTING LABORATORY. The Contractor's laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666, including the requirement to be accredited by a national authority, such as the National Voluntary Laboratory Accreditation Program (NVLAP), American Association for Laboratory Accreditation (AALA), or AASHTO Accreditation Program (AAP). Laboratory personnel shall meet the requirements of Technical Provision A-103. A certification signed by the manager of the laboratory stating that it meets Renton Municipal Airport P-401-7 TW B System Rehabilitation—North Portion Reconstruction & Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) these requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: a. Qualifications of personnel (laboratory manager, supervising technician, and testing technicians). b. A listing of equipment to be used in developing the job mix. c. A copy of the laboratory's quality control system. d. Evidence of participation in the AASHTO Materials Reference Laboratory(AMRL) program. e. ASTM D 3666 certification of accreditation by a nationally recognized accreditation program. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Base Temperature Limitations. Mat Thickness Base Temperature (Minimum) Deg. F 3 in. or greater 40 Greater than 1 in. 45 but less than 3 in. 1 in. or less 50 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes: a. Requirements for all plants include: (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. In lieu of scales, and as approved by the Engineer, asphalt mixture weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the Renton Municipal Airport P-401-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) total paving mixture. Contractor must furnish calibration certification of the weighing system prior to mix production and as often thereafter as requested by the Engineer. (2) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (3) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge and storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: a. The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. b. The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the mixture due to temporary storage, no temporary storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. Material Transfer Machines: Material transfer machines shall be used for placing the surface course. The transfer machine shall have sufficient capability to handle enough bituminous material to allow the paver to obtain a uniform spreading operation. The transfer machine shall remix the material. Transfer machines shall have the capability of discharging material from the side in order to maintain a fresh tack coat. 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of bituminous plant mix material that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segregation. The screed shall effectively produce a Renton Municipal Airport P-401-9 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor-directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski-type device of not less than 30 feet in length. b. Taut stringline (wire) set to grade. c. Short ski or shoe. d. Laser control. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. Prior to the start of construction, the Contractor shall submit in writing to the Engineer a paving grade control plan detailing the Contractor's proposed methods to control grades during the paving operations. Asphalt paving shall not begin until the paving grade control plan has been approved by the Engineer. Automatic grade controls will be required, unless otherwise directed by the Engineer. The Contractor shall employ a continuous, systematic method of survey on every pavement lift in order to ensure conformance with design grades and depths. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic-tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at its own expense. The use of equipment that causes crushing of the aggregate will not be permitted. Renton Municipal Airport P-401-10 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 4 12/2011 AC 150/5370-1OF (NOTICE F-1) Nuclear Densometer. The Contractor shall have on site a nuclear densometer during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the nuclear densometer and obtain accurate density readings for all new bituminous concrete. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles,but shall not exceed 325 degrees F,unless otherwise required by the manufacturer. 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350 degrees F when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor,based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mixtures upon discharge shall not exceed 0.5 percent. 401-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with P-603. 401-4.10 LAYDOWN PLAN, TRANSPORTING, PLACING,AND FINISHING. Prior to the placement of the bituminous mixture, the Contractor shall prepare a laydown plan for Renton Municipal Airport P-401-11 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp location(s), and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (i.e.,milling,paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. For all runway, taxiway and apron pavements, Contractor shall use a stringline to place each lane of each lift of bituminous surface course. However, at the Contractor's option, Contractor shall use stringline for first lift of bituminous surface course and then survey the grade of that lift. Provided grades of that lift of bituminous surface course meet the tolerances of paragraphs 401- 5.2b(5), then Contractor may place successive lifts of bituminous surface course using a long ski, or laser control per paragraph 401-4.4. However, Contractor shall survey each lift of bituminous surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(5)before the next lift can be placed without a stringline. If the grades of a single lot do not meet the tolerances of 401-5.2b(5), then the Contractor shall use a stringline for each entire lift. Corrective action in paragraph 401-5.2b(5) applies to the final lift of surface course; however, for multiple lift construction, the Contractor shall correct to ensure the thickness of the final lift meets the requirements of 401-5.2b(3). Through vertical curves, stringline supports shall be set at a frequency to eliminate the detection of grade breaks in the ride of the finished pavement surface profile. Paving during nighttime construction shall require the following: a: All paving machines, rollers, distribution trucks,and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty(20) horizontal foot candles and maintained in the following areas: (1)An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. (2)An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3)An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. Renton Municipal Airport P-401-12 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) c. As partial fulfillment of the above requirements, the Contractor shall furnish and use complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. In addition, the Contractor shall furnish a sufficient amount of portable floodlights to adequately illuminate the work area. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non-payment bituminous concrete, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. The initial placement and compaction of the mixture shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250 degrees F. Edges of existing bituminous pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and painted with bituminous tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum Renton Municipal Airport P-401-13 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F.(NOTICE F-1) of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times,be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches,be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any mixture that becomes loose and broken, mixed with dirt, contains check-cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal and transverse joints that are irregular, damaged, uncompacted, or otherwise defective or whose surface temperature has cooled to less than 1850 F shall be cut back (3 to 6 inches) to expose a clean, sound surface for the full depth of the course prior to placing any fresh mixture against the joint. Wheel cuts should be made by the end of the work shift if that provides for a truer cut. All contact surfaces shall be cleaned and dry prior and given a tack coat Renton Municipal Airport P-401-14 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) of bituminous material prior to placing any fresh mixture against the joint. The cost of this work and tack coat shall be considered incidental to the cost of the bituminous course. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The joint shall be clean and dry prior to applying the P-603 Tack Coat. All final joints and sawcuts shall be surface-sealed per WSDOT Standard Specifications Section 5-05.3(8)B, using a hot-poured joint sealant conforming to WSDOT Standard Specification Section 9-04.2(1), such as AR-4000 or equivalent. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests will meet the requirements of ASTM D 3666. Field or permanent laboratories performing the testing at the project or plant site will be considered to meet ASTM D 3666 provided all testing personnel,laboratory equipment, and laboratory supervision are from an ASTM D 3666 accredited branch. a. Plant-Produced Material. Plant-produced material shall be tested for stability, flow, and air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D 979. A lot will consist of: • one day or shift's production not to exceed 2,000 tons, or • a half day or shift's production where a day's production is expected to consist of between 2,000 and 4,000 tons so no lot exceeds 2000 tons, or • similar subdivisions for tonnages over 4,000 tons so no lot exceeds 2000 tons. Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. Samples will be taken in accordance with ASTM D 979. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 6926, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The manual hammer in ASTM D 6926 shall be used. Mechanical hammers may be used if they are calibrated to the same manual hammer density by varying the number of blows and for each specific mix. Renton Municipal Airport P-401-15 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not less than 30 minutes or more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the job mix formula. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 6927. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Samples will be taken in accordance with ASTM D 979. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory-prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D 2041, Type C, D, or E container. The ASTM D 2041 test shall be performed at 25 degrees C, +/-1 degree. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. Voids in Mineral Aggregate (VMA) will be calculated one time for each sublot. The bulk specific gravity for the aggregate can be used unless more current test data is available. The results will be used for quality control. (3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. b. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. A lot will consist o£ • one day or shift's production not to exceed 2,000 tons, or • a half day or shift's production where a day's production is expected to consist of between 2,000 and 4,000 tons so no lot exceeds 2000 tons, or • similar subdivisions for tonnages over 4,000 tons so no lot exceeds 2000 tons. (1) Mat Density. The lot shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Mat cores shall not be taken closer than one foot from a transverse or longitudinal joint. Renton Municipal Airport P-401-16 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) (2) Joint Density. The lot shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. All coring shall be centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. (3) Sampling. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The minimum diameter of the sample shall be five inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or ASTM D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, determined as follows: 1 (a) Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis,,in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 6926, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the t, same sample increment. The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not less than 30 minutes or more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the job mix formula. The manual hammer in ASTM D 6926 shall be used. Mechanical hammers may be used if they are calibrated to the same manual hammer density by varying the number of blows and for each specific mix. 1 (b) The bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory-prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing pavement density. (c) The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (d) Voids in Mineral Aggregate (VMA) will be calculated one time for each sublot. The bulk specific gravity for the aggregate will be used unless more current test data is available. The results will be used for quality control. Renton Municipal Airport P-401-17 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) (5) Acceptance. Acceptance of field placed material for mat and joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. c. Partial Lots—Plant-Produced Material. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the - number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, i.e., n= 5 or n= 6, for example. Partial lots at the end of asphalt production on r the project shall be included with the previous lot. d. Partial Lots—Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, i.e., n = 3. 401-5.2 ACCEPTANCE CRITERIA. ` a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement and test results: (1) Stability (2) Flow (3) Air voids (4) Mat density (5) Joint density (6) Thickness (7) Smoothness (8) Grade Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 401-5.2b(2). Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(6). r Renton Municipal Airport P-401-18 TW B System Rehabilitation–North Portion Reconstruction&Airfield Signage Modifications , 12/2011 AC 150/5370-1OF (NOTICE F-1) The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance Criteria. (1) Mat Density and Air Voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment shall be determined in accordance with paragraph 401-8.1. (2) Stability and Flow. Acceptance of each lot of plant produced material for stability and flow shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL ' is below 80 percent, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the mix are made (3) Joint Density. Acceptance of each lot of plant produced material for joint density shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot is equal to or exceeds 90 percent, the lot shall be considered acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80 percent, the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71 percent, the pay factor for the lot used to complete the joint shall be reduced by 5 percentage points. This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401-8.1. (4) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/ inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense,may take additional cores as approved by the Engineer to circumscribe the deficient area. 1 (5) Smoothness. The final surface shall be free from roller marks. The finished surfaces of each course of the pavement, except the finished surface of the final course, shall not vary more than% inch when evaluated with a 16 foot straightedge (provided by the Contractor). f Renton Municipal Airport P-401-19 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) The finished surface of the final course of pavement shall not vary more than % inch when evaluated with a 16 foot straightedge. The lot size shall be 2,000 square yards. Smoothness measurements shall be made at 50 foot intervals and as determined by the Engineer. In the longitudinal direction, a smoothness reading shall be made at the center of each paving lane. In the transverse direction, smoothness readings shall be made continuously across the full width of the pavement. However, transverse smoothness readings shall not be made across designed grade changes. At warped transition areas, straightedge position shall be adjusted to measure surface smoothness and not design grade transitions. When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area to the depth of the course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course i thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yards. Areas in excess of 15 square yards will require removal and replacement of the pavement in accordance with the limitations noted above. (6) Grade. Grade shall be evaluated following the first day of placement and then _r every 5 days or less so adjustments can be made to paving operations if measurements do not meet specification requirements. The finished surface of the pavement shall not vary from the gradeline elevations and cross sections shown on the plans by more than %2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely(not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards. When more than 25 percent of all the measurements within a lot are outside the specified tolerance, or if any one + shot within the lot deviates 3/ inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yards. The surface of the ground pavement shall have a texture consisting of f grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Areas in excess of 15 square yards will require removal and replacement of the pavement in accordance with the limitations noted above. c. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. t � Renton Municipal Airport P-401-20 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. Table 5. Marshall Acceptance Limits for Stability, Flow,Air Voids, and Density Pavements Designed for Aircraft Gross Weights TEST PROPERTY 60,000 Lbs. or More or Tire Pressures of 100 psi or More Number of Blows 75 Specification Tolerance L U Stability, minimum (pounds) 1800 - Flow, 0.01-inch 8 18 Air Voids Total Mix (%) 2 5 Mat Density (%) 96.3 Base Course Mat Density (%) 95.5 - Joint density (%) 93.3 - The criteria in Table 5 are based on production processes which have a variability with the following standard deviations: Surface Course Mat Density(%), 1.30 Base Course Mat Density(%), 1.55 Joint Density(%), 2.1 The Contractor should note that (1)90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98 percent with 1.30 percent or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5 percent with 1.55 percent or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96 percent with 2.1 percent or less variability. 401-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.lb and 401-5.2b(1). Only one resampling per lot will be t permitted. Renton Municipal Airport P-401-21 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) (1) A resampling shall include the same number of samples originally taken for the lot (i.e., if n=4 originally, an additional 4 samples will be taken). (2) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot_plus the retests. (3) 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 shall be used for the acceptance of that lot in accordance with Paragraph 401-5.2. 401-5.4 LEVELING COURSE. If applicable to the project, the leveling course is the first thin or first variable thickness lift of an overlay placed prior to all upper lifts. The leveling course shall not exceed a nominal thickness of 1-1/2 inches. The leveling course shall be compacted with the same degree of effort used to achieve density of the test section. A 401 pavement course used for truing and leveling shall meet the requirements of paragraph 401-3.2. If, in the opinion of the Engineer, the course is by necessity too thin or too variable to yield targeted density results, the course shall not be subject to the density requirements of paragraphs 401-5.1. CONTRACTOR QUALITY CONTROL r 401-6.1 GENERAL. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3, including but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning L Mixing and Transportation g. Placing and Finishing ` h. Joints L Compaction j. Surface Smoothness k. Personnel 1. Laydown Plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to r demonstrate an acceptable level of performance. Renton Municipal Airport P-401-22 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 401-6.2 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory meeting the requirements of paragraph 401-3.5 located at the plant or job site. The Contractor shall provide the Engineer with certification stating that all of the testing equipment to be used is properly calibrated and will meet the specifications applicable for the specified test procedures. 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The Contractor's 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. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D 6307. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per-lot from mechanical analysis of extracted aggregate in accordance with ASTM D 5444 and ASTM C 136 (Dry Sieve). c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461 or AASHTO T110. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture ` at the plant, and the mixture at the job site. The mat edge temperatures shall be checked frequently in order to identify cold joints. f. In-Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is Renton Municipal Airport P-401-23 TW B System Rehabilitation-North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated by the acceptance laboratory and monitored by the QC laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: r CONTROL CHART LIMITS FOR INDIVIDUAL r MEASUREMENTS ' Sieve Action Limit Suspension Limit 3/ inch 0% 0% %2 inch f6% ±9% % inch f6% ±9% No. 4 f6% ±9% No. 16 f5% ±7.5% No. 50 f3% f4.5% No. 200 f2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n=2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n= 3 and by 1.27 for n=4. 1 Renton Municipal Airport P-401-24 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) CONTROL CHART LIMITS BASED ON RANGE Based on n =2) Sieve Suspension Limit 1/2 inch 11 percent % inch 11 percent No. 4 11 percent No. 16 9 percent No. 50 6 percent No. 200 3.5 percent Asphalt Content 0.8 percent c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 401-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily. ti METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 401-8.1 PAYMENT. Payment for a lot of bituminous concrete pavement shall be made at the contact unit price per ton for bituminous mixture adjusted according to paragraph 401-8.1 a, subject to the limitation that: The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons of bituminous mixture used in the accepted work (See Note 1 under Table 6). The price shall be compensation for furnishing all materials, for all preparation,mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to I complete the item. Renton Municipal Airport P-401-25 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100 percent. Table 6. Price Adjustment Schedule 1 Percentage of Material Within Lot Pay Factor Specification Limits (PWL) (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 1 Although it is theoretically possible to achieve a pay factor of 106 percent for each lot, actual payment above 100 percent shall be subject to the total project , payment limitation specified in paragraph 401-8.1. 2 The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 401-8.1. Payment in excess of 100 percent for accepted lots of bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment will be made under: Item P-401-8.1 Bituminous Surface Course—per ton TESTING REQUIREMENTS ASTM C 29 Bulk Density("Unit Weight") and Voids in Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing Renton Municipal Airport P401-26 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications - 12/2011 AC 150/5370-1OF (NOTICE F-1) ASTM C 127 Specific Gravity and Absorption of Coarse Aggregate ASTM C 131 Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling and the Amount of Testing of Hydraulic Cement ASTM C 566 Total Evaporable Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 979 Sampling Bituminous Paving Mixtures ASTM D 995 Mixing Plants for Hot-Mixed Hot-Laid Bituminous Paving Mixtures ASTM D 1073 Fine Aggregate for Bituminous Paving Mixtures ASTM D 1188 Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Estimating Degree of Particle Coating of Bituminous-Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Methods ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 3665 Random Sampling of Construction Materials ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials i ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils Renton Municipal Airport P-401-27 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) ASTM D 4791 Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D 5444 Mechanical Size Analysis of Extracted Aggregate ASTM D 6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D 6926 Preparation of Bituminous Specimens Using MARSHALL Apparatus ASTM D 6927 MARSHALL Stability and Flow of Bituminous Mixtures ASTM E 11 Wire-Cloth Sieves for Testing Purposes ASTM E 178 Dealing with Outlying Observations ASTM E 1274 Measuring Pavement Roughness Using a Profilograph r AASHTO T 30 Mechanical Analysis of Extracted Aggregate AASHTO T 110 Moisture or Volatile Distillates in Bituminous Paving Mixtures The Asphalt Institute's Manual No. 2 (MS-2) Mix Design Methods for Asphalt Concrete I MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Penetration Graded Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity-Graded Asphalt Cement for Use in Pavement Construction ASTM D 4552 Classifying Hot-Mix Recycling Agents AASHTO M320 Performance Graded Asphalt Binder END OF ITEM P-401 i Renton Municipal Airport P-401-28 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer. Table 1. Bituminous Material. Type and Grade Specification Application Temperature Deg. F Emulsified Asphalt CSS-1 ASTM D 2397 75-130 CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 °F. The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped,maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gauges, volume-measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the owner. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. Renton Municipal Airport P-603-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or air blast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.10 gallons per square yard. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character,must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated b service tests shall be acceptable. Y � p The Contractor shall furnish the vendor's certified test reports for each lot of bituminous material. The Engineer may use the local state DOT agency supplier certification program for approval instead of the test reports. The certifications shall not be interpreted as a basis of final acceptance. Samples may be taken and tested for verification by the Engineer when material is delivered to the site. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used y in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT .603-4.1 The bituminous material for tack coat shall be measured by the ton. Volume shall be corrected to the volume at 60 °F in accordance with Table IV 3 of the Asphalt Institute's Manual MS 6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. - Renton rP Municipal Airport P-603-2 p TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications I, 12/2011 AC 150/5370-10F (NOTICE F-1) BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per ton of bituminous 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 Bituminous Tack Coat-per ton MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables ASTM D 2028 Cutback Asphalt (Rapid-Curing Type) ASTM D 2397 Cationic Emulsified Asphalt Asphalt Institute Manual Asphalt Pocketbook of Useful Information (Temperature- MS-6 Table IV-3 Volume Corrections for Emulsified Asphalts) END OF ITEM P-603 Renton iP Municipal Airport P-603-3 p TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain structural Portland Cement Concrete (PCC),prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit-run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. a. Reactivity. Aggregates shall be tested for deleterious reactivity with alkalis in the cement, which may cause excessive expansion of the concrete. Separate tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 28 days (30 days from casting), the coarse or fine aggregates shall be accepted. If the expansion of any aggregate, coarse or fine, at 28 days is greater than 0.10%, tests of combined materials shall be made in accordance with ASTM C 1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, does not exceed 0.10 % at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10 % at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. Renton Municipal Airport P-610-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: Table 1. Gradation for Coarse Aggregate. Sieve Designation Percentage by Weight Passim Sieves _ (square openings) 2" 1-1/2" 1" 3/4" 1 1/2" 3/8" No. 4 No. 4 to 3/4 in. 100 90-100 20-55 0-10 No. 4 to 1 in. 100 90-100 25-60 0-10 No. 4 to 1-1/2 in. 100 95-100 35-70 10-30 0-5 Table 2. Gradation for Fine Aggregate. Sieve Designation Percentage by Weight (square openings) Passing Sieves 3/8 in 100 No. 4 95-100 No. 16 45-80 No. 30 25-55 No. 50 10-30 No. 100 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5 percent and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. - 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 - Type I, or II. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. Renton Municipal Airport P-610-2 TW B System Rehabilitation North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalis, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be flyash or raw or calcined natural pozzolans meeting the requirements of ASTM C 618, Class F or N with the exception of loss of ignition, where the maximum shall be less than 6 percent. Class F or N flyash for use in mitigating alkali-silica reactivity shall have a Calcium Oxide (CaO) content of less than 13 percent and a total equivalent alkali content less than 3 percent. Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C 494, Type A, water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be added at the mixer separately from air-entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1752. 610-2.8 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the I followin g specifications: ecifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane-Forming Compounds for Curing ASTM C 309, Type 2 Concrete CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor,materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor,which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as Renton Municipal Airport P-610-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-IOF"(NOTICE F-1) to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5 percent of entrained air,plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 in as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. All quality control/acceptance testing shall be performed by a laboratory hired by the Contractor. The laboratory shall be accredited by a nationally recognized authority for all types of testing required within this specification. Testing results shall be furnished daily to the Engineer for determination of acceptance. Concrete will be accepted on the basis of the compressive strength specified in paragraph P-610-3.2. The concrete shall be sampled and tested at a frequency of 2 cylindrical test specimens for each day of concrete delivery to the project site. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. 610-3.4 PROPORTIONING AND MEASURING DEVICES.When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 °F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 °F or more than 100 °F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. Renton Municipal Airport P-610-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non-staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until _ tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.10 PLACING CONCRETE.All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 ft, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.11 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps,keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the Renton Municipal Airport P-610-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-IOF (NOTICE F-1) hardened concrete shall be cleaned by a heavy steel broom,roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.12 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.13 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.14 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. i 610-3.15 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.16 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.17 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 °F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 °F and 100 °F. Renton Municipal Airport P-610-6 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds of Type 1 or more than 1.6 pounds of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework,heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50 °F until at least 60% of the designed strength has been attained. 610-3.18 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete is incidental to the bid. BASIS OF PAYMENT 610-5.1 Portland cement concrete shall not be paid for directly but shall be considered a subsidiary obligation of the Contractor covered under other pay items. TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density(Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) F Renton Municipal Airport P-610-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F 71) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready-Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air-Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete END OF ITEM P-610 Renton Municipal Airport P-610-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne in accordance with the requirements of Federal Specification TT-B-1325D, Type 1. Paint shall be furnished in Yellow 33538 or 33655 in accordance with Federal Standard No. 595. a. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35 °F without"any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non-reflectorized black border. (2) Graded Glass Beads. (a) The material must contain a minimum of thirty percent (30%) intermixed graded glass beads by weight. The intermixed beads shall conform to Federal Specification TT-B-1325D, Type I, Gradation A. (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 1 lb. (± 10%) per 10 sq. ft. These factory-applied coated surface beads shall have a minimum of 90%true spheres, minimum refractive index of 1.50, and meet the following gradation. Renton Municipal Airport P-620-1 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) Size Gradation US Retained, µm % passing, Mesh 12 1700 0 - 2% 98 - 100% 14 1400 0 - 3.5% 96.5 - 100% 16 1180 2 - 25% 75 - 98% 18 1000 28 - 63% 37 - 72% 20 850 63 - 72% 28 - 37% 30 600 67 - 77% 23 - 33% 50 300 89 - 95% 80 200 97 - 100% 0 - 3% (3) Heating Indicators. The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post-application visual cue that the installation procedures have been followed. (4) Pigments. Percent by weight. (a) White: Titanium Dioxide,ASTM D 476, type II shall be 10 percent minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 1 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium,halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. .(6) Daylight Directional Reflectance. (a) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: Renton Municipal Airport P-620-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (7) Skid Resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental Resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E1710. (11) Packaging. A protective film around the box must be applied in order to protect the material from rain or premature aging. (12) Manufacturing Control and ISO Certification. The manufacturer must be ISO 9001:2000 certified and provide proof of current certification. The scope of the certification shall include manufacture of reflective markings. a. The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross-sectional area. The markings must be resistant to the, detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, de-icers, anti- icers,protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. b. The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per FAA AC 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. c. Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 ft. long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. Renton Municipal Airport P-620-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) d. The marking material must set up rapidly, permitting the access route to be re-opened to traffic a maximum of 15 minutes after application. e. The marking material shall have an integral color throughout the thickness of the marking material. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT-B-1325D, Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620 73.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F and rising and the pavement surface temperature is at least 5 °F above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. Markings to receive glass beads include the following: 1. All taxiway centerline markings. 2. Geographical position marking. 3. Surface painted signs. 4. Taxiway edge markings. 5.Non-movement Area boundary markings. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the Renton Municipal Airport P-620-4 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 in or less ±1/2 in greater than 36 in to 6 ft ± 1 in greater than 6 ft to 60 ft ±2 in greater than 60 ft f 3 in The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 115 square feet per gallon. The addition of thinner will not be permitted. A period of 24 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. An initial light application of paint shall be applied at 33 percent of the application rate. A period of 30 days shall elapse between placement of the initial light paint application and the second application of paint, unless otherwise directed by the Engineer. The second application of paint shall be at the full application rate of 115 square feet per gallon. Glass beads shall not be applied to the initial paint application. Glass beads shall only be applied to a second paint application and shall be distributed.immediately after application of the paint. Glass beads shall be applied at the rate of 7 pounds per gallon of 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 not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 APPLICATION--PREFORMED AIRPORT PAVEMENT MARKINGS. Asphalt and Portland Cement. To ensure minimum single-pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 ft and a free span between supporting wheels of no less than 18 ft. The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches wide linear segments in the direction of heater travel must be within 5 percent of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35 °F without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement Renton Municipal Airport P-620-5 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by- products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. Any existing paint markings damaged, covered up, or permanently obscured as a result of the Contractor's operations, that are not identified to be repainted as part of this contract, shall be repainted as directed by the Engineer, at no additional cost to the City. 620-3.8 PAINT REMOVAL. The removal of paint shall be accomplished by water blasting or a method approved by the Engineer. Paint removal shall not damage the existing pavement, shall not create a FOD hazard to aircraft, and shall restore clear and acceptable visual contrast between pavement and new marking. Damage of existing pavement is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of off site, in compliance with applicable state, local, and federal requirements. METHOD OF MEASUREMENT 620-4.1 The quantity of pavement marking and pavement marking removal to be paid for shall be the number of square feet of pavement marking (including glass beads) and pavement marking removal performed in accordance with the specifications and accepted by the Engineer. The number of square feet of pavement marking includes 2 applications of paint. The square foot quantity measured for pavement marking is defined by the physical area covered with paint, regardless of the number of coats applied to this area. The quantity of area painted shall not be counted or paid multiple times for each individual coat of paint applied to the same area. BASIS OF PAYMENT 620-5.1 Payment for pavement marking and removal shall be made at the respective contract price per square foot for pavement marking (including reflective media) and pavement marking removal. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. The pay item for pavement marking includes 2 applications per square foot of paint. Separate payment for the square foot quantity of each coat will not be made. The unit price per square foot of pavement marking includes both coats of paint. Renton Municipal Airport P-620-6 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications i 12/2011 AC 150/5370-1OF (NOTICE F-1) Payment will be made under: Item P-620-5.1 Thermoplastic Pavement Marking—per square foot Item P-620-5.2 Pavement Marking—per square foot Item P-620-5.3 Pavement Marking Removal—per square foot TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis,of Glass Sand ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No-Pick-Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic . Coatings by Falling Abrasive ASTM D 1213-54 (1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water-Exposure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141D/GEN Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal 40 CFR Part 60, Appendix A—Definition of Traverse Point Regulations Number and Location Renton Municipal Airport P-620-7 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-10F (NOTICE F-1) Code of Federal 29 CFR Part 1910.1200—Hazard Communications Regulations FED SPEC TT-B-1325'D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Paint, Traffic, Solvent Based Description (CID) A-A-2886B FED STD 595 Colors used in Government Procurement END OF ITEM P-620 Renton Municipal Airport P-620-8 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM P-622 AIRCRAFT TIEDOWN ANCHORS DESCRIPTION P-622-1.1 Aircraft tiedown anchors will conform to the details shown on the plans. Aircraft tiedown anchor removal shall be as shown on the demolition plans. CONSTRUCTION METHODS P-622-2.1 The tiedown anchors are to be installed in accordance with the details shown on the contract plans. This includes positioning the tiedown, pavement removal and excavation by a method approved by the Engineer,pouring and finishing the concrete, and painting the concrete with bituminous paint. P-622-2.2 Tiedown Anchor Removal. Tiedown anchors designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. The Contractor shall backfill with select backfill material (approved by the Engineer) and compact to 95 percent density. MEASUREMENT P-622-3.1 The number of tiedown anchors to be removed and tiedown anchors to be installed to be paid for will be the number of removed and installed tiedown anchors complete and accepted by the Engineer. PAYMENT P-622-4.1 Payment for tiedown anchor removal and installation will be made at the contract unit price for each tiedown anchor removed or installed by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all material, labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-622-4.1 Aircraft Tiedown Anchor, Type 1 —per each Item P-622-4.2 Aircraft Tiedown Anchor, Type 2—per each Item P-622-4.3 Aircraft Tiedown Anchor Removal—per each END OF ITEM P-622 Renton Municipal Airport P-622-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM T-902 SEEDING AND FERTILIZING DESCRIPTION T-902-1.1 EROSION CONTROL., Where indicated on the plans, notes, details, or where specified by the Engineer, after final grading has been completed, all cut and fill slopes and/or all graded or disturbed areas shall be hydroseeded or planted and protected from erosion in accordance with Sections 8-01 and 8-02 of the Washington State Department of Transportation "Standard Specifications for Road, Bridge, and Municipal Construction, 2012 (SSS)." MATERIALS T-902-2.1 SEED. The seed mix shall be a combination of endophyte treated or non-wildlife attractant fescues that perform well in poor soil conditions. The seed mix shall not contain species inappropriate for use in airport settings such as those identified in Table A-3 of the WSDOT Aviation Stormwater Design Manual. The rate of application shall be determined as part of the Contractor's submittal. The installation within the general infield area shall provide a composition, proportion, and quality required for a thorough coverage of the seeded area. Seed mixtures within biofiltration swales shall comply with King County's 2009 Surface Water Design Manual, Table 6.3.LC (Mix 1) and Table 6.3.1.D. The mixes shall consist of grass seeds, excluding foxtails or other undesirable materials for airport settings. The mixes shall be applied throughout the swale within the water quality treatment area at a minimum application rate of 80 pounds per acre. A horticultural or erosion control specialist shall be used to determine the appropriate seed specifications. T-902-2.2 MIXED FERTILIZER. A commercially prepared organic, nutrient-rich fertilizer of 16-16-16 shall be furnished. All fertilizer shall be premixed prior to bringing on the job. The fertilizer shall be applied at the rate of 250 pounds per acre. T-902-2.3 BONDED FIBER MATRIX. Bonded fiber matrix shall be applied at the rate of 3,000 pounds per acre. T-902-2.4 PLANT MATERIALS. Plant materials shall meet the requirements of SSS Section 9-14.6. CONSTRUCTION T-902-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying the hydroseed mixture, 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 the hydroseed mixture, the Contractor shall Renton Municipal Airport T-902-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil are loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy,barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of and the soil then scarified or otherwise loosened to a depth not less than 5 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. T-902-3.2 APPLICATION OF SEED, FERTILIZER,AND BONDED FIBER MATRIX. The seed, fertilizer, and bonded fiber matrix can be applied in one application provided that the fertilizer is placed in the hydroseeder tank no more than one hour prior to application. If applied hydraulically, a nontoxic tracer shall be added to facilitate visual inspection of seed. T-902-3.3 PAVEMENT REMOVAL AREAS. In areas of pavement removal, the underlying subgrade remaining after removal shall be mechanically loosened and the soil turned over prior to hydroseeding of these areas. The subgrade shall be loosened and turned over to a minimum depth of 12 inches or as directed by the Engineer. Loosening and turning over subgrade under pavement removal areas shall be incidental to hydroseeding and will not be paid for separately. T-902-3.4 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 water as necessary and/or as directed and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. It is required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3 percent of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. Any reseeding necessary to meet these requirements will be done at no additional cost to the Owner. T-902-3.5 PLANTING REQUIREMENTS. The Contractor shall prepare the planting area, lay out planting, and plant all plants in accordance with SSS Section 8-02.3. I Renton Municipal Airport T-902-2 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) MEASUREMENT T-902-4.1 The quantity of hydroseeding to be paid for shall be by the ground slope measure in acres of actual hydroseeding completed and accepted. Measurement and payment for hydroseeding will be made for all graded or disturbed areas within design grading and pavement removal limits. All disturbed areas outside design grading and pavement removal limits shall be hydroseeded at no cost to the Owner. Payment shall be made at the contract lump sum price for planting of plants adjacent to the generator pad. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary for planting area preparation, fine grading, planting,plant storage and protection; fertilizer, staking, cleaning, and water necessary to complete planting operations as specified. PAYMENT T-902-5.1 Payment will be made under: Item T-902-5.1 Hydroseeding—per acre Item T-902-5.2 Generator Pad Planting—per lump sum END OF ITEM T-902 Renton Municipal Airport T-902-3 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), and clay lumps or similar objects in the general infield area. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods 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. 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 percent or more than 20 percent as determined by the wet-combustion method (chromic acid reduction). There shall be not less than 20 percent or more than 80 percent of the material passing the 200 mesh sieve as determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 BIOFILTRATION SWALE SOIL AMENDMENT. In preparation for hydroseeding within the biofiltration swale area, 2 inches of well-rotted compost shall be tilled into 6 inches of native soil to prevent the compost from being washed out or creating a defined layer of different soil types that can prevent downward percolation of water. The compost shall not contain any sawdust, straw, green or under-composted organic matter, unsterilized manure, or toxic or otherwise harmful materials. The installation shall be in accordance with King County's 2009 Surface Water Design Manual, Section 6.3.1.2. 905-2.3 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in 905-2.1. Renton Municipal Airport T-905-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches 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. 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 properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Topsoil shall be secured off the airport site and the Contractor shall locate and obtain the supply, subject to Engineer approval. The Contractor shall notify the Engineer sufficiently in advance of operations so that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth directed. The topsoil shall be hauled to the work site and placed for spreading or spread as required. Any topsoil hauled to the work site 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 Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. Renton Municipal Airport T-905-2 TW B System Rehabilitation—North Portion Reconstruction&Airfield Signage Modifications 12/2011 AC 150/5370-1 OF (NOTICE F-1) METHOD OF MEASUREMENT 905-4.1 Topsoil obtained off the site shall be measured by the number of cubic yards of topsoil, and soil amendment within the biofiltration swale,measured in the conveyance vehicle. Truck tickets for topsoil shall be provided daily by the Contractor. Load volumes in the trucks hauling the topsoil will be verified by the Engineer. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard for topsoiling (obtained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-905-5.1 Topsoiling—per cubic yard TESTING MATERIALS ASTM C 117 Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 Renton Municipal Airport T-905-3 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications 12/2011 AC 150/5370-1OF (NOTICE F-1) ITEM T-909 HERBICIDE DESCRIPTION T-909-1.1 This section shall consist of herbicide for under paved areas. APPLICATION T-909-2.1 Under areas to be paved, the Contractor shall apply one application of a WSDOT- approved under pavement herbicide at the concentration and application rate recommended by the manufacturer of the product for under pavement herbicide. Under areas to be paved, the application shall be done immediately prior to the paving operation. The herbicide shall be applied uniformly in accordance with the manufacturer's recommendations and shall be applied by a licensed applicator. MATERIALS T-909-3.1 The materials to be used shall be registered for use under pavement in the State of Washington by the Washington State Department of Agriculture. The materials shall be ones that effectively combat the type of vegetation typically found within airport property. Before use, the Contractor shall receive from the Engineer approval of the materials to be used and proposed rates of application. The request for approval of the materials shall include the name of the material, state registration number, manufacturer, and proposed rate of application. MEASUREMENT T-909-4.1 The quantity of herbicide shall be per square yard. PAYMENT T-909-5.1 Payment for herbicide shall be made at the contract unit price per square yard. This price shall be full compensation for furnishing all material, labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item T-909-5.1 Under Pavement Herbicide—per square yard END OF ITEM T-909 Renton Municipal Airport T-909-1 TW B System Rehabilitation—North Portion Reconstruction &Airfield Signage Modifications