Loading...
HomeMy WebLinkAboutContract ■. Award Date: f v c CAG-03-037 Awarded to: -cli_r r i Cvn' 'Co- 0 �Y Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of MAU the Contract, Plans and Specifications N City of Renton Construction of: Renton Municipal Airport 2003 Taxiway, Lighting and Signing Improvements r A.I.P. No 3-53-0055-13 r r r City of Renton 1055 South Grady Way .. Renton WA 98055 General Bid Information: Ryan Plut 425-430-7372 Project Manager: Ryan Plut 425-430-7372 ® Printed on Recycled Paper NIP Award Date: CAG—03-037 Awarded to: +wr rrI �Y Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications � rro N .� City of Renton Construction of: Renton Municipal Airport 2003 Taxiway, Lighting and Signing Improvements A.I.P. No 3-53-0055-13 g . W/Z J\O OF WeSy�ti �y 36397 fillss� S T E��O 4NAL E 5��3/03 EXPIRES: 01127/ D$ City of Renton 1055 South Grady Way Renton WA 98055 r General Bid Information: Ryan Plut 425-430-7372 Project Manager: Ryan Plut 425-430-7372 ® Printed on Recycled Paper it .r CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS A. for the Renton Municipal Airport .r 2003 Taxiway, Lighting and Signing Improvements A A.I.P. No. 3-53-0055-13 W May 2003 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS a. ow CITY OF RENTON 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper ow UW Im TABLE OF CONTENTS g. SECTION I BIDDING INFORMATION Page Call for Bids 1.....2 Scope of Work 3 Vicinity Map Instruction to Bidders 4....13 Summary of Fair Practices Policy 14 Summary of Americans with Disabilities Act Policy 15 Bidders Checklist 16 .� Proposal Cover Sheet 17 Proposal 18....34 Bid Bond Form 35 .� Certification of Nonsegregated Facilities 36 Certification of Equal Opportunity Employment Report 37 aw Combined Affidavit & Certificate Form: Non-Collusion 38 Anti-Trust Claims 38 Minimum Wage Affidavit Form 38 Disadvantaged Business Enterprise Utilization 39 Letter of Intent 40 «W Buy American 41....45 Washington State Prevailing Minimum Hourly Wage Rates 46 ww SECTION II CONTRACT FORMS Contract 1.....5 Im Fair Practices Policy Affidavit of Compliance 6 Performance Bond 7.....8 Payment Bond 9...11 to Insurance Information Form 12 Insurance and Related Requirements 13....15 Endorsement 1 16 .. Certification for Federal-Aid Contracts 17 Certificate of Liability Insurance 18 No SECTION III CONTRACT CONDITIONS General Provisions 10 Definitions of Terms 1 ... 5 20 Proposal Requirements and Conditions 1 ... 4 30 Award and Execution of Contract 1 ... 2 W&H Pacific, Inc. 1:1ProjecWQty of Renton130669 2003 Airport Txwy 1mprlSpecs100010.DOC Renton Municipal Airport Table of Contents ,� i aw D-751 Manholes, Catch Basins, Inlets and Inspection Holes 1 ... 8 T-901 Seeding and Fertilizing 1 ... 6 .r Division 3 Concrete P-610 Structural Portland Cement Concrete » Division 16 Electrical 16010 Electrical General Requirements 1 ... 2 16200 Installation of REILs 1 ... 3 16511 Constant Current Regulators 1 ... 3 .r 16560 Airfield Lighting 1 ... 5 16970 Taxiway and Runway Signs 1 ... 4 L-108 Installation of Underground Cable for Airports 1 ... 10 .. L-110 Installation of Airport Underground Electrical Duct 1 ... 6 SECTION V APPENDIX Test Pit Logs Spill Prevention and Contingency Plan Stormwater Pollution Prevention Plan AC 150/5370-2E "Operational Safety on Airports During Construction" Construction Badge Request Form SECTION VI STANDARD DRAWINGS ` B001 Typical Utility Cover Adjustment for Pavement or Overlay B012 Catch Basin Type 1 B019 Varied Grate B020 Solid Locking Cover B020.1 Catch Basin Frame & Grate Details B020.2 Catch Basin Frame & Grate Details B027 Catch Basin Type 2 r W&H Pacific, Inc. bProjecWQty of Rentonk30669 2003 Airport Txwy ImprlSpecs100010.DOC Renton Municipal Airport Table of Contents No iii it iw rr iw it aw bw SECTION I ow BIDDING INFORMATION iw iw iw it CITY OF RENTON RENTON MUNICIPAL AIRPORT 2003 TAXIWAY,LIGHTING AND SIGNING IMPROVEMENTS A.I.P.NO: 3-53-0055-13 CALL FOR BIDS Sealed bids will be received until 2:30 p.m. May 27, 2003 at the City Clerk's office on the 7`h floor and will be opened and publicly read in conference room 521 on the 51' floor, Renton City Hall, 1055 South Grady Way. The work to be performed within 87 calendar days from the date of commencement under this contract shall include,but not be limited to: +rr 1. Reconstruction of Taxiways E and L. 2. Asphalt overlay of Taxiways A,G and H. .r 3. Construction of new hold aprons. 4. Installation of a new runway and taxiway lighting system. 5. Installation of new airport signing. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. «� Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $30.00 plus $2.64 Tax (Total #W $32.64) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Construction documents may be examined at local plan centers. Contact the Project Manager, Ryan am Plut at(425)430-7372 for a list of plan centers. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works to Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Ryan Plut, at 1055 South Grady Way, Renton, WA 98055 or(425)430-7372. +. Each prospective bidder is requested to attend a pre-bid conference to be held at 10:00 a.m. local time on May 20, 2003 at the Renton Municipal Airport in the Airport Maintenance Building at 790 West Perimeter Road. At this meeting, questions concerning the contract documents or proposed work will ON be discussed. Answers and clarifications will be in the form of written addenda to the contract and will be mailed to all prospective bidders. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must 4W accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. rr W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy Imp6SpecsDIDDING.DOC ar Renton Municipal Airport Bidding Information 1 +Ir .r, .r The award of the contract is subject to approval of the Federal Aviation Administration and availability of federal funding. Bonnie 1. Walton, City Clerk Published: Daily Journal of Commerce May 13th,May 20"' ir. .r r Ow go ow No W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 2 Ow CITY OF RLNTON .rr RENTON MUNICIPAL AIRPORT 2003 TAXIWAY,LIGHTING AND SIGNING IMPROVEMENTS A.I.P.NO: 3-53-0055-13 +r SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but ,,w not be limited to: 1. Reconstruction of Taxiways E and L. +r 2. Asphalt overlay of Taxiways A, G and H. 3. Construction of new hold aprons. r,. 4. Installation of a new runway and taxiway lighting system. 5. Installation of new airport signing system. A vicinity map of the project is shown on the following page. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. .r A total of 87 calendar days will be allowed for the completion of this project. rr No r go .r *a W&H Pacific, Inc. 1 IProjectslCify of Renton130669 2003 Airport Txwy ImprlSpecsIBIDDING DOC aw Renton Municipal Aitport Bidding Information 3 r rrr VICINITY MAP _ KE WASHINGTO RENTON •� MUNICIPAL Z AIRPORT m N N 8TH ST z a RF N Y NTON a a q S N 2ND S Al _ c T ow S 2ND ST 'P RENTON S 4TH ST aw No Sw GIFR, w AY 405 �. 167 we ww W �j b n ow mi DESIGNED BY. CHECKED BY. DRAWN BY.., >FIw APPROVED BY. C17Y OF RENTON �2 LAST EDIT.. PLOT DATE. oa oz os RENTON MUNICIPAL AIRPORT N DATE BY REVA REVISION CK'D APPR VICINITY MAP @�60 Ymb iID�P�rksq . t Bothell,>•u�tm �08l- RENTON WASHINGTON I SCALE. PROJECT NO. DRAWING FILE NAME. SHEET N.T.S 30669 WCINITYMAP22503 0 it CITY OF RENTON RENTON MUNICIPAL AIRPORT 2003 TAXIWAY, LIGHTING AND SIGNING IMPROVEMENTS A.I.P.NO: 3-53-0055-13 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall,until 2:30 p.m., on the date specified in the Call for Bids. wr At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. Bidder shall refer to Section 20 and 30 of the General Provisions for specific instructions relative to preparation and submission of proposals. 2. The work to be done is shown on the plans and is generally described in the Scope of Work. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall �r. satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of �. that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of .. errors,the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed r� advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount riot less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. rrr 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. +w W&H Pacific, Inc. 1AProjectsl0ty of Renton130669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 4 rr rr 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under contract .r forms herein and as identified within Specification Section 1-07.18 of the Washington State Department of Transporation Specifications for Road, Bridge and Municipal Construction 2002. "" 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. r" 13. Payment retainage shall be done in accordance with Section 90 of the "General Provisions" and "Supplementary Conditions"contained in this document. .■ 14. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. �r 15. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. ... 16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract shall be those included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates" or the minimum wage rates established by the U. S. Secretary of Labor, whichever is higher. The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 17. Pollution Control Requirements o" Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The .r► CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with W&H Pacific, Inc. I IPro jetMSlCity of Renton130669 2003 Airport Txwy ImprlSpecsI81DDING.DOC Renton Municipal Airport Bidding Information 5 rr .ri Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 18. Specifications All work under this contract shall be performed in accordance with the general provisions, FAA Standard Contract Clauses and Requirements for construction contacts, Supplementary Conditions and technical specificions contained in this document. 19. The proposed contract is subject to the following regulations: ,rr A. Bidders must submit qualification statements in accordance with the terms of Subsection 20-02 of the specifications with their Proposal. B. 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. C. All labor on the project shall be paid no less than the minimum wage rates established by ■r the U.S. Secretary of Labor or the Washington State Department of Labor and Industries, whichever is higher. D. Each Bidder must supply all information required by the bid documents and specifications. E. The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents. F. Each Bidder must complete, sign and furnish with his bid a "Certification of +.. Nonsegregated Facilities" and a statement entitled 'Bidders Statement of Previous Contracts Subject to EEO Clause," as contained in the Bid Proposal. G. A Contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of$50,000 or more will be required to maintain an affirmative action program, the standards for which are contained in the r specifications. H. To be eligible for award each Bidder must comply with the affirmative action requirements which are contained in the specifications. L Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award of any contract entered into pursuant to this advertisement. J. This contract will be funded in part by a grant from the Federal Aviation Administration. In accordance with federal requirements, the City of Renton has determined that this contract has subcontracting possibilities and has, therefore, established a goal on this + I contract of 5.7 percent for the use of Disadvantaged Business Enterprises. All prospective Bidders are directed to the Instructions for Bidders with regard to the procedures the City will utilize to achieve this goal. Each Bidder shall furnish with his bid the "DBE utilization" form and "Letter of Intent" as contained in the Bid Proposal. W&H Pacific, Inc. I.IProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 6 +r .�r K. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 20. Each prospective Bidder is requested to attend a pre-bid conference to be held at 10:00 a.m., local time on May 20, 2003 at the Renton Municipal Airport. At this meeting, questions concerning the Contract Documents or proposed work will be discussed. Answers and clarifications will be in the form of written addenda to the contract and will be mailed to all prospective Bidders. 21. The award of the contract is subject to approval of the Federal Aviation Administration and availability of federal funding. 22. Contract Documents The Contract Documents under which it is proposed to execute this work consist of all material bound here,plus any addenda incorporated into the documents. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a proposal shall have thoroughly examined all of the various parts of these documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (at least six (6) working days prior to bid opening), an interpretation thereof. Any interpretation or change in said Contract Documents will be made only in writing, in the form of addenda to the documents and will be furnished to all Bidders receiving a set of the documents, who shall indicate receipt of same in the space provided on the proposal form. The Owner will not be responsible for any other explanation or interpretation of said documents. 23. Inconsistencies and Omissions ..� Any inconsistency or omission found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify inconcsistencies or omissions, in writing within a reasonable time. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following numerical order: r 1. Contract 2. Supplementary Conditions 3. Instructions to Bidders VW 4. General Provisions 5. Plans 6. Specifications ■ Figure dimensions on plans shall take precedence over scale dimensions, detailed plans shall take precedence over general plans. go r rr W&H Pacific, Inc. 1 ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING DOC Renton Municipal Aitport Bidding Information 7 ww aw 24. Requirements for Bids For A.I.P. Contracts A. General: 1. All contracts shall be in compliance with Sections 103 and 107 of the Contract Work "• Hours and Safety Standards Act (40 USC 327-330) as supplemented by the Department of Labor regulations(29 CFR Part 5). r. 2. Contracts over $10,000 shall contain provisions allowing administrative, contractual and legal remedies where contractors violate or breach contract terms, and provide appropriate sanctions and penalties. Contracts shall also contain conditions under which ,.. the contract may be terminated because of circumstances beyond the control of the contractor. a, 3. Contracts over $100,000 shall comply with all applicable standards, orders and requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738 and Environmental aw Protection regulations(40 CFR Part 15). 4. A bidder for contracts over $25,000 certifies that neither it nor its principals is presently debarred, suspended or proposed for debarment by any Federal agency. It further agrees, "'� by submitting this proposal,that it will include this clause in all subcontracts. Where the bidder or any subcontractor is unable to certify to this statement an explanation shall be attached to this proposal. so 5. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for a+ 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 cause without modification in all lower tier transactions, I. solicitation, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. air 6. Contractors and subcontractors agree: am a. That any facility to be used in the performance of the contract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; aw 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, am 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; .r W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsIB1DDING D0C Renton Municipal Airport Bidding Information 8 w 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. r 7. Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for r satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the City of Renton. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Renton. This clause applies to both DBE and non-DBE subcontractors. If there is any postponement of payment from the above referenced time frame without good cause, our contracting office will issue an order stopping all or part of payment work until satisfactory action has been taken. If the contractor still fails to comply,the contracting officer may issue a termination for default proceeding. 25. Notice to Prospective Federally Assisted Construction Contractors (and Subcontractors) A. A Certification of Nonsegregated Facilities must be submitted prior to the award of a Federally assisted construction contract (or subcontract) exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. B. Contractors (and subcontractors) 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 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: r The penalty for making false statements is prescribed in 18 U.S.C. 1001. 26. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity �. (Executive Order 11246,as amended)(ac 150 15100-15, appendix 6) A. The Bidder's attention is called to the "Equal Employment Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. B. 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: • Goals for Minority Participation Goals for Female Participation in for Each Trade Each Trade ,�. (See pages 9 and 10) 6.9% rr W&H Pacific, Inc. I IProjectMCity of Rentont30669 2003 Airport Txwy ImprlSpecsOIDDING DOC Renton Municipal Airport Bidding Information 9 rr W 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 604 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), +r 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 a.w 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 contractors' 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. AW C. The contractor shall provide written notification of 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 the subcontract; and the geographic area in which the subcontract » is to be performed. D. As used in this notice and in the contract resulting from this solicitation,the "covered area" is King County, Washington. 27. Goals for Minorities: Seattle, WA �r SMSA Counties 7600 Seattle-Everett, WA WA King; WA Snohomish 7.2% 28. Disadvantaged Business Enterprises A. Policy. It is the policy of the City of Renton and the Department of Transportation that disadvantaged business enterprises (DBE) 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. up W&H Pack, Inc. I:IProjectM0ty of Renton130669 2003 Airport Txwy ImpASpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 10 No No B. DBE Obli ag tion. The City of Renton requires that bidders ensure that DBE contractors as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBE contractors have the maximum opportunity to compete for and perform contracts. The City of Renton requires that bidders shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. The bidder, potential contractors, or subcontractors shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by wr 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. wr C. DBE Goal. The bidder shall subcontract 5.7 percent of the dollar value of the prime contract to qualified DBE contractors. If the bidder for this solicitation qualifies as a DBE, the project goal will be satisfied. At the bid opening the bidder shall submit the name, address, state certification number, work description and amount for each DBE subcontractor. If the bidder fails to meet the contract goal, documentation of good faith effort, as described below, shall be submitted with the bid. A bidder who fails to meet these requirements and who cannot show good faith effort will be considered nonresponsive. The City of Renton and its contractors will count toward the DBE goals 60 percent of expenditures for materials and supplies required under a contract and obtained from a DBE regular dealer, and 100 percent of such expenditures obtained from a DBE manufacturer. The subcontract percentage will be based upon the total DBE contract value, excluding sales tax divided by the total bid amount excluding sales tax. +rr D. Contract Award Selection Procedure. In evaluating the bids, the Owner will first determine if the responsible Bidder offering the lowest price, who also meets the Owner .d. DBE contract goals, has offered a reasonable price. In determining if the price is reasonable the Owner will decide whether or not the apparent low Bidder is the only qualified Bidder. If the low, qualified Bidder meeting the Owner DBE program has offered a reasonable price, that Bidder will be awarded the contract. If that Bidder's price is not reasonable,the Owner shall consider the other Bidders in order of their percentage of DBE participation until the Owner selects a Bidder with a reasonable price. If no Bidder with DBE participation has offered a reasonable price, the Owner may award the contract to any reasonable Bidder that demonstrates it has made sufficient reasonable efforts to meet the contract goal. To demonstrate sufficient reasonable efforts to meet the Owner "o DBE contract goal, the Bidder shall document the steps it has taken to obtain DBE participation, including but not limited to: 1. Attendance at pre-bid meetings scheduled to inform DBEs of the project. 2. Advertisement in general circulation, trade association and minority focus media concerning subcontracting opportunities. yr W&H Pacific, Inc. 19ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING DOC Renton Municipal Airport Bidding Information 11 aw 3. Written notice to DBEs allowing sufficient time for reply. 4. Follow up of initial solicitation. 5. Selection of portions of the work likely to be performed by DBEs. 6. Provide interested DBEs adequate information for bidding. +r 7. Negotiations with interested DBEs. 8. Assist interested DBEs with bonding, insurance or credit. +r 9. Use of minority contractors'groups and minority business assistance offices. ,r 29. Trade Restriction Clause The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: +rw a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United �■' States Trade Representative(USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is .w a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17p, 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 I' 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 +w 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 am circumstances. 40 ON W&H Pack, Inc. k Pro/ectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 12 err .w 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 W* 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 rr 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. .r .r aw M to +r r .r WO +rr W&H Pacific, Inc. 1.1ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING DOC Renton Municipal Airport Bidding Information 13 rrr 00 CITY OF RENTON RENTON MUNICIPAL AIRPORT .. 2003 TAXIWAY,LIGHTING AND SIGNING IMPROVEMENTS A.I.P.NO: 3-53-0055-13 SUMMARY OF FAIR PRACTICES POLICY fm ADOPTED BY RESOLUTION NO.3229 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 race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for aw 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. w (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) 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 in the City's Affirmative Action Plan and Equal Employment Program. 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. wr CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Nvlayor Council President to Attest: City Cler rrr W&H Pacific, Inc. t ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 14 war ON CITY OF RENTON or SUMtdARY OF AMERICANS WITH DISABILITIESACT POLICY ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure .� employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City 40 of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as "" recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and "" other applicable laws and regulations. (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 for persons with disabilities in employment and receipt of City services, activities and programs. wr (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans 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) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and aw suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities 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 IN by the City Council of the City of Renton, Washington, .n, this 4th day of October 1993. CITY F RENTON RENTON CITY COUNCIL: Mayor Council President Attest: City Clerk W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImpriSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 15 w law BIDDER'S CHECKLIST 1. PROJECT PROPOSAL COVER SHEET 2. ✓ BIDDER'S CHECKLIST 3. ✓ PROPOSAL FORM—FULLY EXECUTED qW BIDDER'S DELARATION CONTRACT EXECUTION QW CONSTRUCTION TIME LIMITS LIQUIDATED DAMAGES STATEMENT OF PROPOSED SUBCONTRACTORS ow UNIT PRICES ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SCHEDULE OF PRICES SURETY BIDDER 4. `` ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA(ON PROPOSAL) 5. SCHEDULE OF PRICES (ON PROPOSAL) 6. ✓ BID BOND FORM&BID BOND 7. ✓ CERTIFICATION OF NONSEGREGATED FACILITIES w 8. ✓ CERTIFICATION OF EEO REPORT .+ 9. ✓ COMBINED AFFIDAVIT AND CERTIFICATION FORM: NON-COLLUSION AFFIDAVIT 00 & CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER &MINIMUM WAGE AFFIDAVIT FORM Im 10. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION aw 11. ✓ LETTER OF INTENT 12. ✓ BUY AMERICAN CERTIFICATION .. Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly 40 authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. w vw W&H Pacific, Inc. 1 ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecs01DDING.D0C Renton Municipal Airport Bidding Information 16 No PROJECT: Renton Municipal Airport 2003 Taxiway, Lighting& Signing Improvements CAG NO.: 03-037 COMPANY:L fll�@�!'11f3 CCI?5t171Cf10i7 BID AMOUNT: ADDRESS: gas- all )ue Jz. TEL. NO. ow PROPOSAL ww w 4w F fAW W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsSIDDING.DOC Renton Municipal Airport Bidding Information 17 Im to PROPOSAL CITY OF RENTON No RENTON MUNICIPAL AIRPORT 2003 TAXIWAY,LIGHTING& SIGNING A.I.P.NO.3-53-0055-13 TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: (a,.► J- K 1-rrt-E S o c"l,V ICle FOES,vOIrs w. Signature: . CtIZ5 AVE- 56 . Address: sE wo , 9?t09 Names of Members of Partnership: .r ow OR to Name of President of Corporation �� /jPe,rJ1120 Name of Secretary of Corporation Corporation Organized under the laws of +rr With Main Office in State of Washington at �r of W&H Pack, Inc. t Projectsl0ty of Renton130669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 18 or �r. PROPOSAL CITY OF RENTON RENTON MUNICIPAL AIRPORT 2003 TAXIWAY,LIGHTING & SIGNING IMPROVEMENTS AIP NO.3-53-0055-13 BIDDERS DECLARATION Contractor's State License No. ��y�'12 ��5 /3'IGt� Contractor's State Tax Reg. No. (�— Federal Tax ID No. City of Renton Office of the City Clerk, City Hall 1055 South Grady Way Renton, Washington 98055 The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this proposal are those named herein, that this proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the proposal is g" made without any connection or collusion with any person making another proposal on this contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this proposal is made according to the provisions and under the terms of the Contract Documents, which documents are hereby made a part of this proposal. The Bidder further declares that the provisions required pertaining to prevailing wage rates shall be included in his contract and will be complied with. The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Engineer, Owner and other sources in arriving at his conclusions. 4W r W&H Pacific, Inc. t ProjectslCity of Renton130669 2003 Airport Txwy lmprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 19 rr CON'T'RACT EXECUTION ®" The Bidder agrees that if this proposal is accepted, he will, within ten (10) days, not including Sundays, and legal holidays, after notice of award, sign the contract and associated documents, in the form annexed hereto, and will at that time, deliver to the Owner the "Bond to the City of Renton", required herein, and will to the extent of his proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods specified in the Contract Documents and required by the Engineer thereunder. In the event that the Bidder shall fail to enter into a contract within such time, the bid security in the amount of �:>''*�? o4 •/02�2-l RtZ),00� / , deposited herewith, shall be retained by the Owner and it is agreed that said sum is a fair measure of the amount of damage that the Owner will sustain because of such failure to enter into a contract. CONSTRUCTION TIME LIMITS The Bidder agrees to begin work within ten (10) calendar days after the date of the Owner's written notice to proceed and to substantially complete the construction of all work within eighty 1W seven (87) calendar days. Contract time will commence from the date that construction activities begin or the 10th day following issuance of the notice to proceed, whichever is sooner. too In the event that certain items not required for substantial completion, as defined in the Supplementary Conditions herein, but required for final completion of the work as put forth in this Contract Document, fail to arrive at the work site in time to be properly installed during • normal working hours within the time allowed for substantial completion of the work, then an allowance of not more than thirty calendar days following the receipt of the last item required will be given to the contractor to effect the final completion of said work. LIQUIDATED DAMAGES «1. In the event the Bidder is awarded the contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate as described in the General Provisions for all work awarded under this contract until the work is finished as provided by the Contract Documents. Sundays and legal holidays shall be excluded in determining days in default. ow W No 1W +YY W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 20 ■W A. STATEMENT OF PROPOSED SUBCONTRACTORS No The Bidder shall submit the name, address, description of work being done, DBE status, and age of all firms bidding or quoting subcontracts on DOT-assisted projects. The Owner reserves the right to reject any subcontractor that the Owner deems unfit for the scope of the work proposed. Bidder's List All firms bidding or quoting on subcontracts for this DOT-assisted project are listed below. Certified Describe Type Dollar Amount of DBE Age Firm Name and of Work Firm Subcontract of Annual Gross Address Performs Work (Y or N) Firm Receipts Co Ioa,A--Sir r� .✓�rra J�! Br a. $9LO ���' S�I•� C�j�� 1t✓l7 r`1,1 , �G d `� b 10 fle r �� v t V I Z 411 l 07 4lizl I, ILI 22-f s" aw erPlno Cansfirlctlon teo f 1190. By Title r / Date NOTE: This Bid Form must be completed in its entirety and submitted to bid the work. W W&H Pacific, Inc. I:IProjects%Qty of Rentonl30669 2003 Airport Txwy ImpASpecsIB1DDING DOC Renton Municipal Airport Bidding Information 21 *Ar No UNIT PRICES aw The Bidder further proposes to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on the following unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each aw type and unit of work called for in these Contract Documents. The amounts shall be shown in both words and figures. In case of a discrepancy,the amount shown in words shall govern; in the case of a discrepancy between unit prices and extensions,the unit prices shall govern. MW ow to so o. S. ow wMr W&H Pacific, Inc. I:IProjecWCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 22 yr am ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE aw NO. DATE NO. DATE ww ■■ SIGNED go TITL R07,3my Gw7smu-mon Co., Inc. NAME OF COMP° �. ADDRESS &h �a- CITY/STATE/ZIP TELEPHONE CITY OF RENTON STATE CONTACTORS BUSINESS LICENSE# A0 LICENSE#1 + r>r aw ow W&H Pacific, Inc. 1:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 23 aw SCHEDULE OF PRICES Renton Municipal Airport 2003 Taxiway,Lighting& Signing Improvements A.I.P.3-53-0055-13 +� Schedule A—Base Bid,West Side Improvements item. . ' ; 'Item Description Unit Price or Lump Sum Secf;!on Estimated Quantity Unit Figures Words Total' Al. Mobilization wr 01505 1 L.S. Cho .�a SwF :G rz1--' �fiw0 142 1000 ' `h �uS !�!z 60D — A2. Construction Staking R t 01406 1 L.S. ilolooO._ O t oo A3. FOD Prevention Controls 01000 1 L.S a fD A4. Temp.Flagging,Marking, �{ T l and Signing Vv err '�cXJ3 ON-� 01115 1 L.S. �- A5. Adjust Hydrant to Grade 02000 12 EA. !T00" +•r A6. Adjust Water Valve to Grade 02000 13 EA. 0O ` AT Demolition / 02050 1 L.S. sin.--9 .� v — 3 - A8. Asphalt Pavement Removal 02050 16,802 S.Y. ` A9. Adjust Monument to Grade 02200 2 EA. rr W&H Pack,Inc. 1:lProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 24 w w. Item Item Description Unit Price or Lump Sum Section Estimated Quantity Unit Figures Words Total A10. Surface Monument for -T-- .. Rebar and Cap 02200 2 EA. 4""CVLX`a rw A11. Crack Cleaning and Sealing 4— 02580 28,000 L.F. (.5�`i F �J ��✓c �`� err Al2. Pavement Pulverization P-101 1,990 S.Y. � I V-e ., � 2_ 23, ID A13. Pavement Milling ww P-101 58,220 S.Y. A14. Paint Removal err P-101 2,140 S.F. _ l ' / Ll Zb A15. Unclassified Excavation +r P-152 480 C.Y. 2-S ow A16. Unsuitable Excavation P-152 75 C.Y. A17. Import Borrow P-152 4,030 TON ' 0 1�--� q 00 :3 L ..r A18. Aggregate Subbase Course rrr P-154 485 TON _ 7� 2 0 �/ 700 - A19. Erosion Control err P-156 1 L.S. aw A20. Crushed Aggregate Base Course P-209 650 TON +■► A21. Bituminous Surface Course P-401 12,900 TON "1 FA- �3C-Y-*, .r� .r W&H Pacific, Inc. t ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsSIDDING.DOC Renton Municipal Airport Bidding Information 25 a Item Item Description Unit Price or Lamp Sum Section Estimated Quantity Unit Figures Words Total A22. Runway and Taxiway Painting P-620 13,410 S.F. .w A23. 8"Ductile Iron Storm Pipe D-701 139 L.F. A24. 12"Ductile Iron Storm Pipe D-701 1,633 L.F. A25. Shoring Class B D-701 1 L.S. _ rr Z ��d 'r`�va�i.rul/!. �✓7� 2 �CS(�"_ A26. Longitudinal Edge Drain D-705 657 L.F. A27. Transverse Edge Drain err D-705 42 L.F. A28. Catch Basin Type 1 D-751 22 EA. gib �, �T�-�.d.,�..,� 1 -7 - A29. Catch Basin Type 2-48" D-751 2 EA. I / A30. Adjust Catch Basin --�- � D-751 ✓w�� 9 EA. A31. Adjust Manhole T D-751 10 EA. 5-0 L1 A32. Seeding and Fertilizing T-901 5.0 AC. loo rrr A33. Relocate REILs 16200 1 L.S. zS, J LD, -T�' S/�-✓p �, cD �s W&H Pacific, Inc. I:IProjectslCity of RentonU0669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 26 ar fto Item Item Description Unit Price or Lump Sum Aw Section Estimated Quantity Unit Figures Words Total A34. Constant Current ev Regulators 16511 1 L.S. 20 quo ,m A35. Taxiway Edge Lights S 16560 125 EA. 10�C) e8 1► zsv� °` A36. Lighted Signs—Size 2 ■r 16970 19 EA. Z 5 o U A37. Trenching,Cable and Conduit vv L-108 8,000 L.F. _ A38. Handholes to L-110 18 EA. A39. Underground Ducts Encased +� in Concrete L-110 900 L.F. SUBTOTAL SCHEDULE A 2, IJZ SALES TAX (8.8%) $ �t/ 14T,, l-7 TOTAL SCHEDULE A $ r �( '7 fe C� aw wip AW W&H Pacific, Inc. I:FrojectslCity of Renton130669 2003 Airport Txwy imprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 27 tw ■. Additive Bid Schedule B—Runway Lighting and Signing '"p Item item Description, Unit Price or Lamp Sum Section 'Estimated Quantity Unit Figures, Words Total vow B1. Mobilization 5 Tv 0 �-f 01505 1 L.S. B2. Construction Staking 4M 01406 1 L.S. �V c> ' ��JS✓�,�� Jam'`VV — B3. FOD Prevention Controls w Tl,✓c�—Tk-�v r� 01000 1 L.S. Z ^ate 134. Temp.Flagging,Marking, and Signing 01115 1 L.S. — OW B5. Demolition 02050 1 L.S. 136. Erosion Control P-156 1 L.S. B7. Seeding and Fertilizing T-901 2.5 AC. B8. Elevated Runway Edge/Threshold Lights 16560 105 EA. S d_. 7 7_5ZQ 139. In-Pavement Runway Edge 1h Lights 16560 9 EA. .1 � ( ' t -7 a v r 1310. Lighted Signs—Size 2 16970 14 EA. 3 ww 1311. Trenching,Cable,and Conduit Aw L-108 10,500 L.F. .rr W&H Pacific, Inc. t ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsIBIDDING DOC Renton Municipal Airport Bidding Information 28 �r r Item Item Description Unit Price or Lump Sum Section Estimated Quantity Unit Figures Words Total B12. Handholes S° �„- L-110 12 EA. B 13. Underground Ducts Encased in Concrete �Z-✓ L-110 460 L.F. aw SUBTOTAL SCHEDULE B $ 2 7 S 0 SALES TAX(8.8%) $ �� ) �'�.- IU " TOTAL SCHEDULE B $ 2 +w• +r r .rr wr • W&H Pack, Inc. t Projects0ty of Renton130669 2003 Airport Txwy ImpASpecs1BIDDING.DOC Renton Municipal Airport Bidding Information 29 aw Additive Bid Schedule C—East Side Improvements Item Item Description Unit Price or Lump Sum Section Estimated Quantity Unit Figures Words Total C1. Mobilization F 01505 1 L.S. C2. Construction Staking J—T*�-J v,5A" 01406 1 L.S. � C3. FOD Prevention Controls 01000 1 L.S. ,M„ C4. Temporary Flagging, Marking,and Signing 01115 1 L.S. - i C5. Demolition 02050 1 L.S. � �. wr 1Z C6. Asphalt Pavement Removal 02050 3,310 S.Y. v— J y 13 240 _ C7. Pavement Pulverization rw P-101 3,460 S.Y. C8. Paint Removal P-101 360 S.F. C9. Unclassified Excavation P-152 1,430 C.Y. .r CIO. Unsuitable Excavation P-152 220 C.Y. 2�- C11. Aggregate Subbase Course P-154 2,130 TON wr M/ W&H Pacific, Inc. I:1ProjectslCity of Rentonl30669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 30 wr w Item Item Description Unit Price or Lump Sum u` Section Estimated Quantity Unit Figures' Words Total C 12. Erosion Control P-156 1 L.S. 11 -foc r C13. Crushed Aggregate Base Course P-209 1,240 TON 2 -3 Zv C14. Bituminous Surface Course P-401 490 TON 1 J 5i'v 1/ 2 3 U 3 u C15. Runway and Taxiway "I Painting �r P-620 675 S.F. C16. 12"Ductile Iron Storm Pipe to D-701 398 L.F. C17. Shoring Class B wr D-701 1 L.S. c7vD � �v iJ„p C18. Longitudinal Edge Drain DAI D-701 1,120 L.F. C19. Transverse Edge Drain D-701 95 L.F. 3 b wr C20. Catch Basin Type 2-48" D-751 1 EA. C21. Adjust Catch Basin D-751 1 EA. e2 AL C22. Solid Lid D-751 1 EA. 40 C23. Seeding and Fertilizing T-901 3.0 AC. W&H Pack, Inc. 1AProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsISIDDING.DOC Renton Municipal Airport Bidding Information 31 w r Item Item Description Unit Price or Lump Sum Section Estimated Quantity Unit Figures Words Total C24. Taxiway Edge Lights 16560 94 EA. r, C25. Lighted Signs–Size 2 fiU p-- S✓�-s 16970 14 EA. 2 L —_ TU 2 , 1 Lam✓ -J6 pOU *. C26. Trenching,Cable,and Conduit L-108 4,100 L.F. �.., — �`•, l� � �„� ,� SUBTOTAL SCHEDULE C $ Z Q1 5 SALES TAX (8.8%) $ �, G rO TOTAL SCHEDULE C w► wr' ow we 40 ws 40 40 W&H Pacific, Inc. 1AProjectslCity of Renton130669 2003 Airport Txwy ImpriSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 32 or IV Additive Bid Schedule D—Slurry Seal Item Item Description Unit Price or Lump.Sum Section. Estimated Quantity Unit Figures Words Total D1. Mobilization 01505 1 L.S. Z soo �77� /� { 2 sCN--�) D2. FOD Prevention Controls bw?- 'r 01000 1 L.S. sue - Fi-e- - D3. Paint Removal rr P-101 6,320 S.F. D4. Runway and Taxiway Painting P-620 4,165 S.F. D5. Slurry Seal Type I P-626 12,522 S.Y. // 4W b� S ► C � Z a o3s,po SUBTOTAL SCHEDULED $ 70 SALES TAX (8.8%) $ TOTAL SCHEDULE D w. TOTAL SCHEDULES A, B, C & D $ The basis for award will be the total of Schedules A, B, C, and D. wrr r rr *" W&H Pacific, Inc. NProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsV31DDING.D0C Renton Municipal Airport Bidding Information 33 tiro 40 SURETY WN If the Bidder is awarded a construction contract on this proposal, the surety who provided the "Performance Bond" and "Payment Bond" will be 1W whose 4. address is Street City State Zip Code irr BIDDER The name of the Bidder submitting this proposal is Gay Mean Canstrudlon Co., lno. doing business at St t City // \ State Zip Code Phone 10 ��P /�Si Fax which is the address to which all communications concerned with this proposal and with the contract shall be sent. The name of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows: aw aw apr W&H Pacific, Inc. I IProjectslCity of Renton130669 2003 Airport Txwy rmprlSpecsV31DDING.DOC Renton Municipal Airport Bidding Information 34 "W �.. BID BOND FORM Herewith find deposit in he form of a .:ertified check,cas pier's check,cash,or bid bond in the amount of $ which amount is not less than five percent of the total bid. I Sign. lure ! Know All Men by Thes( Presents: That we, Gary Merlino Construction Company, Inc. as Principal, and * _as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal su n of five percent (5%) of total amount bid - - Dollars, for the payment of which the Principal and he Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and seve ally, by these presents. *Travelers Casualty and Surety Company of America The condition of this obligation is such that if the Obligee shall make any award to the Principal for Renton Municipal Airport ** according to the tenrii of the proposal or bid made by the Principal therefor, and the Princil it shall duly make and enter intc A contract with the Obligee in accordance with the terms of said propos I or bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties apprc ,ed by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee th: penal amount of the deposit sl ecified in the call for bids, then this obligation shall be null add void; otherwise it shall be and remain in full force and effect and the Surety shall .. forthwith pay and forfeii to the Obligee,as penalty and lip luidated damages,the amount of this bond. **2003 Taxiway, Lighting and Signing Improvements. A.I.P. No: 3-53-0055-13 SIGN ED, SEALED AN )DATED THIS 27th DAY OF May 92003 li u ion Company, Inc. Prin, 13121AO J. K1TTVC%s 11 vice-f-Vol4e-1-1 Travel rs Casualt and Surety Company of America ;m Sur m S. Kuich, Attorney-in-Fact )teceived return of dept.sit in the sum of$ me arr rr r W&H Pacific,Inc. 1:V'fWdS1CAy Of Rentonl9 M?003 Airport Txwy LqP(%SPW3181DDiNG.DOC Renton Municipal Airport Bidding Information 35 trar am " rlDravelers IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you , with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or . bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TRAVELERS CASUA`TY AND SURETY COMPANY OF AMERICA r TRAVP LERS CASUALTY AND SURETY COMPANY ` FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 *2 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-IN-FACT 40 KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Jim S. Kuich, John Claeys, Joan M. Councilman, Ronald J. Lange, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: WW VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe do to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if rrr required)by one or more Attomeys-in-Fact and Agents pursuant.to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS. CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: r.. VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney_ or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. rrr rr� rrr r (I 1-00 Standard) �r 4W CERTIFICATION OF NONSEGREGATED FACILITIES ow The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit «. his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this .w. contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work ,.. areas, restrooms and washrooms, restaurants and other eating areas, time-clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he has previously obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. Certification - The information above is true and compete to the best of my knowledge and VA belief. "' Name and Title of Signer(Please Type) /gnature Date «w NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. .w ar %V 40 No W&H Pacific, Inc. hProjectMCity of Renton130669 2003 Airport Txwy ImpASpecsOIDDING.DOC Renton Municipal Airport Bidding Information 36 wr Y. CERTIFICATION OF EQUAL, EMPLOYMENT OPPORTUNITY REPORT 4W Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder /proposed proposed subcontractor_, hereby certifies that he has!, has not_, participated in a previous contract or subcontract subject to t1Xe equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has ,_/, has not_, filed with the Joint Reporting Committee the "" Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. .r G IVMerlfno GonsfrucHon Co., Inc. (Company) +rr Date: (Title) +�++ Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal .w opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways .. Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. wr ,w r W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsOIDDING.DOC Renton Municipal Airport Bidding Information 37 rr .wr CITY OF RENTON w. Combined Affidavit and Certification form: Non-Collusion,Anti-Trust, and Minimum Wage (Non-Federal Aid) .w. NON-COLLUSION AFFIDAVIT Being duly 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, or any 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 CERTIFICATION RE: ASSIGNMENT OF %W 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. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance 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: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Project aw a of is Firm Signa of Authorized Representat—w f Bidder Subscribed and sworn to before me onif y of IOA7, , 200 .P0*OOTAR ,�Jo ub is n and for the State of Washington c j °-g® 1JNot+(Prin 64e,E-nr A, [c...va «w► "�.1suc ointment ex fires: �Y„�PP P rr W&H Pacific, inc. a�°`°�' clPro /ectslCity of Renton130669 2003 Airport Txwy ImprlSpecslalDDlNG.DOC Renton Municipal Airport Bidding Information 38 rr DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION The dersigned bidder has satisfied the requirements of the specifications in the following m er(please check the appropriate space): _The Bidder is committed to a minimum of 5.7%DBE utilization on this project. _The Bidder (if unable to meet the goal of 5.7% DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort according to FAA guidelines. wr G, i Me,d11no construaio�co.f /I'W. Contractor: State Registration (Signature) �J (Title) Address: �1 �/Gf '7c� J '`' � 7�?Z E lcJf� Street City State Zip Code +wr Wo w +rr r rr+ 4W W&H Pack, Inc. t Projects%City ofRentonO0669 2003 Airport Txwy ImpASpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 39 r MAY 27 2003 12: _x4°- HP LASER)ET 3200 P_ 2 FROM STONSWAY CONCRETE (TUE) 5. 27' 03 11: 15/3T. 11 ; 14/N0. 4862723777 P 2 LETTER OF INTENT _ �. N (Gary moilino Ccnstrut rr Co.,Name of of Bidder's Firm: q„ Bidder's Address: City/State/Zip Code: ('Er �� ear Name of DBE Firm: YG 1 va CSC- Address. ce �. City/State/Zip Code: Telephone and Area Code: ' ` �J2 F2 State DBE Certification Numberr. vz DBE Ethnic Categu,y. (Wornon.Black,Hispanic,Nsiive Ameriew Asiae-PA61114,Asiu-India) Description of work to be performed by DBE firm: I Bidder intends to utilize the above-named DBE firm for the work described above. The estimated amount of work is valued at S e Affirmation The above named DRF f= affirms that it will perform the portion of the contract for the estima ollar vat ,ted shove. B _• nture) (Title) If the above-named bidder is not determined to be the successful-bidder,the Letter of Intent shall be null and void. (Copy this page for each DBE subcortvactor) raa W&H Pam Inc. florohaslGroraenanvDaas 2oc3w arwr .taoawe.00c Renton JNunicoel Airport Bidding h4onnpHon 40 ara 05/27/2003 00: 42 3606534453 PAGE 01 err FROM STONEWAY CONCRETE (TUE) 5. 27' 03 11 :17/2T. 11 : 151NO. 486272377e P 7 LETTER OF INTENT mertino consmxft)Cu., 1110- Name of Bidder's Firm: Qom;AM Bidder's Address- A24�1 City/State/Zip Code: VJ Za. Name of DBE Firm: _HcuJj__n_q -4 j nQ_ , Address: 2p nif- City/State/Zip Code: CJL)I:; Telephone and Area Code: ZU� LQ8C4 State DBE Certification Number- DBE Ethnic Category: (WOMM,Black.Hispanic,Native American,Asian-Pacific,ASia"ndilln) Description O�� C-1 A t of work to be performed by DBF,,firm; n em� rra D1LJh/ 1.ZC-L:b(-)n k) cal'I _, naLnj nAkLLLf-v__A rar Bidder intends to utilize the above-named DBE firm for the work described above. The estimated amount of work is valued at$L(_)—),�(D Affirmation The above named DBF firm affirms that it will perform the portion of the contract for the estimate d ar valu tateA Ahove. B Cure) (Title) If the above-named bidder is not determined to be the successful bidder,the Letter o n shall I be null and void. (Copy this page for each DBE subcontractor) rn W&H Facok,Inc, l•p/44MAft @fA@Mbnvjmg 2WSAYW rAwkyn, Rsnton Munr4PW Ajqmtj bidding Infammuon aaa rr 05/27/03 TUE 11:27 FAX 745 0628 SALINAS SAWING IM 002 FROM STONEWAY CONCRETE (TUE) 5. 27' 03 11 :14/ST. 11 :14/NO. 4962723776 P 2 LETTER OF INTENT -� majitno CO)j'"Vctlon Co.s Name of Bidder's Firm: - Bidder's Address: City/State/Zip Code; �C'Cz �. /� �11� eq-s==o %Z�- -eq Name of DBE Firm: Salinas Construction, Inc. _ Address: 12912 Highway 99 S. MIN City/State/Zip Code: Everett, WA. 98204 4111 Telephone and Area Code: (425) 745-0706 State DBE Certification Number: D5M09Q1688 _ DBE Ethnic Category: Hispanic ._ (Women,Black,Hispanic,Nativa Amcricarn,Asian-Pacific,Asian-Indian) so Description of work to be performed by DBE firm: Asphalt Demo Sawcuttina and Crack Sealing a.. ANI. — eyw Bidder intends to utilize the above-named DBE firm for the work described above. T he estimated amount of work is valued at S 3 L,0Q0.00 _ Affirmation �. The above firm affirms that it will perform the portion of the contract for he estimated t v Vstaterl above. Vic.—President By gnatvrej (Title) aw ]f the ove-named bidder is not determined to be the successful bidder, the Letter of Intent sl all be nillYand void. a.r (Copy this page for each DBE subwatraclor) W&H Padfic Inc, 11Woicoexb of RenImt70eso 2009 APPoR TXM'ImPrlSPee19YODING DOC uw Renton MunicipeJ Airparl Bidding Information 40 am NOTICE TO BIDDERS aw BUY AMERICAN—STEEL AND MANUFACTURED PRODUCTS (JAN. 1991) 4„ (a) The 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 Improvement Program (AIP). The .► following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b)(1) or(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 Components. This means the cost for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to deliver only domestic steel and manufactured products, except those: (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation *W Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 4W (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. VW (End of Clause) err rw +tW W&H Pack, Inc. 1:1ProjectsQty of Renton130669 2003 Airport Txwy ImpASpecsOIDDING.DOC Renton Municipal Airport Bidding Information 41 00 up NOTICE TO BIDDERS Iw BUY AMERICAN—STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN. 1991) 4W (a) The 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 Improvement Program (AIP). The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or ow manufactured in the United States.exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b)(1) or (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 Components. This means the cost for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to deliver only domestic steel and manufactured 4W products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those: 00 (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 4W (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be #W inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project No contract by more than 25 percent. (End of Clause) N. up .. up W&H Pack, Inc. IAProjectMCtty of Renton130669 2003 Airport Txwy ImprISpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 42 wr w. BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) (a) The Contractor shall deliver only domestic steel and manufactured products under this contract as defined in paragraph(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 w1. 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. 1W 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. rr 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (End of Clause) ow 4W ar 60 wrr wr. 4i W&H Pack, Inc. 1 ProjectMQty of Renton130669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 43 or wr BUY AMERICAN- STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor shall deliver only domestic steel and manufactured products under this contract as defined in paragraph(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 .r 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. aw 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (End of Clause) 4W war or �r +rr wr W1 W&H Pacific, Inc. I:IProjectslClty of Renton130669 2003 Airport Txwy ImpASpecs01DD11JG.D0C Renton Municipal Airport Bidding Information 44 arr wr BUY AMERICAN CERTIFICATE JAN (1991) "r By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from City of Renton Municipal Airport lists of articles, materials, and w supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN +rw. *W 4W fl/ieriine Ccnstructi®n � s Name of Bidder By: Title: _ 7� Date: s'� -7�Q 4W +lilt W&H Pacific, Inc. I:IProjectslCity of RentonQ0669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 45 4W wo ■w *0 to »o ww rw No Washington State > Prevailing Minimum Hourly Wage Rates and Davis-Bacon Federal Wage Rates �w wn W&H Pacific, Inc. tlProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsIBIDDING.DOC Renton Municipal Airport Bidding Information 46 aw KING County - Effective: 3/5/2003 Page 1 of 11 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. KING County Effective 3/5/2003 Benefit Code Key .r Prevailing Overtime Holiday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.86 1M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $36.87 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $37.01 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $36.85 1M 5D CARPENTER $36.85 1M 5D *W CREOSOTED MATERIAL $36.95 1M 5D DRYWALL APPLICATOR $36.79 1M 5D .. FLOOR FINISHER $36.98 1M 5D FLOOR LAYER $36.98 1M 5D FLOOR SANDER $36.98 1M 5D WW MILLWRIGHT AND MACHINE ERECTORS $37.85 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING $37.05 1M 5D COLLARS AND WELDING SAWFILER $36.98 1M 5D SHINGLER $36.98 1M 5D http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 2 of 11 .. STATIONARY POWER SAW OPERATOR $36.98 1 M 5D to STATIONARY WOODWORKING TOOLS $36.98 1 M 5D CEMENT MASONS JOURNEY LEVEL $37.89 1M 5D ow DIVERS & TENDERS DIVER $78.52 1 M 5D 8A am DIVER TENDER $39.62 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1_B 5D 8L BOATMEN $37.22 1B 5D 8L .r ENGINEER WELDER $37.27 1 B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 113 5D 8L MATES $37.22 1 B 5D 8L OILER $36.88 1 B 5D 8L wr DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ELECTRICIANS - INSIDE CABLE SPLICER $48.36 1D 6H CABLE SPLICER (TUNNEL) $52.24 1_D 6H CERTIFIED WELDER $46.59 1D 6H +rr - - CERTIFIED WELDER (TUNNEL) $50.30 1D 6H CONSTRUCTION STOCK PERSON $24.33 1 D 6H op JOURNEY LEVEL $44.83 1D 6H JOURNEY LEVEL (TUNNEL) $48.36 1-D 6H wo ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C s ` ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEAD GROUNDPERSON $32.34 4A 5A ow HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htrn 5/13/2003 KING County - Effective: 3/5/2003 Page 3 of 11 Jos POWDERPERSON $32.34 4A 5A •• ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.35 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $26.18 1M 5D GLAZIERS JOURNEY LEVEL $37.46 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS " MECHANIC $37.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.34 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $32.28 1 K 513 COOK $28.31 1 K 5B DECKHAND $27.65 1 K 513 ENGINEER/DECKHAND $29.95 1 K 513 MATE, LAUNCH OPERATOR $31.25 1_K 5B INSPECTION/CLEANING/SEALING OF SEWER &WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.01 1 TV TRUCK OPERATOR $10.53 1 ,,. INSULATION APPLICATORS JOURNEY LEVEL $36.85 1M 5D IRONWORKERS aw ww http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 4 of 11 No JOURNEY LEVEL $39.02 1B 5A 40 LABORERS ASPHALT RAKER $31.34 1M 5D BALLAST REGULATOR MACHINE $30.86 1M 5D BATCH WEIGHMAN $26.18 1M 5D CARPENTER TENDER $30.86 1 M 5D .. CASSION WORKER $31.70 1M 5D CEMENT DUMPER/PAVING $31.34 1 M 5D CEMENT FINISHER TENDER $30.86 1M 5D CHIPPING GUN (OVER 30 LBS) $31.34 1-_M 5D CHIPPING GUN (UNDER 30 LBS) $30.86 1M 5D w CHUCK TENDER $30.86 1M 5D CLEAN-UP LABORER $30.86 1M 5D CONCRETE FORM STRIPPER $30.86 1M 5D CONCRETE SAW OPERATOR $31.34 1M 5D CRUSHER FEEDER $26.18 1 M 5D CURING LABORER $30.86 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING $30.86 1M 5D CHARRED MATERIALS) DITCH DIGGER $30.86 1M 5D DIVER $31.70 1M 5D •�r► DRILL OPERATOR (HYDRAULIC, DIAMOND) $31.34 1_M 5D DRILL OPERATOR, AIRTRAC $31.70 1_M 5D DUMPMAN $30.86 1M 5D FALLER/BUCKER, CHAIN SAW $31.34 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, $23.86 1M 5D window cleaning; NOT construction debris cleanup) FINE GRADERS $30.86 1M 5D FIRE WATCH $30.86 1M 5D FORM SETTER $30.86 1M 5D GABION BASKET BUILDER $30.86 1M 5D AW GENERAL LABORER $30.86 1M 5D GRADE CHECKER & TRANSIT PERSON $31.34 1M 5D GRINDERS $30.86 1M 5D GROUT MACHINE TENDER $30.86 1M 5D HAZARDOUS WASTE WORKER LEVEL A $31.70 1M 5D •w HAZARDOUS WASTE WORKER LEVEL B $31.34 1M 5D HAZARDOUS WASTE WORKER LEVEL C $30.86 1M 5D HIGH SCALER $31.70 1M 5D HOD CARRIER/MORTARMAN $31.34 1M 5D JACKHAMMER $31.34 1M 5D *. ow http://www.lni.wa.gov/prevailingwage/jwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 5 of 11 Im LASER BEAM OPERATOR $31.34 1 M 5D aw MINER $31.70 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER $31.34 1 M 5D WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $31.34 1M 5D PILOT CAR $26.18 1M 5D PIPE RELINER (NOT INSERT TYPE) $31.34 1M 5D �•• PIPELAYER & CAULKER $31.34 1M 5D PIPELAYER & CAULKER (LEAD) $31.70 1M 5D PIPEWRAPPER $31.34 1M 5D POT TENDER $30.86 lm 5D POWDERMAN $31.70 lm 5D iw POWDERMAN HELPER $30.86 1M 5D POWERJACKS $31.34 1M 5D err RAILROAD SPIKE PULLER (POWER) $31.34 1M 5D RE-TIMBERMAN $31.70 1M 5D RIPRAP MAN $30.86 1M 5D ww SIGNALMAN $30.86 1M 5_D SLOPER SPRAYMAN $30.86 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $31.34 1M 5D SPREADER (CONCRETE) $31.34 1M 5D STAKE HOPPER $30.86 1M 5D 110 STOCKPILER $30.86 1M 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $31.34 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $31.34 1M 5D TOOLROOM MAN (AT JOB SITE) $30.86 1M 5D TOPPER-TAILER $30.86 1 M 5D TRACK LABORER $30.86 1M 5D TRACK LINER (POWER) $31.34 1M 5D or TUGGER OPERATOR $31.34 1M 5_D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $30.86 1M 5D VIBRATOR $31.34 1M 5D WELDER $30.86 1M 5D WELL-POINT LABORER $31.34 1M 5D .. LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30.86 TM 5D PIPE LAYER $31.34 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 o. LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $10.63 1 ,, http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 5/13/2003 KING County- Effective: 3/5/2003 Page 6 of 11 DRIVERS LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $36.79 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 •• METAL FABRICATION (IN SHOP) FITTER $15.86 1 LABORER $9.78 1 .r MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $29.53 25 5A PLASTERERS JOURNEY LEVEL $37.48 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $46.81 1_G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 1T 5D 8L `w BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $37.60 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & $38.04 1T 5D 8L UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER $38.54 1T 5D 8L WITH ATTACHMENTS) r► BACKHOES, (75 HP & UNDER) $37.24 1T 5D 8L BACKHOES, (OVER 75 HP) $37.60 1T 5D 8L BARRIER MACHINE (ZIPPER) $37.60 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $37.60 1T 5D 8L BELT LOADERS (ELEVATING TYPE ) $37.24 1_T 5D 8L �r. http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 7 of 11 w BOBCAT $35.14 IT 5D 8L O. BROOMS $35.14 1T 5D 8L BUMP CUTTER $37.60 1T 5D 8L CABLEWAYS $38.04 1T 5D 8L go CHIPPER $37.60 1T 5D 8L COMPRESSORS $35.14 17 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 5D 8L CONCRETE PUMPS $37.24 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM $37.60 1T 5D 8L ATTACHMENT CONVEYORS $37.24 1T 5D 8L o. CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 51D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $37.60 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF $38.04 1_T 5D 8L BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF $38.54 1T 5D 8L No BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF $39.04 1T 5D 8L BOOM (INCLUDING JIB WITH ATTACHMENTS) +rr CRANES, A-FRAME, 10 TON AND UNDER $35.14 1_T 5D 8L CRANES, A-FRAME, OVER 10 TON $37.24 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM $39.54 1T 5D 8L INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 $37.60 1_T 5D 8L TONS) CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 $38.04 1T 5D 8L TONS) w. CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & $38.54 1T 5D 8L OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, $38.54 1T 5D 8L BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, $39.04 1T 5D 8L BASE TO BOOM or CRUSHERS $37.60 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L lw► DERRICK, BUILDING $38.04 1T 5D 8L DOZERS, D-9 & UNDER $37.24 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE $37.24 1T 5D 8L MOUNT DRILLING MACHINE $37.60 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND $35.14 1T 5D 8L SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) $37.24 17 5D 8L „�, http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 8 of 11 FINISHiNG MACHINE/BIDWELL GAMACO AND $37.60 1T 5D 8L SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) $37.24 1_T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $35.14 1_T 5D 8L GRADE ENGINEER $37.24 1T 5D 8L GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L ,., HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), $37.24 1T 5D 8L AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $37.60 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $35.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $37.24 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1_T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $38.54 13 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 IT 5D 8L LOCOMOTIVES, ALL $37.60 1T 5D 8L MECHANICS, ALL (WELDERS) $37.60 1_T 5D 8L MIXERS, ASPHALT PLANT $37.60 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $38.04 1T 5D 8L SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND $35.14 1T 5D 8L MULCH SEEDING OPERATOR PAVEMENT BREAKER $35.14 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $37.24 1_T 5D 8L POSTHOLE DIGGER, MECHANICAL $35.14 1T 5D 8L POWER PLANT $35.14 1T 5D 8L PUMPS, WATER $35.14 1T 5D 8L QUAD 9, D-10, AND HD-41 $38.04 1_T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $38.04 1T 5D 8L .. EARTH MOVING EQUIP RIGGER AND BELLMAN $35.14 1T 5D 8L �w ROLLAGON $38.04 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 1T 5D 8L «. ROTO-MILL, ROTO-GRINDER $37.60 1T 5D 8L SAWS, CONCRETE $37.24 1T 5_D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END $37.60 1T 5D 8L DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) .w w http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 9 of 11 SCRAPERS - SELF PROPELLED, HARD TAIL END $38.04 1T 5D 8L DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 .. YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 5D 8L �.► SCREED MAN $37.60 1T 5D 8L SHOTCRETE GUNITE $35.14 1T 5D 8L SLIPFORM PAVERS $38.04 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $37.60 1T 5D 8L SUBGRADE TRIMMER $37.60 1T 5D 8L TRACTORS, (75 HP & UNDER ) $37.24 1T 5D 8L TRACTORS, (OVER 75 HP) $37.60 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.04 1T 5D 8L TRENCHING MACHINES $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $37.60 17 5D 8L WHEEL TRACTORS, FARMALL TYPE $35.14 1_T 5D 8L YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.76 1-G- 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS J. JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 513 «► RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $25.84 2E 5G RESIDENTIAL INSULATION APPLICATORS http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 5/13/2003 KING County- Effective: 3/5/2003 Page 10 of 11 wr JOURNEY LEVEL $17.60 1 .r. RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS & PIPEFITTERS •� JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $44.76 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $19.48 1 .. RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 1B 5A aw RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $24.86 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $34.23 1H 5A ROOFERS JOURNEY LEVEL $33.78 1R 5A "w USING IRRITABLE BITUMINOUS MATERIALS $36.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $42.63 1J 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) „ SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS or JOURNEY LEVEL $30.58 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $44.84 1B 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 �wr ;� http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 5/13/2003 KING County- Effective: 3/5/2003 Page 11 of 11 w PARTY CHIEF $13.40 1 ow TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $25.42 2B 5A HOLE DIGGER/GROUND PERSON $13.51 2B 5A Aw — INSTALLER (REPAIRER) $24.31 213 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A ow SPECIAL APPARATUS INSTALLER 1 $25.42 213 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A fm TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 2B 5A of TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A aw TELEVISION TECHNICIAN $18.82 2B 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS No JOURNEY LEVEL $34.23 1H 5A TILE, MARBLE & TERRAZZO FINISHERS go FINISHER $28.06 1 H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1 K 5A "" TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $34.89 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $35.47 1T 5D 8L DUMP TRUCK $34.89 1T 5D 8L DUMP TRUCK & TRAILER $35.47 1T 5D 8L " OTHER TRUCKS $35.47 1T 5D 8L TRANSIT MIXER $23.45 1 w WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 ow WELL DRILLER $17.68 1 w. VP am ,, , http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 1 of 9 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES +� Prevailing Wage Section -Telephone (360)902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the ,F hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. NOTE:Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360)902-5324. wr KING County Apprentices Effective 3/5/2003 Benefit Code Key ow Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 40 ASBESTOS ABATEMENT WORKERS ENVIRONMENTAL CONTROL PAINTERS 4W 1: 0 - 1000 Hours - 50.00% $16.11 1M 5D 2: 1001 - 2000 Hours - 60.00% $18.58 1M 5D 3: 2001 - 3000 Hours - 75.00% $24.08 1 M 5D "" 4: 3001 - 4000 Hours - 90.00% $28.15 1 M 5D LABORERS or 1: 0 - 1000 Hours - 60.00% $20.98 1 M 5D 2: 1001 - 2000 Hours - 70.00% $23.45 1 M 5D 3: 2001 - 3000 Hours - 80.00% $25.92 1 M 5D `w 4: 3001 - 4000 Hours - 90.00% $28.39 1 M 5D BOILERMAKERS 1W 1: 0 - 1000 Hours - 70.00% $23.32 1 2: 1001 - 2000 Hours - 75.00% $24.99 1 .r 3: 2001 - 3000 Hours - 80.00% $26.66 1 4: 3001 - 4000 Hours - 85.00% $28.32 1 5: 4001 - 5000 Hours - 90.00% $29.99 1 +rr ,, http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 2 of 9 go 6: 5001 - 6000 Hours - 95.00% $31.65 1 •• BRICK AND MARBLE MASONS 1: 0 - 750 Hours - 50.00% $21.01 1 M 5A 2: 751 - 2250 Hours - 55.00% $22.46 1 M 5A 3: 2251 - 3000 Hours - 60.00% $23.91 1 M 5A 4: 3001 - 3750 Hours - 70.00% $26.81 1 M 5A 5: 3751 - 4500 Hours - 80.00% $29.72 1 M 5A 6: 4501 - 5250 Hours - 90.00% $32.62 1 M 5A 7: 5251 - 6000 Hours - 95.00% $34.07 1 M 5A CARPENTERS ACOUSTICAL WORKER 1: 0 - 1000 Hours - 50.00% $18.86 1M 5D 2: 1001 - 2000 Hours - 60.00% $25.59 1 M 5D 3: 2001 - 3000 Hours - 68.00% $27.87 1 M 5D 4: 3001 - 4000 Hours - 76.00% $30.16 1 M 5D 5: 4001 - 5000 Hours - 84.00% $32.44 1--m 5D 6: 5001 - 6000 Hours - 92.00% $34.73 1-m 5D BRIDGE, DOCK AND WARF CARPENTERS �. 1: 1 st Period - 60.00% $21.62 1 M_ 5D 2: 210 Period - 65.00% $26.91 1 M 5D 3: 3rd Period - 70.00% $28.33 1 M 5__D 4: 4th Period - 75.00% $29.75 1 M 5D 5: 5th Period - 80.00% $31.17 1_M 5D 6: 6th Period - 85.00% $32.59 1 M 5D 7: 7th Period - 90.00% $34.01 1 M 5D 8: 8th Period - 95.00% $35.43 1 M 5D CARPENTER 1: 1 st Period - 60.00% $21.62 1 M 5D 2: 2nd Period - 65.00% $26.91 1 M 5D 3: 3rd Period - 70.00% $28.33 1 M 5D 4: 4th Period - 75.00% $29.75 1 M 5D 5: 5th Period - 80.00% $31.17 1 M 5D 6: 6th Period - 85.00% $32.59 1 M 5D 7: 7th Period - 90.00% $34.01 1_M 5D 8: 8th Period - 95.00% $35.43 1_M 5D DRYWALL APPLICATOR DRYWALL-METAL STUD AND CEILING APPLICATORS 1: 0 - 700 Hours - 50.00% $18.75 1M 5D http://www.Ini.wa.gov/prevailingwage/Appwages/20031/co 17.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 3 of 9 Im 2: 701 - 1400 Hours - 60.00% $25.45 1 M 5D err 3: 1401 - 2100 Hours - 68.00% $27.72 1 M 5D 4: 2101 - 2800 Hours - 76.00% $29.99 1 M 5D 5: 2801 - 3500 Hours - 84.00% $32.26 1 M 5D .w 6: 3501 - 4200 Hours - 92.00% $34.52 1 M 5D MILLWRIGHT AND MACHINE ERECTORS 1: 1 It Period - 60.00% $22.22 1 M 5D 2: 2nd Period - 65.00% $27.56 1 M 5D aw 3: 3rd Period - 70.00% $29.03 1 M 5D_ 4: 4th Period - 75.00% $30.50 1_M 5D ww 5: 5th Period - 80.00% $31.97 1 M 5D 6: 6th Period - 85.00% $33.44 1 M 5D ow 7: 7th Period - 90.00% $34.91 1 M 5D 8: 8th Period - 95.00% $36.38 1 M_ 5D .. PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 1 It Period - 60.00% $21.74 1 M 5D 2: 2nd Period - 65.00% $27.04 1 M 51D ow 3: 3rd Period - 70.00% $28.47 1 M 5D 4: 4th Period - 75.00% $29.90 1 M_ 5D to 5: 5th Period - 80.00% $31.33 1 M 5D 6: 6th Period - 85.00% $32.76 1 M 5D "" 7: 7th Period - 90.00% $34.19 1 M 5D 8: 8th Period - 95.00% $35.62 1 M 5D as CEMENT MASONS 1: 0 - 1000 Hours - 50.00% $23.87 1 M 5D wo 2: 1001 - 2000 Hours - 60.00% $26.67 1 M 5D 3: 2001 - 3000 Hours - 70.00% $29.48 1 M 5D 4: 3001 - 4000 Hours - 80.00% $32.28 1 M 5D o" 5: 4001 - 5000 Hours - 90.00% $35.09 1 M 5D 6: 5001 - 6000 Hours - 95.00% $36.49 1 M 5D *w DRYWALL TAPERS 1: 0 - 1000 Hours - 50.00% $23.55 1J 5B 2: 1001 - 2000 Hours - 55.00% $24.86 1 J 5B r. 3: 2001 - 3000 Hours - 65.00% $27.48 1 J 5B 4: 3001 - 4000 Hours - 75.00% $30.10 1 J 5B .rr 5: 4001 - 5000 Hours - 85.00% $32.71 1J 5B 6: 5001 - 6000 Hours - 90.00% $34.02 1J 5B ELECTRICIANS - INSIDE http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col 7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 4 of 9 of 1: 0 - 1000 Hours 40.00% $17.86 1-D 6H w„ 2: 1001 - 2000 Hours - 50.00% $21.39 1 D 6H 3: 2001 - 3500 Hours - 55.00% $26.35 1D 6H 4: 3501 - 5000 Hours - 65.00% $30.45 1D 6H 1w 5: 5001 - 6500 Hours - 75.00% $34.56 1 D 6H 6: 6501 - 8000 Hours - 85.00% $38.66 1 D 6H aw ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1: 0 - 1000 Hours - 60.00% $27.06 4A 5A 2: 1001 - 2000 Hours - 65.00% $28.82 4A 5A 3: 2001 - 3000 Hours - 71.00% $30.93 4A 5A •' 4: 3001 - 4000 Hours - 81.00% $34.45 4A 5A 5: 4001 - 5000 Hours - 85.00% $35.86 4A 5A �. 6: 5001 - 6000 Hours - 89.00% $37.26 4A 5A 7: 6001 - 7000 Hours - 93.00% $38.69 4A 5A POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $36.11 4A 5A 2: 1001 - 2000 Hours - 89.80% $37.55 4A 5A 3: 2001 - 3000 Hours - 92.80% $38.61 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS W.. 1: 0 - 1000 Hours - 55.00% $7.01 1 2: 1001 - 2000 Hours - 60.00% $7.24 1 3: 2001 - 3000 Hours - 65.00% $7.85 1 +� 4: 3001 - 4000 Hours - 70.00% $8.45 1 5: 4001 - 5000 Hours - 75.00% $9.05 1 6: 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 - 7000 Hours - 85.00% $10.26 1 8: 7001 - 8000 Hours - 95.00% $11.47 1 ww ELEVATOR CONSTRUCTORS MECHANIC �.. 1: 1St Period - 50.00% $17.39 4A 60 2: 2nd Period - 55.00% $29.21 4A 6Q 3: 3rd Period - 65.00% $32.89 4A 6Q 4: 4th Period - 70.00% $34.73 4A 6Q 5: 5th Period - 80.00% $38.42 4A 6Q ws► - FLAGGERS 1: 0 - 1000 Hours - 60.00% $20.98 1 M 5D 2: 1001 - 2000 Hours - 70.00% $23.45 1 M 5D 3: 2001 - 3000 Hours - 80.00% $25.92 1 M 5D �• 4: 3001 - 4000 Hours - 90.00% $26.18 1 M 5D ,,, http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 5 of 9 wo 1: 0 - 1000 Hours - 45.00% $19.71 2E 5G aw 2: 1001 - 2000 Hours - 50.00% $21.32 2E 5G 3: 2001 - 3000 Hours - 55.00% $22.93 2E 5G 4: 3001 - 4000 Hours - 60.00% $24.55 2E 5G .w 5: 4001 - 5000 Hours - 65.00% $26.16 2E 5G 6: 5001 - 6000 Hours - 70.00% $27.78 2E 5G aw 7: 6001 - 7000 Hours - 80.00% $31.00 2E 5G 8: 7001 - 8000 Hours - 90.00% $34.23 2E 5G go HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1: 0 - 1000 Hours - 50.00% $22.90 1F 5E 'r 2: 1001 - 2000 Hours - 55.00% $24.40 1F 5E 3: 2001 -4000 Hours - 65.00% $27.41 1 F 5E 4: 4001 - 6000 Hours - 75.00% $30.42 1 F 5E aw 5: 6001 - 8000 Hours - 85.00% $33.42 1 F 5E HOD CARRIERS & MASON TENDERS 'w 1: 0 - 1000 Hours - 60.00% $20.98 1 M 5D 2: 1001 - 2000 Hours - 70.00% $23.45 1 M 5D i 3: 2001 - 3000 Hours - 80.00% $25.92 1 M 5D 4: 3001 - 4000 Hours - 90.00% $28.39 1 M 5D INSULATION APPLICATORS 1: 0 - 1000 Hours - 50.00% $18.78 1M 5D 2: 1001 - 2000 Hours - 60.00% $25.49 1 M 5D aw 3: 2001 - 3000 Hours - 75.00% $29.75 1 M 5D 4: 3001 -4000 Hours - 90.00% $34.01 1 M 5D aw IRONWORKERS 1: 0 - 1000 Hours - 65.00% $22.49 1 B 5A 2: 1001 - 2000 Hours - 70.00% $23.85 1 B 5A "` 3: 2001 - 3000 Hours - 75.00% $32.22 113 5A 4: 3001 - 4000 Hours - 80.00% $33.58 1 B 5A aw 5: 4001 - 5000 Hours - 90.00% $36.30 1 B 5A 6: 5001 - 6000 Hours - 90.00% $36.30 1 B 5A 7: 6001 - 7000 Hours - 95.00% $37.66 1 B 5A 8: 7001 - 8000 Hours - 95.00% $37.66 1 B 5A LABORERS �. 1: 0 - 1000 Hours - 60.00% $20.98 1-m 5D 2: 1001 - 2000 Hours - 70.00% $23.45 1 M 5D ow 3: 2001 - 3000 Hours - 80.00% $25.92 1 M 5D 4: 3001 -4000 Hours - 90.00% $28.39 1 M 5D LABORERS - UNDERGROUND SEWER & WATER Uw ,,w http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 6 of 9 1: 0 - 1000 Hours - 60.00% $20.98 1 M 5D 2: 1001 - 2000 Hours - 70.00% $23.45 1 M 5D 3: 2001 - 3000 Hours - 80.00% $25.92 1 M 5D 4: 3001 -4000 Hours - 90.00% $28.39 1 M 5D LATHERS 1: 0 - 1000 Hours - 50.00% $18.75 1 M 5D 2: 1001 - 2000 Hours - 60.00% $25.45 1 M 5D 3: 2001 - 3000 Hours - 68.00% $27.72 1-m- 5D 4: 3001 - 4000 Hours - 76.00% $29.99 1_M 5D 5: 4001 - 5000 Hours - 84.00% $32.26 1 M 5D 6: 5001 - 6000 Hours - 92.00% $34.52 1 M 5D PAINTERS 1: 0 - 750 Hours - 55.00% $14.80 2B 5A .► 2: 751 - 1500 Hours - 65.00% $16.25 2B 5A 3: 1501 - 2250 Hours - 75.00% $18.14 2B 5A 4: 2251 - 3000 Hours - 80.00% $19.83 2B 5A 5: 3001 - 3750 Hours - 85.00% $20.82 2B 5A 6: 3751 - 4500 Hours - 95.00% $22.80 2B 5A PLASTERERS 1: 0 - 500 Hours - 40.00% $17.04 1 R 5A 2: 501 - 1000 Hours -45.00% $18.30 1 R 5A 3: 1001 - 1500 Hours -45.00% $23.60 1 R 5A 4: 1501 - 2000 Hours - 50.00% $24.87 1 R 5A 5: 2001 - 2500 Hours - 55.00% $26.13 1-R 5A 6: 2501 - 3000 Hours - 60.00% $27.39 1 R 5A 7: 3001 - 3500 Hours - 65.00% $28.65 1 R 5A 8: 3501 - 4000 Hours - 70.00% $29.91 1 R 5A 9: 4001 - 4500 Hours - 75.00% $31.17 1 R 5A 10: 4501 - 5000 Hours - 80.00% $32.43 1 R 5A 11: 5001 - 5500 Hours - 85.00% $33.70 1R 5A 12: 5501 - 6000 Hours - 90.00% $34.96 1 R 5A 13: 6001 - 6500 Hours - 95.00% $36.22 1 R 5A 14: 6501 - 7000 Hours - 95.00% $36.22 1 R 5A PLUMBERS & PIPEFITTERS 1: 0 - 2000 Hours - 50.00% $24.15 1 G 5A `. 2: 2001 - 4000 Hours - 62.50% $33.98 1G 5A 3: 4001 - 6000 Hours - 70.00% $36.55 1 G 5A 4: 6001 - 8000 Hours - 75.00% $38.25 1 G 5A aw 5: 8001 - 10000 Hours - 85.00% $41.68 1 G 5A POWER EQUIPMENT OPERATORS ALL EQUIPMENT *w http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col7.htm 5/13/2003 KING County- Effective: 3/5/2003 Page 7 of 9 Aw 2: 501 - 1000 Hours - 60.00% $25.70 1T 5D 8L am 3: 1001 - 2000 Hours - 65.00% $27.15 1T 5D 8L 4: 2001 - 3000 Hours - 70.00% $28.59 1T 5D 8L 5: 3001 - 4000 Hours - 75.00% $30.03 1T 5D 8L ow -- -- 6: 4001 - 5000 Hours - 80.00% $31.47 1T 5D 8L 7: 5001 - 6000 Hours - 90.00% $34.36 1T 5D 8L aw POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) ow 1: 0 - 500 Hours - 55.00% $24.26 2: 501 - 1000 Hours - 60.00% $25.70 3: 1001 - 2000 Hours - 65.00% $27.15 "" 4: 2001 - 3000 Hours - 70.00% $28.59 5: 3001 -4000 Hours - 75.00% $30.03 aw 6: 4001 - 5000 Hours - 80.00% $31.47 7: 5001 - 6000 Hours - 90.00% $34.36 POWER LINE CLEARANCE TREE TRIMMERS go TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $19.16 4A 5A or 2: 1001 - 2000 Hours - 75.00% $21.34 4A 5A 3: 2001 - 3000 Hours - 80.00% $22.42 4A 5A 4: 3001 - 4000 Hours - 90.00% $24.60 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1: 0 - 2000 Hours - 50.00% $22.80 1G 5A 2: 2001 - 4000 Hours - 55.00% $28.01 1G 5A qw 3: 4001 - 6000 Hours - 60.00% $29.87 1G 5A 4: 6001 - 8000 Hours - 70.00% $33.60 1G 5A 5: 8001 - 10000 Hours - 85.00% $39.18 1G 5A "" RESIDENTIAL CARPENTERS 1: 1St Period - 60.00% $14.08 1 +• 2: 2nd Period - 65.00% $15.26 1 3: 3rd Period - 70.00% $16.43 1 4: 4th Period - 75.00% $17.60 1 5: 5th Period - 80.00% $18.78 1 6: 6th Period - 85.00% $19.95 1 7: 7th Period - 90.00% $21.12 1 8: 8th Period - 95.00% $22.30 1_ RESIDENTIAL ELECTRICIANS 1: 0 - 900 Hours - 50.00% $13.12 1 ,,, http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col7.htm 5/13/2003 KING County- Effective: 3/5/2003 Page 8 of 9 aw 2: 901 - 1800 Hours - 55.00% $14.43 1 ow 3: 1801 - 2700 Hours - 75.00% $19.68 1 4: 2701 - 4000 Hours - 85.00% $22.30 1 Aw RESIDENTIAL PLUMBERS & PIPEFITTERS 1: 0 - 1000 Hours - 55.00% $12.62 1 2: 1001 - 2000 Hours - 65.00% $14.92 1 ' 3: 2001 - 4000 Hours - 75.00% $17.21 1 4: 4001 - 6000 Hours - 85.00% $19.51 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 1 - 1000 Hours - 50.00% $9.74 1 aw 2: 1001 - 2000 Hours - 60.00% $11.69 1 3: 2001 - 3000 Hours - 65.00% $12.66 1 No 4: 3001 - 4000 Hours - 70.00% $13.64 1 5: 4001 - 5000 Hours - 80.00% $15.58 1 6: 5001 - 6000 Hours - 85.00% $16.56 1 aw ROOFERS 1: 0 - 820 Hours - 60.00% $21.33 1 R 5A 2: 821 - 1630 Hours - 67.00% $23.11 1-R 5A 3: 1631 - 2450 Hours - 74.00% $24.88 1_R 5A 4: 2451 - 3270 Hours - 81.00% $28.96 1 R 5A 5: 3271 - 4080 Hours - 88.00% $30.74 1 R 5A 6: 4081 -4899 Hours - 95.00% $32.51 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 2000 Hours - 45.00% $18.11 1_1 6L 2: 2001 - 3000 Hours - 50.00% $25.03 1J 6L 3: 3001 - 4000 Hours - 55.00% $26.72 1 J 6L ` 4: 4001 - 5000 Hours - 60.00% $28.40 1J 6L 5: 5001 - 6000 Hours - 65.00% $30.10 11 6L aw 6: 6001 - 7000 Hours - 70.00% $31.78 1J 6L 7: 7001 - 8000 Hours - 75.00% $33.48 1J 6L 8: 8001 - 9000 Hours - 80.00% $35.16 1J 6L 9: 9001 - 10000 Hours - 85.00% $36.86 1J 6L SOFT FLOOR LAYERS 1: 0 - 750 Hours - 45.00% $16.07 1 B 5A 2: 751 - 1500 Hours - 50.00% $17.39 1 B 5A 3: 1501 - 2250 Hours - 60.00% $20.02 1 B 5A 4: 2251 - 3000 Hours - 70.00% $22.66 1 B 5A 5: 3001 - 3750 Hours - 80.00% $25.30 1 B 5A ,,, http://www.Ini.wa.gov/prevailingwage/Appwages/20031/col7.htm 5/13/2003 KING County - Effective: 3/5/2003 Page 9 of 9 «. 6: 3751 - 4500 Hours - 90.00% $27.94 1 B 5A U. SPRINKLER FITTERS (FIRE PROTECTION) 1: 1 It Period - 40.00% $16.77 1_B 5C to 2: 2nd Period - 42.00% $17.43 1_131 5C 3: 3rd Period - 44.00% $18.09 1 B 5C g„ 4: 4th Period - 47.00% $19.08 1 B 5C 5: 5th Period - 52.00% $23.48 1 B 5C aw 6: 6th Period - 57.00% $25.13 1 B 5C 7: 7th Period - 62.00% $27.03 1 B 5C 8: 8th Period - 65.00% $28.03 1 B 5C ow 9: 9th Period - 75.00% $31.83 1 B 5C 10: 10th Period - 80.00% $33.48 1 B 5C "` TERRAZZO WORKERS & TILE SETTERS 1: 0 - 1000 Hours - 50.00% $19.36 1 H 5A ow 2: 1001 - 2500 Hours - 55.00% $20.68 1 H 5A 3: 2501 - 3500 Hours - 60.00% $22.00 1 H 5A 4: 3501 - 4500 Hours - 70.00% $24.65 1 H 5A 5: 4501 - 5500 Hours - 80.00% $27.29 1 H 5A 6: 5501 - 6250 Hours - 90.00% $29.94 1 H 5A .r 7: 6251 - 7000 Hours - 95.00% $31.26 1 H 5A TILE, MARBLE & TERRAZZO FINISHERS ow FINISHER 1: 0 - 1000 Hours - 50.00% $18.74 1 H 5A 2: 1001 - 2500 Hours - 55.00% $20.01 1 H 5A 3: 2501 - 3500 Hours - 60.00% $21.27 1 H 5A 4: 3501 - 4500 Hours - 70.00% $23.79 1 H 5A ow TRAFFIC CONTROL STRIPERS 1: 0 - 500 Hours - 60.00% $12.71 1 K 5A 2: 501 - 1000 Hours - 60.00% $16.56 1 K 5A 3: 1001 - 2333 Hours - 60.00% $18.96 1 K 5A 4: 2334 - 4666 Hours - 73.00% $22.21 1 K 5A �. 5: 4667 - 7000 Hours - 88.00% $25.97 1 K 5A TRUCK DRIVERS 1„ ALL TRUCKS 1: 0 - 700 Hours - 70.00% $27.33 1T 5D 8L 2: 701 - 1400 Hours - 80.00% $29.85 1T 5D 8L ■" 3: 1401 - 2100 Hours - 90.00% $32.37 1T 5D 8L http://www.Ini.wa.gov/prevallingwage/Appwages/20031/col7.htm 5/13/2003 WAIS Document Retrieval Page 1 of 35 .. GENERAL DECISION WA020001 04/18/2003 WA1 to Date: April 18, 2003 General Decision Number WA020001 +r Superseded General Decision No. WA010001 State: Washington aw Construction Type: DREDGING HEAVY wr HIGHWAY County(ies) : or STATEWIDE HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) rr Modification Number Publication Date 0 03/01/2002 �ft, 1 03/08/2002 2 03/15/2002 3 03/29/2002 4 04/19/2002 'M 5 05/03/2002 6 05/10/2002 7 06/07/2002 ow 8 06/21/2002 9 07/05/2002 10 07/19/2002 11 07/26/2002 err 12 08/09/2002 13 09/06/2002 14 09/27/2002 15 01/03/2003 'w 16 01/17/2003 17 01/24/2003 18 01/31/2003 ,w 19 02/07/2003 20 03/07/2003 21 04/18/2003 r COUNTY(ies) : STATEWIDE CARP0001W 06/01/2002 Rates Fringes to COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES ern CARPENTERS: GROUP 1: 23. 58 6.25 GROUP 2: 24 . 69 6.25 wr GROUP 3: 23. 85 6.25 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgl?dbname=D avis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 2 of 35 ow GROUP 4 : 23.58 6.25 GROUP 5: 58. 43 6.25 00 GROUP 6: 27. 72 6.25 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES +rr CARPENTERS: GROUP 1: 22. 91 6.25 GROUP 2: 24 . 01 6.25 GROUP 3: 23. 17 6.25 GROUP 4 : 22. 91 6.25 GROUP 5: 56.77 6.25 GROUP 6: 27. 00 6.25 CARPENTERS CLASSIFICATIONS rr GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; Insulators (all types) , Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and rr Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, r Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw-Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, r placing collars, setting, welding, or creosote treated material, on all piling GROUP 4 : Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: ar Each foot over 50-100 feet $1.00 Each foot over 100-175 feet 2.25 Each foot over 175-250 feet 5.50 war HAZMAT PROJECTS Anyone working on a HAZMAT job (task) , where HAZMAT certification ,may is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $ .25 per hour - This is the lowest level of protection. aw No respirator is used and skin protection is minimal. LEVEL C + $ .50 per hour - This level uses an air purifying Qw respirator or additional protective clothing. LEVEL B + $ .75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". No LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. rwr ---------------------------------------------------------------- CARP00030 06/01/2002 am Rates Fringes „r http://fiwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 3 of 35 No SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS (Piledriver only) , PACIFIC (South of a straight line made by wo extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY rr SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: to CARPENTERS; ACOUSTICAL 27.37 8. 80 DRYWALL 27.37 8.80 FLOOR LAYERS & FLOOR FINISHERS ow (the laying of all hardwood floors nailed and mastic set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, No the preparation of old and new floors when the materials mentioned above are to be installed) ; INSULATORS (fiberglass and similar irritating aw materils 27. 52 8.80 MILLWRIGHTS 27. 87 8 .80 PILEDRIVERS 27.87 8.80 aw DIVERS 65. 05 8.80 DIVERS TENDERS 29. 91 8.80 DEPTH PAY aw 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET No Zone Differential (Add up Zone 1 rates) : Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 aw BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State to Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point. ) ZONE 1: Projects located within 30 miles of the respective SW city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned ,0 cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities aw ZONE 4 : Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. aw ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected aw city of the above mentioned cities "o http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 4 of 35 .. ---------------------------------------------------------------- wo CARP0770D 06/01/2002 Rates Fringes WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, f1w KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM do COUNTIES CARPENTERS AND DRYWALL APPLICATORS 27. 95 8.05 CARPENTERS ON CREOSOTE MATERIAL 28.05 8.05 am INSULATION APPLICATORS 25.50 8.05 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR ow LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS 28.08 8.05 MILLWRIGHT AND MACHINE ERECTORS 28. 95 8.05 ACOUSTICAL WOKRERS 28. 11 8.05 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 28. 15 8 .05 PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS 27. 95 8.05 aw DIVERS 68. 97 8. 05 DIVERS TENDER 30. 68 8.05 qW (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS r Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: rr Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima wr Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend aw Zone Pay 0 -25 radius miles Free ,w 25-35 radius miles $1.00/hour 35-45 radius miles $1. 15/hour 45-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour wr (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) rr Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center rr Zone Pay 4W http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 5 of 35 aw 0 -25 radius miles Free 25-45 radius miles $ .70/hour rr Over 45 radius miles $1.50/hour CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES to CARPENTERS AND DRYWALL APPLICATORS 20.72 7. 82 CARPENTERS ON CREOSOTED MATERIAL 20. 82 7. 82 it INSULATION APPLICATORS 20.72 7. 82 SAWFILERS, STATIONARY POWER S37 OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR ' SANDER OPERATORS 20. 85 7.82 MILLWRIGHT AND MACHINE ERECTORS 28. 95 7.82 PILEDRIVER, DRIVING, PULLING, r CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 28. 15 7. 82 PILEDRIVER, BRIDGE DOCK AND ow WHARF CARPENTERS 27. 95 7 . 82 DIVERS 68. 97 8.05 DIVERS TENDER 30. 68 8 .05 �rr ---------------------------------------------------------------- ELECO046A 12/30/2002 Rates Fringes w CALLAM, JEFFERSON, KING AND KITSAP COUNTIES ELECTRICIANS 34 .25 3%+9.55 CABLE SPLICERS 37 . 68 3a+9.55 r ---------------------------------------------------------------- ELECO048C 01/01/2003 Rates Fringes CLARK, KLICKITAT AND SKAMANIA COUNTIES ELECTRICIANS 31.00 30+11.83 aw CABLE SPLICERS 31.25 30+11.83 ---------------------------------------------------------------- so * ELECO073A 01/01/2003 Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS 24 . 07 30+10. 63 CABLE SPLICERS 24 . 47 30+10. 63 ---------------------------------------------------------------- few ELECO076B 07/01/2002 Rates Fringes rrr GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS 29.78 30+11.01 CABLE SPLICERS 32. 76 30+11.01 ---------------------------------------------------------------- r�r ELECO077C 02/01/2003 6w http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 6 of 35 Rates Fringes LINE CONSTRUCTION: CABLE SPLICERS 37. 95 3.8750+7.45 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN 33. 88 3.8750+7. 45 LINE EQUIPMENT MEN 29. 14 3.8750+5.70 POWDERMEN, JACKHAMMERMEN 25. 41 3. 8750+5.70 GROUNDMEN 23.72 3.8750+5.70 TREE TRIMMER 23. 81 3.8750+5.70 ar ---------------------------------------------------------------- ELECO112E 06/01/2002 Rates Fringes w� ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 28.75 3%+9. 63 CABLE SPLICERS 30. 19 3%+9. 63 ---------------------------------------------------------------- ELECO191C 08/31/2002 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES tw ELECTRICIANS 30. 66 3%+9.33 CABLE SPLICERS 33.72 3%+9. 33 aw ---------------------------------------------------------------- ELECO191D 12/01/2002 Rates Fringes wr CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES ELECTRICIANS 26. 66 3%+9.28 r CABLE SPLICERS 29. 33 3%+9.28 ---------------------------------------------------------------- ELEC0970A 01/01/2003 err Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES to ELECTRICIANS 28.55 3%+9.25 CABLE SPLICERS 31. 41 3%+9.25 ---------------------------------------------------------------- as ENGI0302E 06/01/2002 Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF 4y, THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES No PROJECTS CATEGORY A PROJECTS (excludes Category B projects, as show below) err POWER EQUIPMENT OPERATORS: Zone 1 (0-25 radius miles) : GROUP 1AAA 31. 14 8 .40 +rr GROUP 1AA 30. 64 8 .40 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 7 of 3.) GROUP lA 30. 14 8. 40 GROUP 1 29. 64 8.40 GROUP 2 29.20 8 .40 GROUP 3 28 .84 8. 40 GROUP 4 26.74 8.40 Zone 2 (26-45 radius miles) - Add $ .70 to Zone 1 rates Zone 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates ■r BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett a� POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons or 300 ft. of boom (including ,w job with attachments) GROUP 1AA - Cranes - 200 tons to 300 tons or 250 ft. of boom (including jib and attachments) ; Tower crane over 175 ft. in height, base to boom r GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft. in height base to boom; Loader-overhead, 8 yards and over; Shovel, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes-45 tons thru 99 tons, under 150 ft. rrr of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Shovel, excavator, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader-overhead, 6 yards to, but not err including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, d-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self-propelled- 45 yards and over; Slipform pavers; Transporters, all track or ■r truck type GROUP 2 - Barrier machine (zipper) ; Barch Plant opeator- concrete; Bump cutter; Cranes-20 tons thru 44 tons with attachments; Cranes-overheads, bridge type-20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; am Excavator, shovel backhoe-3 yards and under; Finishing machine Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds. ; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Pildriver (other than crane mount) ; Roto-mill, roto-grinder; Screedman, Spreader, Topside Operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self-propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrader trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blow knox, roadtec; Truck crane oiler/driver-100 tons and over; Truck mount portable conveyor;Yo Yo Pay Dozer nr GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; „� http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 8 of 35 ■r Cranes-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers D9 and under; Forklifts-3000 lbs and over wr with attachments; horizontal/directional drill locator; Outside hoists- (elevators and manlifts) , air tuggers, strao tower bucket elevators; Hydralifts/boom truck-over 10 tons; Loader-elevating type belt; Motor Patrol Grader-non-finishing; Plant Oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrapers-concrete and carryall; Service engineers-equipment; Trenching machines; Truck crane oiler/ it driver-under 100 tons Tractors, backhoes-under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes-A-frame-10 tons and under; Elevator and manlift-permanent and shaft type; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks-10 tons and under; Oil Aw distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger-mechanical; Power Plant; Pumps-water; Rigger and Bellman; Roller-other than plant an mix; Wheel Tractors, farmall type; Shot crete/gunite equipment operator ar CATEGORY B PROJECTS - 950 of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: urn 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150, 000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $300, 000 and over GROUP 1 28.38 8. 40 GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 GROUP 4 28.87 8.40 go GROUP 5 30.26 8.40 GROUP 6 28.38 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project cost under $300, 000 GROUP 1 26. 96 8.40 GROUP 2 27.06 8. 40 GROUP 3 27.38 8. 40 go GROUP 4 27.43 8.40 GROUP 5 28.75 8 .40 GROUP 6 26. 96 8. 40 rr No http://fi-webgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 9 of 35 do GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler +0 GROUP 3: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman, Engineer Welder arr GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE so AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. AN H-4 Class "A" Suit - Base wage rate plus $.75 per hour. ---------------------------------------------------------------- ENGI0370C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS: GROUP lA 20. 94 6.52 GROUP 1 21.49 6.52 GROUP 2 21. 81 6.52 GROUP 3 22. 42 6.52 ,r GROUP 4 22.58 6.52 GROUP 5 22. 74 6.52 GROUP 6 23. 02 6. 52 GROUP 7 23.29 6.52 w GROUP 8 24 .39 6.52 ZONE DIFFERENTIAL (Add to Zone 1 aw rate) : Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner No GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors No http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 10 of 35 (under 2000 CFM, gas, diesel, or electric power) ; Deck Hand; Drillers Helper (Assist driller in making drill rod connections, ar service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig go while in operation) ; Fireman & Heater Tender; Grade Checker; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & Aw similar, or Compacting Vibrator) , except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration `W Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement) ; Cement Hog; Compressor (2000 IMW CFM or over, 2 or more, gas diesel or electric power) ; Concrete Saw (multiple cut) ; Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks ow (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad ,w Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete) ; Spreader Box (self-propelled) ; Straddle Buggy (Ross & similar ow on construction job only) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with rr power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat; Boring Machine (earth) ; Boring Machine (rock under 8" bit) (Quarry Master, Joy or similar) ; Bump Cutter as (Wayne, Saginau or similar) ; Canal Lining Machine (concrete) ; Chipper (without crane) ; Cleaning & Doping Machine (pipeline) ; Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar) ; Elevating Grader-type Loader (Dumor, Adams or similar) ; Generator Plant Engineers (diesel or electric) ; Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or similar) ; Spreader Machine; Tractor (to we D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator to GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar) ; Curb Extruder (asphalt or concrete) ; Drills (churn, core, calyx or diamond) (operate drilling machine, drive or transport drill rig to and on job site as and weld well casing) ; Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ; Loaders (overhead & front-end, under 4 yds. R/T) ; Refrigeration Plant Engineer (under to 1000 ton) ; Rubber-tired Skidders (R/T with or without attachments) ; Surface Heater & Plant Machine; Trenching Machines (under 7 ft . depth capacity) ; Turnhead (with re-screening) ; Vacuum Drill (reverse circulation drill under 8" bit) �r http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 11 of 35 r� GROUP 5: Backhoe (under 45, 000 gw) ; Backhoe & Hoe Ram (under 3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & +++ under) , all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons) ; Drilling Equipment (8" bit & over) (Robbins, reverse circulation & similar) (operates drilling machine, drive or transport drill rig to and on job site and weld well casing) ; Hoe Ram; Piledriving Engineers; Paving (dual drum) ; Railroad Track Liner Operaotr (self-propelled) ; err Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & tr Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45, 000 gw and over to 110, 000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ; Batch & Wet Mix wo Operator (multiple units, 2 & incl. 4) ; Blade Operator (motor patrol & attachments, Athey & Huber) ; Boom Cats (side) ; Cable Controller (dispatcher) ; Clamshell Operator (under 3 yds. ) ; Compactor (self-propelled with blade) ; Concrete Pump wr Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons) , all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; err Dozer, 834 R/T & similar; Draglines (under 3 yds. ) ; Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds. ) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or No similar equipment; Rollerman (finishing asphalt pavement) ; Roto Mill (pavement grinder) ; Scrapers, all, rubber-tired; Screed Operator; Shovel (under 3 yds. ) ; Tractors (D-6 & equilvalent & over) ; Trenching Machines (7 ft. depth & over) ; Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110, 000 gw) ; Backhoes & Hoe Ram (3 yds & err over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including ' clamshell and dragine; Derricks & Stiffleys (65 tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or to similar) ; Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ; Rubber-tired Scrapers (multiple engine with three or more scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads, ALL r GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over) ; vrr Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180' to 250' $ .30 over scale No Over 250' $ . 60 over scale NOTE: In computing the length of the boom on Tower Cranes, they ON shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air ar shall receive $1.00 an hour above classification. WW http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 12 of 35 to ---------------------------------------------------------------- ENGI037OG 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , a� COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: 24 .73 6.27 GROUP 2: 25. 10 6.27 GROUP 3: 25. 13 6.27 GROUP 4 : 25.52 6.27 GROUP 5: 24 .73 6.27 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) ; Mates and Boatmen GROUP 3: Engineer Welder rap GROUP 4 : Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ---------------------------------------------------------------- ENGI0612A 06/01/2002 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF iwt WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles) : GROUP 1AAA 31. 14 8.40 GROUP 1AA 30. 64 8 .40 GROUP lA 30.14 8.40 ow GROUP 1 29. 64 8. 40 GROUP 2 29.20 8. 40 GROUP 3 28. 94 8. 40 GROUP 4 26.74 8.40 ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates tw BASEPOINTS: Tacoma, Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-300 tons, or 300 ft of boom (including jib with attachments) ft„ http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 13 of 35 aiwr GROUP 1AA - Cranes 200 tons to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in ON height, base to boom arc GROUP lA - Crane 100 tons thru 199 tons, or 150 of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Shovel, excavator, backhoes-6 yds and over with attachments rr GROUP 1 - Cableways; Cranes-45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge aw type - 45 tons thru 99 tons; Excavator, shovel, backhoes over 3 yards and under 6 yards; hard tail end dump articulating off-road equipment 45 yards and over; loader-overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or ww shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self- propelled-45 yds and over; Slipform pavers; Transporters-all track or truck type acct GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump cutter; Cranes-20 tons through 44 tons with attachments; Crane-overhead, bridge type-20 tons thru 44 tons; Chipper, Concrete Pump-truck mounted with boom attachment; Crushers; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing machine, +0 Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds. ; Loaders, plant feed; Locomotive-all; Mechanics-all; Mixers, asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill roto grinder; screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end 00 dump, articulating off-road equipment under 45 yds. ; Subgrader trimmer; Tractors, backhoes over 75 hp. ; Transfer material service machine-shuttle buggy, Blaw Knox-Roadtec; Truck Crane Oiler/driver-100 tons and over, Truck Mount Portable Conveyor; Yo Yo Pay dozer. GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; Cranes-A-frame over 10 tons; Drill Oilers-Auger type, truck or crane mount; Dozers-D-9 and under; Forklifts-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists- (elevators and manlifts) , air tuggers, strato 4W tower bucket elevators; Hydralifts/Boom Trucks-over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant Oiler-Asphalt, Crusher; Pumps, Concrete; Roller, plant mix am or multi-lift materials; Saws-concrete; Scrapers-Concrete and Carry all; Trenching machines; Truck Crane Oiler/Driver-under 100 tons; Tractor, backhoe-under 75 hp www GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Crane-A-Frame, 10 tons and under; Elevator and manlift-permanent and shaft type; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole Digger-mechanical; Power plant; ra�r http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 14 of 35 Pumps-Water; Roller-other than Plant Mix; Wheel Tractors, Farmall type; Shotcrete/Gunite Equipment Operator err CATEGORY B PROJECTS - 950 of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid u�r on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc. ) less than $150, 000 WORK PERFORMED ON HYDRAULIC DREDGES: No Total Project cost $300, 000 and over GROUP 1 28.38 8. 40 GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 ww GROUP 4 28.87 8. 40 GROUP 5 30.26 8.40 GROUP 6 28.38 8.40 No GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam rMr or Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance +wr Total Project Cost under $300, 000 GROUP 1 26. 96 8.40 GROUP 2 27.06 8. 40 GROUP 3 27.38 8.40 GROUP 4 27. 43 8.40 GROUP 5 28.75 8. 40 GROUP 6 26. 96 8.40 GROUP 1: Assistant Mate (Deckhand) +w GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman, Engineer Welder ow GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour w H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ---------------------------------------------------------------- we ow http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 15 of 35 ENGI0701D 01/01/2003 Yrr Rates Fringes CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES err POWER EQUIPMENT OPERATORS (See Footnote A) ZONE 1: GROUP 1 29.30 8 . 95 wrr GROUP lA 30.77 8. 95 GROUP 1B 32.23 8. 95 GROUP 2 28.07 8. 95 GROUP 3 27.31 8. 95 4W GROUP 4 26.79 8. 95 GROUP 5 26. 19 8. 95 GROUP 6 23.84 8. 95 r Zone Differential (add to Zone 1 rates) : Zone 2 - $1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National aw Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in #41 County & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. WI All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. 40 All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Nr Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG +err All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities wl` shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS �„ http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 16 of 35 GROUP l: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 �r tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton 4W GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment) ; LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over •ry GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; fto BLADE: Auto Grader or "Trimmer" (Grade Checker required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120, 000 lbs and above; Bulldozer operator, twin engine; a* Bulldozer Operator,tandem, quadnine, D10, Dll, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; or Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment) ; as TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, as etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120, 000 lbs. and above; REMOTE CONTROL: Remote controlled earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- 'o tired scraper operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: „o Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required) ; Canal Trimmer (Grade Oiler required) ; Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator) ; UNDERWATER EQUIPMENT: Underwater Equipment Operator, 'p remote or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over 130, 000 lbs. go GROUP 3: BULLDOZERS: Bulldozer operator, over 70, 000 lbs. up to and including 120, 000 lbs. ; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower tip' attachment) ; LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom) ; FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR: excavator over 80, 000 lbs. ow through 130, 000 lbs. ; LOADERS: Loader operator 60, 000 and less than 120, 000; RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER MW OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but .. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 17 of 35 aw less than 5 cu yds. No GROUP 4 : ASPHALT: Screed Operator; Asphalt Paver operator (screeman required) ; BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS: Bulldozer Operator over 20, 000 lbs and more than 100 horse up to 70, 000 lbs; Drill Cat Operator; Side-boom Operator; Cable-Plow Operator (any type) ; CLEARING: Log Skidders; 40 Chippers; Incinerator; Stump Splitter (loader mounted or similar type) ; Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine) ; Hydro Axe (loader mounted or similar type) ; ur COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types) ; Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or Aw less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway ■r Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, aw under 50 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry) ; Directional Drill Operator wo over 20, 000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand 4W required) ; Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required) ; Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ; Guardrail Auger Operator (all types) ; Combination Guardrail machines, i.e. , punch auger, etc. ; HEATING PLANT: Surface Heater and Planer Operator; ar HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20, 0000 lbs. with any or all attachments; Excavator Operator over 20, 000 lbs through 80, 000 lbs. ; LOADERS: Belt Loaders, Kolman and Ko Cal types; 4r Loaders Operator, front end and overhead, 25, 000 lbs and less than 60, 000 lbs; Elevating Grader Operator by Tractor operator, err Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type) ; PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring 40 Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel rr Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder) ; H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, single engine, single scraper; Self-loading, paddle i,,, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 18 of 35 No wheel, auger type under 15 cu. yds. ; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- r ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, wr Operator under 3 cy yds. ; Grade-all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber-tired, over 50 a* hp flywheel; Tractor operator, with boom attachment; Rubber-tired dozers and pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: 'kw Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator r (any asphalt mix) ; Asphalt Burner and Reconditioner Operator (any type) ; Roto-Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20, 000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power) , over 1, 250 cu. ft. aw total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade) ; CONCRETE: Combination mixer and Compressor Operator, aw gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type) ; Pavement Grinder and/or Grooving Machine Operator (riding type) ; Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; ar Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing arr mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power me Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist as Operator; Hoist Operator, single drum; Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill aw and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20, 000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; 40 HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type) ; Hydraulic Backhoe Operator track type up to and including 20, 000 lbs. ; LOADERS: Loaders, rubber- go tired type, less than 25, 000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser) ; PIPELINE-SEWER WATER: Hydra hammer or simialr types; sw Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast ow Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJB's Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock ar Spreaders, self-propelled; Pulva-mixer or similar types; Chiip „� http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 19 of 35 Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled r construction job site; TRACTOR-RUBBER TIRED: Tractor operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey w GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type) ; Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power) , under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor 00 Operator; Conveyor Operator; Mixer Box Operator (C.T.B. , dry batch, etc. ) ; Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type) ; Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; �r Truck Crane Oiler Driver; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher o, feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform) ; Fork Lift or Lumber Stacker Operator, construction job aw site; Ross Carrier Operator, construction job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch w, Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd. ) ; Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; 'W Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated) ; PUMPS: Pump Operator (any power) ; Hydrostatic Pump go Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade) ; Grade Checker; Fireman; SWEEPER: Broom operator, of self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt) ; Tamping Machine operartor, mechanical, self-propelled; Hydrographic aw Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ---------------------------------------------------------------- err ENGI0701E 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: +err ZONE A LEVERMAN, HYDRAULIC 32.43 8.50 LEVERMAN, DIPPER, FLOATING CLAMSHELL 30.25 8 .50 ASSISTANT ENGINEER 29.25 8 . 50 TENDERMAN 28. 44 8.50 irrr ASSISTANT MATE 26.58 8.50 ZONE B LEVERMAN, HYDRAULIC 34.43 8.50 LEVERMAN, DIPPER, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 20 of 35 l.. FLOATING CLAMSHELL 32.25 8.50 ASSISTANT ENGINEER 31.25 8.50 yw TENDERMAN 30. 44 8 .50 ASSISTANT MATE 28.58 8.50 ZONE C No LEVERMAN, HYDRAULIC 35. 43 8 . 50 LEVERMAN, DIPPER, FLOATING CLAMSHELL 33.25 8.50 4r ASSISTANT ENGINEER 32.25 8.50 TENDERMAN 31. 44 8.50 ASSISTANT MATE 29.58 8.50 so ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. wo ZONE B - Over 30-50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the err shortest route to the geographical center of the project. ---------------------------------------------------------------- * IRON0014F 02/01/2003 to Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, aw STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 25. 52 11. 80 ---------------------------------------------------------------- so IRON0029I 07/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES IRONWORKERS 26. 97 11.80 ---------------------------------------------------------------- IRON0086B 07/01/2002 wr Rates Fringes YAKIMA, KITTITAS AND CHELAN COUNTIES IRONWORKERS 26. 72 11.80 No ---------------------------------------------------------------- IRON0086E 07/01/2002 Rates Fringes irr CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES ;W IRONWORKERS 27.22 11.80 ---------------------------------------------------------------- LAB00001D 06/01/2002 'W Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS AND YAKIMA COUNTIES am wo http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 21 of 35 aw LABORERS: ZONE 1: err GROUP 1 14. 79 6.20 GROUP 2 17. 11 6.20 GROUP 3 18. 83 6.20 GROUP 4 19.31 6.20 a* GROUP 5 19. 67 6.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : aw ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, ow AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city rrr hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ow CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE ow NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES aw LABORERS: ZONE 1: GROUP 1 17.71 6.20 GROUP 2 20. 03 6.20 ow GROUP 3 24 .71 6.20 GROUP 4 25. 19 6.20 aw GROUP 5 25.55 6.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $ .70 ZONE 3 - $1. 00 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON err ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the aw respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS ow GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final to acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; law Flagman; Pilot Car Y. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 22 of 35 No GROUP 3: General Laborer; Air, Gas, or Electric Vibrating to Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete go 30 Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout 40 Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job rrr site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4 : Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; r Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste so Worker (Level B) ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high • pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Orr Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20' ) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; rr Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman; rr Hazardous Waste Worker (Level A) . ---------------------------------------------------------------- LAB00238E 06/01/2002 to Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, rs OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES LABORERS: ZONE 1: GROUP 1 17 . 66 5.50 GROUP 2 19.76 5.50 GROUP 3 20.03 5.50 GROUP 4 20.30 5.50 GROUP 5 20.58 5. 50 GROUP 6 21. 95 5.50 No Zone Differential (Add to Zone 1 rate) : $2.00 rr BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. go Zone 2: 45 radius miles and over from the main post office. W http://ftwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 23 of 35 .r LABORERS CLASSIFICATIONS +rr GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson) ; Window .r Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) wo GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form 40 construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine, 6 inches and smaller) ; Confined Space Attendant; Concrete ow Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material) ; Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers) ; Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal) ; Miner, Class r "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel) ; Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures) ; Tailhoseman (water nozzle) ; Timber Bucker and Faller (by hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer *r GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine) ; Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator) ; Jackhammer Operator; err Miner, Class "B" (to include brakeman, finisher, vibrator, form setter) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer, multi- No plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker go or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) VW GROUP 4 : Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush go machine, power propelled) ; Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high) ; Gunite (to include operation wr of machine and nozzle) ; Hazardous Waste Worker, Level B (uses a„ http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 24 of 35 to same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit") ; High do Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; Monitor Operator (air track or similar mounting) ; Mortar Mixer; Nozzleman aw (to include jet blasting nozzleman, over 1,200 lbs . , jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, 00 collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level No A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) ; Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and No shafts) GROUP 6 - Powderman ---------------------------------------------------------------- aw LAB00238G 06/01/2002 Rates Fringes +ter COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN w HOD CARRIERS 21. 55 5.50 ---------------------------------------------------------------- aw LAB00335A 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE to BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES ZONE 1: ar LABORERS: GROUP 1 23.43 6. 15 GROUP 2 23. 94 6. 15 40 GROUP 3 24. 33 6. 15 GROUP 4 24 . 66 6. 15 GROUP 5 21.26 6. 15 GROUP 6 19. 16 6. 15 ow GROUP 7 16. 40 6. 15 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0. 65 go Zone 3 - 1. 15 Zone 4 - 1.70 Zone 5 - 2.75 MY BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. owl ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. y. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 25 of 35 ZONE 4 : More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS +rr GROUP l: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; No Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types) ; Loading Spotters; Material Yard Man go (including electrical) ; Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms) ; Rip Rap Man (hand placed) ; Road Pump Tender; Sewer Labor; Aw Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw) ; Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc. ) ; Concrete 40 Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool Operators err (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet) ; Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling) ; aw Pumperete Nozzlemen; Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster �rrr GROUP 4 : Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam +�r (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel iW GROUP 5: Traffic Flaggers MW http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 26 of 35 ow GROUP 6: Fence Builders rrr GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE rrr BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES HOD CARRIERS 25. 04 6. 15 err ---------------------------------------------------------------- PAIN0005B 06/01/2002 rrrir Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES aw STRIPERS 21.25 6. 40 ---------------------------------------------------------------- ow PAIN0005D 07/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, to MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES PAINTERS 23.27 5.36 to ---------------------------------------------------------------- PAIN0005G 07/01/2002 Rates Fringes ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES PAINTERS*: as Brush, Roller, Striping, Steam-cleaning and Spray 18. 97 5.32 Application of Cold Tar Products, Epoxies, Polyure as thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples 19. 97 5. 32 TV Radio, Electrical Transmission Towers 20.72 5.32 Lead Abatement, Asbestos r Abatement 19. 97 5.32 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055C 07/01/2002 to Rates Fringes ,o http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 27 of 35 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES +rr PAINTERS: Brush & Roller 17.35 5.08 Spray and Sandblasting 17. 95 5.08 err High work - All work 60 ft. or higher 18. 10 5.08 ---------------------------------------------------------------- +rr PAIN0055L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES rrr PAINTERS: per HIGHWAY AND PARKING LOT STRIPER 23.36 5.75 ---------------------------------------------------------------- aw PLAS0072E 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, 4W FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES wo ZONE 1: CEMENT MASONS 22. 33 5. 98 Zone Differential (Add to Zone 1 °o rate) : Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston vrr Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- ir PLAS0528A 12/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES aw CEMENT MASON 28. 05 9. 84 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, or POWER TOOLS, GUNNITE NOZZLE 28.30 9.84 ---------------------------------------------------------------- PLAS0555B 06/01/2002 err Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES w ZONE 1: CEMENT MASONS 24 .24 9.70 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 24 . 68 9.70 ®, http://fTwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 28 of 35 .. CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING wr SCAFFOLD 24 . 68 9.70 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING rr SCAFFOLD 25. 13 9.70 Zone Differential (Add To Zone 1 Rates) : *a Zone 2 - $0. 65 Zone 3 - 1. 15 Zone 4 - 1.70 wo Zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, so PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. rr ZONE 4 : More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- rr PLUM0032B 01/01/2003 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 34 . 18 12. 68 ---------------------------------------------------------------- a PLUM0032D 06/01/2002 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 26. 13 10.23 rr ---------------------------------------------------------------- PLUM0044C 06/01/2002 Rates Fringes ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN PART) , LINCOLN (EASTERN PART) , PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES orr PLUMBERS AND PIPEFITTERS 26. 16 9.89 ---------------------------------------------------------------- as PLUM0082A 08/01/2002 Rates Fringes CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE Wr SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 29. 60 11. 62 do ---------------------------------------------------------------- ow http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 29 of 35 r PLUM0265C 08/01/2002 Rates Fringes ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES PLUMBERS AND PIPEFITTERS 29. 00 11. 62 ---------------------------------------------------------------- err PLUM0290K 10/01/2002 Rates Fringes CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) PLUMBERS AND PIPEFITTERS 31.73 12. 93 ---------------------------------------------------------------- PLUM0598E 06/01/2002 Rates Fringes ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY (WESTERN PART) , we FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN (EASTERN) , WALLA WALLA AND YAKIMA COUNTIES PLUMBERS 29. 85 12.59 ---------------------------------------------------------------- PLUM0631A 08/01/2002 Rates Fringes MASON (NE SECTION) , on AND KITSAP COUNTIES PLUMBERS/PIPEFITTERS: All new construction, additions, ow and remodeling of commercial building projects such as: cocktail lounges and taverns, go professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100, 000 19.20 4 .58 All other work where the plumbing and mechanical cost of the project is $100, 000 and over 27. 84 11. 62 ---------------------------------------------------------------- TEAM0037C 06/01/2002 it Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ZONE 1: GROUP 1 23. 65 8 .45 ,,,,n http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 30 of 35 40 GROUP 2 23.77 8. 45 GROUP 3 23. 90 8.45 GROUP 4 24 . 16 8 . 45 GROUP 5 24 .38 B. 45 i GROUP 6 24 .54 8 .45 GROUP 7 24 .74 8. 45 Zone Differential (Add to Zone 1 Rates) : 40 Zone 2 - $0. 65 Zone 3 - 1. 15 Zone 4 - 1.70 Zone 5 - 2.75 err BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER M ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the Ift respective city hall. ZONE 4 : More than 50 miles but less than 80 miles from the respective city hall. to ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS 40 GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated dump truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Concrete pump truck; AW Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site) ; Loader and/or Leverman on tw Concrete Dry Batch Plant (manually operated) ; Pilot Car; Pickup truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3, 000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman art GROUP 2: Boom truck/hydra lift or retracting crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/articulated dumps 6 cu to 10 cu. ; Flaherty Spreader Driver or Leverman; to Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and VW transporting of materials on job site) ; Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds. ; Vacuum trucks; Water truck/Wagons (rated capacity) over 3, 000 to 5, 000 gallons go GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or to combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; Selfpropelled street sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds. ; Truck Mechanic-Welder-Body Repairman; as Utility and cleanup truck; Water Wagons (rated capacity) over MW http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 31 of 35 5, 000 to 10, 000 gallons ar GROUP 4 : Asphalt burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: 40 over 30 cu. yds. and including 50 cu. yds. includes articulated dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds. ; Water Wagon (rated capacity) over 10, 000 gallons to 15, 000 gallons sus GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. do and including 60 cu. yds. includes articulated dump trucks GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete mix trucks; Dump trucks, side, end and bottom dumps, including so Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. , and includes articulated dump trucks; Skid truck No GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds. , includes articulated dump trucks; y Industrial lift truck (mechanical tailgate) ---------------------------------------------------------------- TEAM0174A 06/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES (pr TRUCK DRIVERS; ZONE A: GROUP 1: 25.79 9. 68 GROUP 2: 25.21 9. 68 are GROUP 3: 22.81 9. 68 GROUP 4 : 18.56 9. 68 GROUP 5: 25.55 9. 68 y „ ZONE B (25-45 miles from center of listed cities*) : Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*) : Add $1. 00 per hour to Zone A rates. to *Zone pay will be calculated from the city center of the following listed cities: to BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT us TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS to GROUP 1 -"A-frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or to similar equipment is used; Buggymobile; Bulk Cement Tanker; ,r„ http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 32 of 35 to Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, err Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $. 15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose 10 aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3, 000 gallons and over capacity 4 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, to and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, to side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck, Greaser, Battery 10 Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; No Tractor (small, rubber-tired) (when used within Teamster jurisdiction) ; Vacuum truck; Water Wagon and Tank trucks-less than 3, 000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$ .25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a i chemical "splash suit. " LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. JY111 ---------------------------------------------------------------- TEAM0760C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 33 of 35 TRUCK DRIVERS r (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE l: (INCLUDES ALL OF YAKIMA COUNTY) err GROUP 1 17. 73 8.50 GROUP 2 20. 00 8 .50 GROUP 3 20.50 8.50 GROUP 4 20. 83 8 .50 GROUP 5 20. 94 8. 50 GROUP 6 21. 11 8 . 50 GROUP 7 21. 64 8.50 GROUP 8 21. 97 8.50 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone l: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) to GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic System; Fork Lift (3001-16, 000 lbs. ) ; Fuel Truck Driver, Steamcleaner & Washer; Power Operated 40 Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 40 yds. ) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds. ) ; Warehouseperson (to include shipping & receiving) ; Wrecker & Tow Truck 4' GROUP 4 : A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds. ) ; Truck Mounted Hydro Seeder; 40 Warehouseperson; Water Tank truck (0-8, 000 gallons) GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ; Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to to and including 10 yds. ) ; Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds. ) ; Truck-Mounted Crane 00 (with load bearing surface either mounted or pulled, up to 14 ton) ; Vacuum Truck (super sucker, guzzler, etc. ) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16, 000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ; Semi- so end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks ow http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 34 of 35 Hauling Concrete (over 10 yds. to & including 20 yds. ) ; Trucks, side, end, bottom and articulated end dump (over 20 yds. to & rr including 40 yds. ) ; Truck and Pup; Tournarocker, DW's & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8, 001- 14, 000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete (over 20 aw yds. ) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds. ) ; Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds. ) ; Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. to NOTE: Trucks Pulling Equipment Railers: shall receive $. 15/hour over applicable truck rate ----------------------------------------------------------------- ---------------------------------------------------------------- 40 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- do Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively ' bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. 40 WAGE DETERMINATION APPEALS PROCESS to l. ) Has there been an initial decision in the matter? This can be. 40 * an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter �„ http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 WAIS Document Retrieval Page 35 of 35 so * a conformance (additional classification and rate) ruling 4W On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour qP Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) to and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch tv of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 err 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator so U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 40 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the 40 requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review 4' Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board 4W U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 ap 4 . ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 40 it 40 '0 No http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020(... 5/13/2003 SECTION 11 CONTRACT FORMS .w CONTRACT THIS AGREEMENT,made and entered into this day of QU& , 2003 by to and between THE CITY OF RENTON, Washington, a municipal corpor ion of the State of Washington, herei after referred to as "CITY" or "OWNER"and /— d rJ'7� D. ,hereinafter referred to as "CONTRACTOR." .r WITNESSETH: 40 1) The Contractor shall within the time stipulated herein, perform 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 wr Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project: .r Renton Municipal Airport 2003 Taxiway, Lighting and Signing Improvements Renton, Washington tr A.I.P.No. 3-53-0055-13 to the extent of the proposal made by the CONTRACTOR and agreed to by the CITY dated to the /& day of Ja r7 e, 2003, all in full compliance with the Contract Document referred herein. ' 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 Planning/Building/Public Works Administrator as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant 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. .rr a) This Agreement b) Instruction to Bidders c) Signed Copy of the Proposal d) Bid Bond e) Maps and Plans f) Bond with the City of Renton g) Advertisement for Bids h) General Provisions i) Technical Specifications ° W&H Pack,inc. 1AProjectslCity of Renton130669 2003 Airport Txwy Impr1SpecsIC0N7RACTS.doc Renton Municipal Airport Contract Forms 1 +wt ■, 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 in writing thereof, or fails to complete said work with 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 +0 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 w. 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 within thirty (30) days from the date of serving such notice, 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 OW 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. 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. Futhermore, 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. w +� W&H Pack, Inc. 1AProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsICONTRACTS.doc Renton Municipal Airport Contract Forms 2 wr .. 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, 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. •• 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 the City provides written notification to proceed to the Contractor, and shall complete the full performance of the Contract not later than 87 calendar days from the date of commencement. For each and every working day of delay after the established day of completion, or the extended time limit as agreed upon, as more particularly set forth in the Contract Documents, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be paid at the rate as specified in the General Provisions as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. Sundays and legal holidays shall be excluded in determining days in default. 8) Neither the final certificate of payment not 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. aw 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 err 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. 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. err W&H Pack, Inc. c1Pro jectslCity o/Renton130669 2003 Airport Txwy ImprlSpecsICONTRACTS.doc Renton Municipal Airport Contract Forms 3 we .�, 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 13. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 4W 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 aw conducting work in City right-of-way. 12) The provisions contained in these Contract Documents relating to prevailing wage rates are made a part of this contract as completely as if the same were fully set forth herein. 13) The total amount of this contract is the sum of 4 L I I L 2— , Q 1,5 e �� _ / f (number) 402 ��OCl�ytc/ f /UO '- (written words) ow which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "General Provisions" and "Supplementary Conditions" of this Contract Document. 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. ONTRACTO CITY OF RENTON C�5 residen artner wner May ATTEST Seck6ry City Clerk r`.7ffly M@A70 CiC'/?$MxWon e.s Ino. L Firm Name (check one) 0 Individual 0 Partnership Pr Corporation Incorporated in wr W&H Pack, Inc. I:IProjectslCdy of Renton130669 2003 Airport Txwy ImpASpecsICONTRACTS.doc Renton Municipal Airport Contract Forms 4 rrr 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. 4W 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. v. to go •r► wr am to 4W W&H Pack, Inc. 1AProjectslCity of Renton130669 2003 Airport Txwy Impr%Specs1C0NTRACTS.doc Renton Municipal Airport Contract Forms 5 vW 40 CITY OF RENTON G~ Y FAIR PRACTICES POLICY *W ' ' ' AFFIDAVIT OF COMPLIANCE Gwy Medin®Ccnsftcdcn Co,, Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant ---. - ------.+—. Gmy Merlino Ccnsftcdcn Comic; L 11 I. It is the policy of - - to offer (Name of contractor/subcontractor/consultant) equal opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. w / II. Garq- U/1 o d T 0V'! c� . . G complies with all no applicablef (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. r -7� III. When applicable, 60t" cer r 61,10 �/,5#11_ 00 CIO Jet G, will seek Out 1 (Name of contractor/subcontractor/consultant) 4W and negotiate with minority and women contractors for the award of subcontracts. 4A.11 L- Z-E�'iS Print Agent/Representative's Name L�2N T- 1;S&nI//l/ Print Agent/Representative's Title r� u A e epresentative's Signature Date Si ed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. +� W&H Pack, Inc. I:IProjectslC ty of Renton130669 2003 Airport Txwy ImpASpecsICONTRACTS.doc Renton Municipal Airport Contract Forms 6 i�rr sir , rr PERFORMANCE BOND Bond No. 103964159 KNOW ALL MEN BY THESE PRESENTS,that we Gary Merlino Construction Company, Inc. , as PRINCIPAL,and Travelers Casualty and Surety Company America of , a corporation duly authorized to act as a surety company in Washington, as SURETY, are jointly and severally held and bound unto the City of Renton, as Obligee, hereinafter called Two Million One Hundred Twenty-Two Thousand OWNER, in the sum of Two and 62/100 - - - - - - - - - - ($2,122,015.62 ) for the payment of which we jointly and severally bind ourselves, our heirs, successors, administrators and assigns,or our successors and assigns,firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the PRINCIPAL herein has made and entered into a certain contract with the OWNER, a copy of which is attached hereto, which contract is by this reference made a part hereof, whereby the said PRINCIPAL agrees to perform certain work and to furnish certain materials and to assume obligations, all in accordance with the terms, conditions, requirements, plans and specifications set out in said contract, and .. Renton Airport 2003 Taxiway Lighting & Signage Improvements; CAG-03-037 NOW, THEREFORE, if the PRINCIPAL herein shall faithfully and truly observe and comply ++•� r with the terms, conditions, and provisions of said contract, in all respects, and shall well and truly and fully do and perform all matters and things by him undertaken to be performed under L said contract and during a one (1) year guarantee period, upon the terms set forth therein and within the time prescribed therein or as extended as provided therein and during a one (1) year guarantee period, and shall, in all respects perform said contract according to law, then this obligation shall be void,otherwise to remain in full force and effect. For value received, the SURETY hereby agrees that no change, extension of time, alteration or addition to the terms of the contract or the work to be performed thereunder, or the specifications r. rr accompanying the same shall in any way affect its obligations hereunder, and the SURETY expressly waives notice of any such change, extension, alteration,or addition. Nonpayment of the bond premium will not invalidate this bond nor shall the OWNER be I tio obligated for the payment thereof. r W&H Pacific,Inc. 1.1PMJecrsicaywRenron"692X3A PWrxwv,-jDn1SeCstconrrw,crs.eoe Renton Municipal Airport Contract Forms sill 7 lrr sir In Witness Whereof,the parties hereto have caused this Bond to be executed in Seattle, WA this 71` day of ,2003. rw PRINCIPAL: SURETY: w Gary Merlino Construct n Company, Inc. Travelers Casualty and Surety Company of America .. B By orney-in-Fact Joan M. Councilman orr •r Title C Attest do ro Secretary r rr The Attorney-in-fact who executes this bond in behalf of the surety company, must attach a copy of his power-of-attorney as evidence of his authority. .r `, To each executed original of this bond there must be attached a complete set of the "Contract Documents", as the term is defined in the Supplementary Conditions with all corrections, tip interlineations,signatures, etc.,completely reproduced therein. rr %w .r M. .r W&H Pacific.Inc f:WpjecWGity otRentonQX69 2003.tirpw Txwy lmpASpecsiCONTRAC TS.doc Renton Municipal Airport Contract Forms r� 8 1w1 wwrr PAYMENT BOND Bond Number 103964159 .. KNOW ALL MEN BY THESE PRESENTS, That Gary Merlino Construction wr Company, Inc. as PRINCIPAL, hereinafter called PRINCIPAL,/and a corporation organized and existing under the laws of the State of Washington, as SURETY, hereinafter called SURETY, are held and firmly bound unto the City of Renton, as OBLIGEE, hereinafter called OWNER, for the use and benefit of claimants as hereinbelow defined, in the "r Two Million On Hundred Twenty-Two Thousand amount of Fifteen and 62100 - - - - - - - - - - - - - - - - - ($-2-a22,015.62 r ), for the payment whereof PRINCIPAL and SURETY bind themselves, their heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these presents. *Travelers Casualty and Surety Company of America WHEREAS, PRINCIPAL has by written agreement dated 7 , 2003, entered into a tir► contract with OWNER for construction of A.I.P. Project No. 3-53-0055-13 and CAG-03-037 in .r accordance with drawings and specifications prepared by W&H Pacific, Inc., which contract is by reference made a part hereof,and is hereinafter referred to as the contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that is the principal shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or reasonably required for use in the performance of the contract, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following do �• conditions: r (1) A claimant is defined as one having a direct contract with the principal or with a subcontractor of the principal for labor, material, or both, used or reasonably r required for use in the performance of the contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the contract. w a (2) The above named principal and surety hereby jointly and severally agree with the owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed,or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the W&-f Pacific,Inc. rwRaecrslcay orRenronW669 2003 ArpoR Tx%y ImpnspecstCONMACTS doc Renton Municipal Airport Contract Forms VIII 9 r ,r rr • suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The owner shall not be liable for the payment of any costs or expenses of any such suit. it (3) No suit or action shall be commenced hereunder by any claimant: A) Unless claimant, other than one having a direct contract with the principal, r` shall have given written notice to any two of the following: the principal, •• the owner, or the surety above named, within ninety (90) days after such (claimant did or performed the last of the work or labor, or furnished the dw last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the • �" principal, owner or surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State of Washington, save that such service need not be made by a public officer. ar �" (B) After the expiration of one (1) year following the date on which principal ,,,, • ceased work on said contract, it being understood, however, that if any limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. %P (C) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part • thereof, is situated, or in the United States District court for the district in which the project,or any part thereof, is situated, and not elsewhere. �,. (4) The amount of this bond shall be reduced by and to the extend of any payment or %W payments made in good faith hereunder, inclusive of the payment by surety of mechanics' liens which may be filed of record against said improvement, whether �• or not claim for the amount of such lien be presented under and against this bond. • W&H Pacific, Inc. 11ProjedsiCity oI Renton130669 2003 Airyaaf Txwy fmarlSpecsVCOlJTRACTS dac Renton Municipal Airpotf Contrary Forms 90 • arr err • Signed and sealed this ! day of 2003. In the "' presence of: Gary Merlino Construction Company. Inc. rr Witness r By SEAL) Principal Travelers Casualty and Surety Company of America .w (SEAL) Surety Attorney-in-Fact, Joan M. Councilman Yrr ar w rr r' w w r� +rr • r W&H Peck Inc i lPYg a slCity of RentonLV669 2003 Airport Txwy tmpASpecsICONTRACTS doC Renton Municipal Airport Contract Forms it V arr rftavelers �40� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal �. Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you �. with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal . Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps ' the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please no that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY - " " FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 an POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-UN-FACT am KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, air County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Jim S. Kuich, John Claeys, Joan M. Councilman, Ronald J. Lange, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the arr� authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: air VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe nr to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. rrr VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. ar VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority- This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings.obligatory in the nature thereof,and any such power of attorney_ or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or air undertaking to which it is attached. air air air (11-00 Standard) Willis - Seattle 6/20/03 3 : 26 PAGE 2/2 RightFax r. FROM STONEWAY CONCRETE (FRI) 6. 20' 03 ',2:90iST. 12:29/N0. 4862723086 P 2 As City of Renton Human Resources &Risk Management Department Insurance Information Form FOR-PROJECT NUMBER: STAFF CONTACT: ■ Certificate of Insurance indicates the coverages/limits Yes ❑ No specified in contract? Are the following coverages and/or conditions in effect? Yes ❑ No The Commercial General Liability policy fotm is an ISO LJ Yes ❑ No 1993 Occurrence Form or Equivalent? + (If no, attach a copy of the policy with required coverages clearly identified) am W CG 0043 Amendatory Endorsement provided?* uj0V& tD Yes ❑ No General Aggregate provided on a "per project basis No (CG2503)?*�(-(U0-AQ* low Additional Insured wording provided?* Yes ❑ No Coverage on a primary basis and non-contributing basis?* [ Yes ❑ No avow Waiver of Subrogation Clause applies?* ["Yes ❑ No Severability of Interest Clause(Cross Liability)applies? Yes ❑ No am Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No *To be shown on certificate of insurance* ' AM BEST'S RATING FOR CARRIER • GL ,auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend,extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution �■ of� contract. ` g y/Broker Completed By(T P ' ame) +■ Address pl ted By igna ure) Name of person to contact Teleph4ne Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE W3HPacific,Inc. fl�rge Cgyd RmtonW"P20030PWTxwylmprtSppg1CONTRACTSdoC Renton Municipal Airport -- Contract Forms 12 a+ +s 4W CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS 1W The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR) under Contract Number (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503 General Aggregate to apply per project, if applicable) • Explosion, Collapse and Underground Hazards • Products/Completed Operations Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage Independent Contractors • Personal/Advertising Injury • Stop Gap Liability r (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles �r (3) Workers'Compensation • Statutory Benefits (Coverage A) - Show WA L&I Number (4) Umbrella Liability .r Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract +,r involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. W&H Pack,Inc. ClProjectslCity of Renton130669 2003 Airport Txwy lmpriSpecsICONTRACTS.doc Renton Municipal Airport Contract Forms 13 +rr ACORDM CERTIFICATE OF LIABILITY INSURANCE page 1 of 3 06119DATE /2003 PRODUCER 877-559-6769 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. - Regional Cert Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11201 N. Tatum Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 Phoenix, Az 85028 INSURERS AFFORDING COVERAGE do i INSURED Gary Merlino Construction Co. ' INSURERA: St. Paul Guardian Insurance Company 24775-001 9125 10th Ave. S. Seattlee,, WA 98108 INSURERS National Union Fire Ins. Co. of Pittsburg 19445-002 ----- - - - --- INSURER C: INSURER D INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION j LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DDlYY DATE MM/DD/YY LIMITS A I GENERAL LIABILITY KKO8400383 1/31/2003 1/31/2004 EACHOCCURRENCE___ $ j­OQO.,_0QO_—_ : — 1 CLAIMS MADE j OCCUR :� X I COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Anyone fire) _$----_ jQQ_i QQO,-., ! MED EXP(Any one person) $ jQ,QQQ -X- WA_Stop—Gap ! PERSONAL B ADVINJURY $ 1,000,000 _ dlI �i _ GENERAL AGGREGATE $ 2,000,000 Ni AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMP/OP AGG $ 2,000,000 — GE PRO- _._.. POLICY X JECT LOC A AUTOMOBILE LIABILITY KKO8400383 1/31/2003 1/31/2004 F-- COMBINEDSINGLE LIMIT aw $ 1,000,000 V X ANY AUTO I(Ea accident) ALL OWNED AUTOS BODILY INJURY 11I$ SCHEDULEDAUTOS !(Per person) HIREDAUTOS BODILY INJURY accident) $ I. I NON-OWNED AUTOS � --- -- -------- ------- -------- PROPERTY DAMAGE (Per accident) $ ! GARAGE LIABILITY A AUTO ONLY-EA ACCIDE NT $ ANY AUTO ER THAN E A ACC $ OTH --- � - ----- --AUTO ONLY. qGG $ B EXCESS LIABILITY BE1399246 1/31/2003 1/31/2004 EACH OCCURRENCE $ rlll r-- - r I�-X OCCUR —j CLAIMS MADE AGGREGATE $ 1 -000 f 00-0 i $ $ DEDUCTIBLE - _ I� I d ! X RETENTION $ 10,000 $ I WORKERS COMPENSATION AND WC STATU- li OTH- I EMPLOYERS'LIABILITY Iii III TORY LIMITS ER -- E.L.EACH ACCIDENT j$ E.L.DISEASE-EA EMPLOYEE $ E .DISEASE-POLICY LIMIT 5 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Renton 2003 Airport Taxiway & Signage Improvements, Project #CAG-03-037 The Certificate Holder is added as Additional Insured as respects operations performed by or on rr behalf of the Named Insured but only insofar as coverage is provided therefore in the afore captioned policies and as required by written contract. Addi i n l Insured in lu des: City of Renton. and its officers. ffi i 1. actents. employees and CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION rr SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL Kn1bX=XX01 MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFTC>16 XADIB1K'Xd15tVN'GMb6_L 91111 �ieMt1 €�L115@idG�fIl�}IXiXXiX>1617 i�fr}O€7b.}6�1CX11(bC�INQ1fMtUlf?fiD� C3l:}t3C�I&idC9Cd City of Renton 6WX&l;1i=X9CXX 1055 South Grady Way AUTHORIZED REPRESENTATIVE Renton, WA 98055 ACORD 25-S(7/97) Coll:751904 Tp1:180710 Cer :3156983 ©ACORD CORPORATION 1988 +rl IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS- CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 29th day of March 2002. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY )SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD IV ANps GAsbga�wr p � • 3 i� d HARTFORD. 1 19 E 2 o B HARMOM Y cow George W. Thompson Senior Vice President On this 29th day of March, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn,did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF M AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals;and that he/she executed the said instrument on behalf of the corporations by M authority of his/her office under the Standing Resolutions thereof. tfl?T My commission expires June 30, 2006 Notary Public Marie C.Tetreault rrr CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, M TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set M forth in the Certificate of Authority,are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford,State of Connecticut. Dated this day of .■ CG� , 200J. u s O r ti •HARrFORO� HARTFOFi�, < o f 9 8 2�' o BY " corms. CONK Z ; Kori M. Johanson Assistant Secretary, Bond wr DATE W1111S CERTIFICATE OF LIABILITY INSURANCE page 2 of 3 06/19/2003 PRODUCER 877-559-6769 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE nr Willis North America, Inc. - Regional Cert Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11201 N. Tatum Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 Phoenix, Az 85028 INSURERS AFFORDING COVERAGE iIIIIIIII INSURED Gary Merlino Construction Co. INSURERA St. Paul Guardian Insurance Company 24775-001 9125 10th Ave. S. Seattle, WA 98108 INSURERB: National Union Fire Ins_ Co. of Pittsburg 19445-002 INSURER-C. INSURER D INSURER E: DESCRIPTION OF OPERATIONS ILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS volunteers rrI This insurance is primary and non-contributory per attached G0322 endorsement. A waiver of subrogation applies as respects General Liability per attached G0326 endorsement. go ar rr ar rIr rIr rr alr do MW rrr Coll:751904 Tp1:180710 Cert:3156983 Page 3 of 3 arr wo IMPORTANT an If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). wrr DISCLAIMER wr The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. air err mr me me NM WA rr go a� ACORD 25-S(7/97) Co11:751904 Tp1:180710 Cert:3156983 r ADDITIONAL PROTECTED PERSONS ENDORSEMENT—CONTRACTORS TheMbul GENERAL LIABILITY—INCLUDING COMPLETED WORK This endorsement changes your Contractors Commercial General Liability Protection r ,. How Coverage Is Changed There are two changes which are described architect, engineer, or surveyor professional below. services. rr 1. The following is added to the Who is Protected Architect, engineer, or surveyor professional Under This Agreement section. This change services includes: adds certain protected persons and limits their • the preparation or approval of maps, drawings, protection. opinions, reports, surveys, change orders, designs, or specification; and Additional protected person. The person • supervisory, inspection, or engineering r or organization named below is an additional services. protected person as required by a contract or agreement entered into by you. But only for 2. The following is added to the Other primary covered injury or damage arising out of: insurance section. This change broadens • your work for that person or organization; coverage. • your completed work for that person or organization if your contract or agreement We'll consider this insurance to be primary to requires such coverage; and non-contributory with the insurance issued • premises you own, rent, or lease from that directly to the additional protected persons person or organization; or listed below if: .r� • your maintenance, operation, or use of • your contract specifically requires that we equipment leased from that person or consider this insurance to be primary or organization. primary and non-contributory insurance; or • you request before a loss that we consider rrtrr We explain what we mean by your work and this insurance to be primary or primary and your completed work in the Products and non-contributory insurance. completed work total limit section. Other Terms If the additional protected person is an architect, engineer, or surveyor, we won't All other terms of your policy remain the same. cover injury or damage arising out of the ,. performance or failure to perform Person Or Organization: Any Person or Organization You Are Required By Written Contract to Add as an Additional Protected Person. do Name of Insured: Policy Number: KK08400383 Effective Date 01/31/03 Gary Merlino Construction Co. Processing Date 6/19/03 rir G0322 Rev. 12-97 Printed in U.S.A. Endorsement ©St. Paul Fire and Marine Insurance Co. 1997 All Rights Reserved r� Page 1 of 1 CONTRACTORS RECOVERING DAMAGES FROM A meStpaul THIRD PARTY ENDORSEMENT This endorsement changes your Commercial General Liability Protection. How Coverage Is Changed 0 Next, we will be entitled to any remaining balance, up to the amount paid under this The following replaces the Recovering Damages policy to reimburse us fully. From A Third Party section. 0 Then if any amount remains, you or any other protected person are entitled to the excess. Recovering Damages From A Third Party AW However, expenses of recovery proceedings will be Any protected person under this policy may be able divided in the same ratio as the recovery is shared. to recover all or part of a loss from someone other But if we are not successful in a right of recovery than us. Because of this, each protected person initiated solely at our request,we will be must do all that's possible after a loss to preserve responsible for the recovery expenses. any right of recovery available. We will waive our right of recovery against any If we make a payment under this policy that right of person or organization if you are required in a recovery will belong to us. But we will not have this contract with that person or organization to waive right of recovery against any: that right. But we'll do so only for payments we • Parent; make because of covered injury or damage that • Owned or controlled subsidiary; or results from work done by or for you under that • Affiliated company where you have contract. And only if you enter into that contract management control. before the injury or damage happens. ., We will work with you or any protected person in Other Terms the exercise of our right of recovery. If we recover any amount, it will be distributed in the following All other terms of your policy remain the same. manner: • You or any protected person will be reimbursed first for the loss not covered by insurance. a� +rr ,ww ,w nr rrr G0326 Ed. 9-97 Printed in U.S.A. Endorsement ©St.Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Page 1 of 1 w am LIMITS REQUIRED The (CONTRACTOR) shall carry the following limits of liability as required below: me Commercial General Liability aw General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 to Personal/Advertising Injury $ 1,000,000 Fire Damage (Any One Fire) $ 50,000 Medical Payments (Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers' Compensation Coverage A (Workers' Compensation) - Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two (2) years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 W&H Pacific, Inc. k ProjectslCdy of Renton130669 2003 Airport Txwy ImpASpecsICONTRACTS.doc ■r Renton Municipal Airport Contract Forms 14 wr .. ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and +r volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self- insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause (Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two (2) years after completion of the project. �r. W&H Pacific,Inc. k ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsICONTRACTS.doc trr Renton Municipal Airport Contract Forms 15 us ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number 4W issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the (OWNER). ++• 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or(b)products and completed operations of the NAMED INSURED, or(c) premises owned, leased or used by the NAMED INSURED. a` 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought "�� by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or .. amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. Da(!/ Authorized Representative M gnature W&H Pack, Inc. 1:1ProjectslGity of Renton130669 2003 Airport Txwy ImpASpecsICONTRACTS.doc rr Renton Municipal Airport Contract Forms 16 Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that; dw (1) No Federal appropriated funds have been paid or will we paid, by or on behalf of the undersigned, to any person for influencing or attempting to 1W influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form " to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was �. placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. �. The prospective participant also agrees by submitting his or her bid or Droposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. +rr +wr W&H Pacific, Inc. I:IProjects10ty of Renton130669 2003 Airport Txwy lmprlSpecsICONTRACTS.doc yr Renton Municipal Airport Contract Forms 17 rr V. ACORD CERTIFICATE OF LIABILITY INSURANCE I Date Producer: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 206-xxx-xxxx COMPANIES AFFORDING COVERAGE Insured COMPANY A COMPANY B COMPANY w C COMPANY D COVERAGES rrr THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN RECUED BY PAID CLAIMS. Co Type of Insurance Policy Number Policy Effective Policy Expiration Limits Ltr Date(MM/DD/YY) Date(MM/DD/YY) General Liability General Aggregate $ ❑ Commercial General Liability Products—Comp/Op Agg $ ❑ ❑ Claims Made ❑Occur Personal&adv Injury $ ❑ Owners&Contractors prot Each Occurrence $ ❑ Fire Damage(any one fire) $ ❑ Med Exp(any one person) $ Automobile Liability ❑ Any Auto Combined Single Limit $ �+ ❑ All Owned Autos Bodily Injury(Per person) $ ❑ Scheduled Autos Bodily Injury(Per accident) $ ❑ Hired Autos Property Damage $ attr ❑ Non-Owned Autos Garage Liability Auto Only—Ea Accident $ ❑ Any Auto Other than Auto Only: $ ❑ Each Accident $ ❑ Aggregate $ Excess Liability Each Occurrence $ art ❑ Umbrella Form Aggregate $ ❑ Other than Umbrella Form $ Workers Compensation and ❑I WC Statu- ❑I Oth- Employers Liability tory limits er The Proprietor/Partners/ ❑Incl EL Each Accident $ Executive Officers are ❑Excl EL Disease—Policy limit $ EL Disease—EA Employee $ Other 1rr err DESCRIPTION OF OPERATIONS/LOCATRIONS/VEHICLES/SPECIAL ITEMS an CERTIFICATE HOLDER: CANCELLATION: Should any of the above described policies be cancelled before the expiration date City of Renton thereof,the issuing company will endeavor to mail 45 days written notice to the to Attn: certificate holder named to the left. 1055 South Grady Way Authorized Representative Renton WA 98055 rrr W&H Pack, Inc. 19ProiectslC @v of Renton130669 2003 Airport Txwv ImprlSpecsICONTRACTS.doc Renton Municipal Airport Contract Forms 18 aw 11r r SECTION III CONTRACT CONDITIONS r�r SECTION III -- GENERAL PROVISIONS r, GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS �. Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHTO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to 0 be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 40 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. 4W W&H Pacific, Inc. 1AProjecWQty of Renton130669 2003 Airport Txwy ImprlSpecs100700 DOC Renton Municipal Airport General Provisions Update: change 13: 1/01 10-1 Notice 14: 01102 err to 10-11 CALENDAR DAY. Everyday shown on the calendar. to 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; General Provisions; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 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 (sponsor) 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. to W&H Pacific, Inc. P ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs100700.DOC No Renton Municipal Airport General Provisions Update: Change 13: 1/01 10-2 Notice 14: 01102 Vi AV 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and 4W supplements, amendments, and indices thereto as prepared and issued by the General Services Administration of the Federal Government. 10-23 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. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general .. requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-26 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. 10-27 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 contract awarded. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 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. 10-30 OWNER (SPONSOR). 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 +rr shall have the same meaning as the term owner. +w W&H Pacific,Inc. kXProjecW0ty of RentonQ0669 2003 Airport Txwy ImprlSpeCM00700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 10-3 Notice 14: 01102 �rrr 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 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. wry 10-33 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. 10-34 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 r to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport + ► development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved ' proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 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. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 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. 10-40 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. r 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 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. W&H Pacific, Inc. I:1ProjectslCity of RentonQ0669 2003 Airport Txwy ImprlSpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 10-4 Notice 14: 01102 my 10-43 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. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. w 10-45 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 «o airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 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. 10-47 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, unless 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 rr •w. r ow 40 W&H Pacific, Inc. I:IProjects1Qty of Renton130669 2003 Airport Txwy ImpASpecs100700.00C Renton Municipal Airport General Provisions Update: Change 13: 1/01 10-5 Notice 14: 01102 VW �rM This page was left blank intentionally. �w 40 4W SECTION 20 o, PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT. The time, place and stipulations for acceptance of all bid proposals has been advertised in the manner as prescribed by law and is contained in the CALL FOR BIDS. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel who would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his/her financial +. responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such +� statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is pre-qualified 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 pre-qualification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports herein before specified. rr Each bidder shall submit "evidence of competency"' and "evidence of financial rw responsibility" to the Owner with the submittal of the proposal. «rr 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. .a 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: s1 W&HPacific, Inc. I:IProjecWCityo/Renton1306692003Airporl7xwyImprlSpeW00700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 20- 1 Notice 14: 1102 wr 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. w 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 40 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 +0 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. W&H Pacific, Inc. 1APro/ectsX0ty of Renfonl30669 2003 Airport Txwy Impr%Specs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 20-2 Notice 14: 1102 10 or 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. aw The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. +r The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, +. titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. rr 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 «w percent of the bid price submitted. Such proposal guaranty shall be given by the Contractor as his assurance to the Sponsor that he will enter into a contract, within the time specified, if he is the successful bidder. w ar W&H Pacific, Inc. 1.1ProjectslCity of Renton130669 2003 Airport TX"ImpASpecM00700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 20-3 Notice 14: 1102 +r 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided ,„ that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, ► publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 , wr W&H Pacific,Inc. 1AProjectsl0ty of Renton130669 2003 Airport Txwy Imprlspecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 20-4 Notice 14: 1102 Iwo. Aw SECTION 30 aw AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in aw words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. ` In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the owner's best interests. wr 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. r,r 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. W For AIP contracts, no award shall be made until the FAA has concurred in the sponsor's recommendation to make such award and has approved the sponsor's proposed contract. w. 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. «r. W&H Pacific, Inc. I:VProjectslClty of Renton130669 2003 Airport Txwy Impr1Specs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 30-1 Notice 14: 1102 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which 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. For A.I.P. contracts awarded in excess of$100,000 the successful bidder shall furnish a separate performance bond and payment bond in the full amount of the awarded contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is returned by mail, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. w END OF SECTION 30 00 W&H Pacific Inc. k ProjectslCity of Renton130669 2003 Airport T."ImprlSpecs=700.000 to Renton Municipal Airport General Provisions Update: Change 13: 1/01 30-2 Notice 14: 1102 No aw 00 SECTION 40 No SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for No 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 ,r. 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 which 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 which 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 require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. +1r W&H Pacific, Inc. 1 1ProiectslCHy of Renton130669 2003 Airport Txwy ImpASpecsW0700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 40-1 Notice 14: 1102 r 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. #W Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. go With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise wrr provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain rw barricades, warning signs, flagmen, and other traffic control devices in reasonable W&HPacific, Inc. 1:1Projectsl0tyo!Renton1306692003 Airport Txwy1mpnSpecs 100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 40-2 Notice 14: 1102 +r conformity with the manual of Uniform Traffic Control Devices for Streets and Highways �" (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, • adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. •rr 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 utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, atr W&H Pacific, Inc. NProjecWCdy of RentonQ0669 2003 Airport Txwy ImprlSpeW00700MC Renton Municipal Airport General Provisions Update: Change 13: 1/01 40-3 Notice 14: 1102 w b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, 0 d. Use such material as intended by the terms of the contract. to Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. ,rr 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, backfilis, 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. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 W&H Pacific, Inc. NProjectslCity of Renton130669 2003 Airport Txwy ImpASpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 40-4 Notice 14: 1102 aw err 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. He shall decide all questions which 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. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and 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 which will provide for an adjustment in wr the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be 1. removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. 4W W&H Pacific, Inc. 1AProjectsk0ty of Renton130669 2003 Airport Txwy 1mpr%Specs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 50-1 Notice 14: 1102 No For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority 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. 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. �w 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. '" When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of W&H Pacific, Inc. MProjectSXCdy of Rentonk30669 2003 Airport Txwy Imp6Specs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 50-2 Notice 14: 1102 1W a" completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 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 of up to 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. W&H Pacific, Inc. tlProjectsQty of Renton130669 2003 Airport Txwy ImpASpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 50-3 Notice 14: 1102 %W 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which 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 Mr 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 work 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. W&H Pacific, Inc. I:IProiectslCdy of Renton130669 2003 Airport Txwy imprlSpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 50-4 Notice 14: 1102 "W Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which 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. *0 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate me constitute and forces so that the work is maintained in satisfactory condition at all times. to 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 aw 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. Im 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor 40 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 condition that exists. w. 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. *0 W&H Pacific, Inc. OProjectslCity of Renton130669 2003 Airport Txwy ImpASpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1701 50-5 Notice 14: 1102 +fir 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 rrr 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 Contractors deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional is 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. err W&H Pacific,inc. k ProjedslC ty of Renton130669 2003 Airport Txwy ImpASpeu100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 50-6 Notice 14: 1102 VW 50-17 GUARANTEE OF STRUCTURES AND EQUIPMENT. The Contractor shall �. guarantee the work done under this contract against unsatisfactory conditions due to defective equipment, materials or workmanship for a period of one (1) year from the date of his acceptance of the final payment under the contract. Any repair work or replacement required, in the opinion of the Owner shall be done immediately by the Contractor at his own expense. Should the Contractor fail to repair such defects or to make replacement within five (5) days after written notice, it shall be lawful for the Owner to make such repairs and replacements and charge the Contractor with the actual cost of such necessary labor and materials. END OF SECTION 50 tr No ow ON I. N1 W&H Pacific, Inc. NProjectsl0ty of Renton130669 2003 Airport Txwy Impr%Specs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 50-7 Notice 14: 1102 aw w� rrl This page was left blank intentionally. r aw SECTION 60 aw 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 o' other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such aw specified and listed equipment. The airport lighting equipment required for this contract, to be furnished by the Contractor, is listed in the technical specifications. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the 1W work shall be inspected, tested, and approved by the responsible party 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 AASHTO ., or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. 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. +++ W&H Pacific, Inc. NProjectslCdy of Rentonk30669 2003 Airport Txwy 1mpr%Speos100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 60- 1 Notice 14: 1102 irr The Contractor shall employ a qualified firm to perform all required tests. The Contractor shall submit resumes on all firms and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with typed reports, on an approved format, on a weekly basis. After the 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 test 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. r Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the 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. W&H Pacific, Inc. MProiectskDtyo/RentonQ06692003 Airport Txwy lmpASpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 60-2 Notice 14: 1102 1W 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 which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project, one building for the use of the field engineers and inspectors, as a field �. office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (Class I Field Office). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish a FAX machine, photocopy machine, water, sanitary facilities, heat, air conditioning and electricity. No direct payment will be made for this building or labor, aw materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the bid price for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable the Engineer aw to inspect the workmanship and materials entering into the work. 'W W&H Pacific,Inc. k ProjectslCRy of Renton130669 2003 Atrport Txwy 1mprlSpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 60-3 Notice 14: 1102 yr 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. 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. .r 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 which 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 W&H Pacific,Inc. l:lP rojectslCityo/RentonQ06692003 Airport TXvylmpr%Spec5100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 60-4 Notice 14: 1102 r r SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all #W 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 to 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. No 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. to 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. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated in the SUPPLEMENTARY CONDITIONS. Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the 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 W&H Pacific, Inc. HProjectsZoty of RentonQ0669 2003 Airport Txwy ImprlSpecsW0700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-1 Notice 14: 1102 +�r 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 (sponsor's) request to „ the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, 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 Act, the rules and regulations implementing the Act, 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 are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such W&H Pacific, Inc. I:IProiectslClty of Rentonk30669 2003 Airport Txwy Impr%Specs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-2 Notice 14: 1102 a, operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. ow 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Barricades shall be spaced not more than 25 feet apart. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain ow 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). w When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stockpiles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. ■. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the *, barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage o, resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and so 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 'o W&H Pacific, Inc. OProjectskQty of Renton130669 2003 Airport Txwy ImprlSpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-3 Notice 14: 1102 %W general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. r 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, 0 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 nonexecution 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. err 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 40 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 suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor W&H Pacific, Inc. 1AProiecWCify of RentonQ0669 2003 Airport Txwy ImprlSpecM00700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-4 Notice 14: 1102 VW go will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. 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 o" 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 dw the contract work. 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 nonexecution 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. W&H Pacific, Inc. I:IProjectslCity of RentoM30669 2003 Airport Txwy Impr%SpecsW0700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-5 Notice 14: 1102 +r go If the work is suspended for any cause whatever, the Contractor shall be responsible for to 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. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES .r 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 listed in the SUPPLEMENTARY CONDITIONS. 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. r 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. 0 If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification 0 shall be given by the most expeditious means to reach the utility owner's PERSON TO W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy lmpr%specs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-6 Notice 14: 1102 iw 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 4„ utility service or facility. Where the outside limits of an underground utility service have been located and staked m on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. 00 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 4W 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 contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. ow 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 to operations. aw 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 to 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. 00 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 estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped 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. wr W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs100700DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-7 Notice 14: 1102 wr 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. The Contractor shall conform to F.A.A.'s AC 150\5370-7, Airport Construction Controls to prevent air and water pollution. 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 which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Owner. The Owner will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 wir +rr W&H Pacific, Inc. 1:11rojectslCdy of RentonO0669 2003 Airport Txwy ImprlSpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 70-8 Notice 14: 1102 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. + w 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work w within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations .w and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. W&H Pacific, Inc. NProjectslCity of Rentonl30669 2003 Airport Txwy Impr1Specs100700 ooC Renton Municipal Airport General Provisions Update: Change 13: 1/01 80- 1 Notice 14: 1102 rrr iW When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR ;, OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The AIR OPERATIONS AREA (AOA) that err cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently are indicated in the SUPPLEMENTARY CONDITIONS. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who, violates any operational regulations and in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met 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. �w W&H Pacific,Inc. I.VDrojectslCity of RentonU0669 2003 Airport Tinny ImpASpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 80-2 Notice 14: 1102 ■ When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity . with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 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 Owner'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 Contractor, 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 to 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 No W&H Pacific, Inc. 1:VprojecWClty of Renton130669 2003 Airport 7xwy 1mpASpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 80-3 Notice 14: 1102 VM 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: 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 err 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: wry a. 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. b. The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. err C. The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. d. 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. r W&H Pacific, Inc. I:IProjectslCdy of RentonQ0669 2003 Airport Txwy Impr%SpecsW0700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 80-4 Notice 14: 1102 ar ow e. 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 up 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. aw a. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. b. 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 dw 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. to 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. +rr W&H Pacific, Inc. 1AProjectslCity of Renton130669 2003 Airport Txwy 1mpr%Specs100700.DOC Renton Municipal Aitport General Provisions Update: Change 13: 1/01 80-5 Notice 14: 1102 so 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as to 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 ON 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. Due to the impracticality of calculating actual cost of delays, the following formula has been adopted to calculate liquidated damages for failure to complete the physical work of a contract on time: Accordingly the contractor agrees: + 1. To pay (according to the following formula) liquidated damages for each calendar day beyond the number of calendar days established for physical completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. " LIQUIDATED DAMAGES FORMULA LD= (0.15C)/T Where: LD = liquidated damages per calendar day (rounded to the nearest dollar) C = original total contract amount T = original time for physical completion of all schedules 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 W&H Pacific, Inc. 1AProjectslCity of Renton130669 2003 Airport Txwy 1mpr1Specs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 80-6 Notice 14: 1102 �w b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or C. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or L 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, 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, the Contractor shall cease and terminate in every respect. In the event of any such termination of the contract, 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 within thirty (30) days from the date of serving such notice, 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. 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. W&H Pacific, Inc. NProjectskQty of Renton130669 2003 Airport Txwy imprlspecs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 80-7 Notice 14: 1102 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. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum hindrance to flight operations. All Contractor equipment and material stockpiles less than or equal to 10 feet in height shall be stored a minimum of 320 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 200 feet of an active runway at any time unless that portion of the runway has been closed per the procedures in Section 01115. END OF SECTION 80 W&H Pacific,Inc. k ProjectslCdy of Renton130669 2003 Airport Txwy Impr1Specs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 80-8 Notice 14: 1102 rro 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 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. ,W, The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which 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 be 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 W&H Pacific, Inc. I:I1rofectsk0ty of Rentonk30669 2003 Airport Txwy ImprlSpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 90- 1 Notice 14: 1102 .rr 0 shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. rrr' Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. + Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. r The term `lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or W&H Pack, Inc. NProjectskUy of RentonQ0669 2003 Airport Txwy Impr%Specs1007oo.00C ON Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-2 Notice 14: 1102 db r dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) 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 W&H Pacific, Inc. 1:1ProiecWQty ofRenton130669 2003 Airport Txwy 1226Specs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-3 Notice 14: 1102 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 w other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled " OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or 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 W&H Pacific, Inc. 1A ProjecW0tyofRenton1306692003 Airport Txwy1mpMpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-4 Notice 14: 1102 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. "P 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. op (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and to social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials to 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 40 materials were taken from his/her stock, that the quantity claimed was actually used, No W&H Pacific, Inc. NProjectslCity of Renton130669 2003 Airport Txwy ImpASpecs100700 D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-5 Notice 14: 1102 am and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made 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 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 the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at the Owner's discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial 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. wr 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 retained percentage or 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. W&H Pacific, Inc. OProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-6 Notice 14: 1102 M 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: ww a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. wr 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 w. 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 anytime 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. taw 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, he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments �+ described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. WBHPacific, Inc. Il ProjectslCityo/RentonQ06692003AirportTxwylmpr%Specs100700.000 Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-7 Notice 14: 1102 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 10 percent 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 beenri accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a rr supplemental final estimate. END OF SECTION 90 ,rlii W&H Pacific, Inc. 1AProjectsl0ty of Renton130669 2003 Airport Txwy Impr%Specs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 90-8 Notice 14: 1102 an SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specifications require a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction 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 wr 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. A, The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. ww 100-02 DESCRIPTION OF PROGRAM A. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. The Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish and functional performance. The Quality Control 1.�. Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests + + W&H Pacific, Inc. I IProjectsl0 @y or Renton130669 2003 Airport Txwy ImprlSpecs100700.000 Renton Municipal Airport General Provisions Update: Change 13: 1/01 100- 1 Notice 14: 1102 nr required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. B. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or offsite 40 fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 14 calendar days before the preconstruction conference. The Quality Control Program shall be organized to address, as a minimum, the following items: A. Quality control organization; B. Project progress schedule; C. Submittals schedule; D. Inspection requirements; E. Quality control testing plan; F. Documentation of quality control activities; 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. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control 40 Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control w personnel and how these personnel integrate with other management/production and construction functions and personnel. 40 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 requirements of paragraph 100-3A and 100-36. The W&H Pacific, Inc. 1:1ProiectslCity of Renton130669 2003 Airport Txwy Imprlspecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-2 Notice 14: 1102 w 00 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 include at least 1 of the following requirements. I. Professional engineer with 1 year of airport paving experience acceptable to the Engineer. 2. Engineer-in-training with 2 years of airport paving experience 4► acceptable to the Engineer. 3. An individual with 3 years of highway and/or airport paving 40 experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. Iw 4. Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies IV (NICET). 5. Highway materials technician certified at Level III by NICET. 40 6. Highway construction technician certified at Level III by NICET. 'V 7. A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving JIM experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all action Im 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 y 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. WBH Pacific, Inc. I:IProjecWQty of Renton130669 2003 Airport Txwy lmprlSpecs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-3 Notice 14: 1102 it go to The quality control technicians shall report directly to the Program Administrator and shall preform the following functions: 1. Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications and as required by Section 100 06. 2. Performance of all quality control tests as required by the Technical specifications and Section 100-7. +w Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. C. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-4 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method, (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-5 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all Submittals (e.g., mix design, 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; rr WBH Pacific, Inc. 1 1ProjectslCity of Renton130669 2003 Airport Txwy 1mprlSpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-4 Notice 14: 1102 MW ea D. Specification paragraph requiring submittal; and E. Scheduled date of submittal. A. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 10-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: ow 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 4W proportioning to meet the approved mix design and other requirements of 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 y" 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. r� 100-07 QUALITY CONTROL TESTING PLAN. As 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 101); B. Item description (e.g., Plant Mix Bituminous Pavements); ,., C. Test type (e.g., gradation, grade, asphalt content); rr W&H Pacific,Inc. V:ProjectslCity of Renton130669 2003 Airport Txwy Impr1Specs100700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-5 Notice 14: 1102 10 D. Test standard (e.g., ASTM or AASHTO test number, as applicable); i E. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); F. 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 .r acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. wr All testing quality control test results shall be documented by the Contractor as required by Section 100-8. .r 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in " full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished record an 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; W&H Pacific,Inc. I:IProiectslClty of Renton130669 2003 Airport Txwy tmprlSpecs100700 DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-6 Notice 14: 1102 Hirt am 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 of 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 which 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; to 7. Causes for rejection; 8. Recommended remedial actions; and VW 9. Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the to W&H Pacific, Inc. 1 Projedsl0ty of Renton130669 2003 Airport Txwy ImprlSpecs00700.DOC Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-7 Notice 14: 1102 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 w 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 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. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment 4 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 40 herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance of 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 of off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. +rw A. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. B. In cases where quality control activities do not comply with either the Contractor's 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 is taken. END OF SECTION 100 W&H Pacific, Inc. 1:1ProjectslCdy of Rentonk30669 2003 Airport Txwy ImprlSpecs100700.D0C Renton Municipal Airport General Provisions Update: Change 13: 1/01 100-8 Notice 14: 1102 r �. SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-1 GENERAL. When the specifications provide for material to be sampled and tested on a statistical basis, the material will be evaluated for acceptance in accordance with this section. All test results for a lot will be analyzed statistically, using procedures to determine the total estimated percent of the lot that is within specification limits. This concept, termed percent within limits (PWL), is a statistically based evaluation method, whereby the PWL is computed on a lot basis, using the average (X) and standard deviation (Sn) of the specified number (n) of sublot tests 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(s) (QL for Lower Quality Index and/or QU for Upper Quality Index) is computed and the PWL for the specified n is determined from Table 1. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for #W computing the PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the sampling position within the sublot in accordance with the random sampling 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. Average all sublot values within the lot to find X by using the following formula: w. X = (x1 + x2 + x3 + . . .xn) / n Where: X = Average of all sublot values within a lot �r► x1, x2 = Individual sublot values n = Number of sublots WBH Pacific, Inc. 1:IProjectslCdy oI Renton130669 2003 Airport Txwy 1mprlSpecs100700.D0C Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-1 .r e. Find the standard deviation Sn by use of the following formula: rr Sn = [(d12 + d22 + d32 + . . .dn2) / n-1]1/2 Where: Sn = standard deviation of the number of sublot values in the set d1, d2 = deviations of the individual sublot values X1, X2 . . . from the average value X that is: d1 = (x1 - X), d2 = (xn - X) . . do = (xn - X) n = number of sublots f. For single sided specification limits (i.e., L only), compute the Lower 40 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 do table, use the next higher value of PWL. g. For double sided specification limits (i.e. L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL = (X - L) / Sn and QU = (U - X) / Sn Where: L and U = specification lower and upper tolerance limits 40 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: W&H Pacific, Inc. 19ProjectslCity of Renton00669 2003 Airport Txwy Impr%Specs100700.DOC Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-2 No PWL = (PU + PL) - 100 Where: PL = percent within lower specification limit PU = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project w 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 percent density 3. Calculate the standard deviation for the lot. Sn = SQRT[((96.60 - 97.95)*(96.60 - 97.95) + (97.55 - 97.95)*(97.55 - 97.95) + (99.30 - 97.95)*(99.30 - 97.95) + (98.35 - 97.95)*(98.35 - 97.95)) / (4 - 1)] Sn = SQRT[(1.82 + 0.16 + 1.82 + 0.16) / 3] �w Sn = 1.15 SW W&H Pacific, Inc. I IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs100700.D0C `W Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-3 +rr 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. rr PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. �r A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. X = (x1 + x + x3 . . n) / n X = (5.00 + 3.74 + 2.30 + 3.25) /4 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = SQRT[((3.57 - 5.00)"`(3.57 - 5.00) + (3.57 - 3.74)*(3.57 - 3.74) + (3.57 - 2.30)'`(3.57 - 2.30) + (3.57 - 3.25)*(3.57 - 3.25))/(4 - 1)] Sn = SQRT[(2.04 + 0.03 + 1.62 + 0.10 ) / 3] Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X - L) / Sn QL = (3.57 - 2.00) / 1.12 y W&H Pacific, Inc. NProjecWCity of Renton130669 2003 Airport Txwy Impr%Specs100700.DOC Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-4 +r QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.40 and n = 4. PL = 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) QU = (U - X) / Sn QU = (5.00 - 3.57) / 1.12 QU = 1.2702 7. Determine PU by entering Table 1 with QU = 1.27 and n = 4. +•• PU = 93 8. Calculate Air Voids PWL Ow PWL = (PL + PU) - 100 PWL = (97 + 93) - 100 = 90 w. aw W&H Pacific, Inc. I IPro%ectslCity of Renton130669 2003 Airport Txwy Impr%Specs100700.D0C Renton Municipal Aitport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-5 +rr TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) rw 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 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 ,, 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 ft 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204 w 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0.9672 0.9643 82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 ` 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 W&H Pacific, Inc. I:VProjecWCdyofRenton1306692003 Airport Txwytmprlspecs100700.DOC Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-6 ■r 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1592 .� 55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 am 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 ,,o 50 0.0 0.0 0.0 0.0 0.0 0.0 up �rw .w .r W&H Pacific,Inc. t ProjectslCity of Rentonk30669 2003 Airport Txwy ImprlSpecs100700.DOC +tr Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-7 No TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Negative Values of Q (QL and QU) Limits (PL and PU)n=3 n=4 n=5 n=6 n=7 n=8 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0792 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 -0.1322 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1592 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 0 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 10 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4031 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354 -0.4310 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 -0.5454 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 ' 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 , 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 W&H Pacific, Inc. t ProjectslCdy of RentonW669 2003 Airport Tx"ImpASpecsW0700.DOC Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 w Within Specification Limits(PWL) Notice 14: 1102 110-8 ow err 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4716 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 END OF SECTION 110 r r. W&H Pacific, Inc. NProjectslCity of RentonQ0669 2003 Airport Txwy impASpecs=700.DOC Renton Municipal Airport Methods of Estimating Percentage of Material Update: Change 13: 1/01 Within Specification Limits(PWL) Notice 14: 1102 110-9 mi to This page was left blank intentionally. as CONSTRUCTION CONTRACT 'w $100,000 AND OVER .� 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 and retention 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 Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its " books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of .r 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 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 W&H Pack,Inc. t ProjectslCity dRenton130669 2003 Airport Txwy lmprlSpecsIFAA clauses.doc Renton Municipal Airport FAA Clauses 1 iiUr 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 r 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 �r► 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 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 to provision binds the contractors from the bid solicitation period through the completion of the contract. 46 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, the Comptroller General of the United States shall have access to any books, documents, paper, 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. a W&H Pacific, Inc. t ProjectslCity otRenton130669 2003 Airport Txwy impASpecsIFAA clauses.doc Renton Municipal Airport FAA Clauses 2 ar RIGHTS TO INVENTIONS—49 CFR PART 18 'o (VERSION 1, 1/5/90) aw 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. w� 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 �.+ (3/30/00) Policy: It is the policy of the Department of Transportation(DOT)that Disadvantaged w� Business Enterprises (DBE's) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation: The contractor or subcontractor shall not discriminate on the basis of race, y" color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these 110 requirements is a material breach of this contract, which may result in result in the termination of this contract or such other remedy, as the recipient deems appropriate. "" Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contact no later than 30 days from the receipt of MW each payment the prime contractor receives from the Port of Anacortes. The prime contractor agrees further to return retainage payments to each subcontractor within than 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from low the above referenced time frame may occur only for good cause following written approval of the Port of Anacortes. This clause applies to both DBE and non-DBE subcontractor. W. Contract Goals:The bidder shall subcontract 5.7 percent of the dollar value of the total amount of a DOT-assisted contract to qualified DBE subcontractors. At the time the bid proposal is submitted the bidder shall submit: we 4w W&H Pack, Inc. 1 ProjectslCty of RentonQ0669 2003 Airport Txwy lmpr%SpecsI-AA_clauses.doc Renton Municipal Airport FAA Clauses �r 3 1. The names, addresses of DBE firms that will participate in the contract; 2. A description of work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm; 4. Written and signed document of commitment to use the DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment. 6. If the bidder fails to meet the contract goal, evidence of good faith efforts, as described below shall be submitted. A bidder who fails to meet these requirements and who cannot show good faith effort will be considered non-responsive. rrr Good Faith Effort. The following actions,by the bidder, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but should be used as a guide in determining good faith effort. rrr A. Soliciting through all reasonable and available means (e.g., attendance at pre-bid meetings, advertising and/or written notices) all certified DBEs who have the capability to perform the r work of the contract. B. Selecting portions of the work to be performed by DBEs to increase the likelihood that thefi DBE goals will be achieved (including, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation. C. Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. �r D. (1)Negotiating in good faith with interested DBEs. (2) Using good business judgement, by considering a firm's price and capabilities as well as contract goals, but understanding that the fact there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder's failure to meet the contract DBE goal, provided such costs are reasonable. E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the contractor's efforts to meet the project goal. W&H Pack, Inc. 1:1ProjectslCdy of Renton130669 2003 Airport Tzwy ImpASpecslFAA clauses.doc Renton Municipal Airport FAA Clauses 4 +r F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. H. Effectively using the services of available minority/women community organizations; contractors' groups; local, state, and Federal minority/women business assistance offices; and �r other organizations as allowed on a case-by-case as is to provide assistance in the recruitment and placement of DBEs. I. The performance of other bidders in meeting the contract. Bidders List: The bidder shall submit the name, address, DBE status and age of all firms bidding or quoting subcontracts on DOT-assisted projects. The attached form may be used to report this information. +rw .w ww .W W&H Pack, Inc. NProjectSICity of Rentonl30669 2003 Airport Txwy ImprlSpecsIFAA_Gauses.doc Renton Municipal Airport FAA Clauses 5 ww DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): ❑ The bidder is committed to a minimum of 5_7 %DBE utilization on this project. ❑ The bidder(if unable to meet the goal of 5_7 % DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. sir rrr Contractor State Registration No. By (Signature) (Title) +rr Address r Phone No. Zip Code NOTE: This form must be completed and submitted with the bid. ■w rr W&H Pacific, Inc. I IProjectslCdy of Renton130669 2003 Airport Txwy ImpASpecslFAA clauses.doc Renton Municipal Airport FAA Clauses 6 r.r LETTER OF INTENT Name of Bidder's Firm: Bidder's Address: City: State Zip Name of DBE Firm: Address: City: State Zip Telephone: Area Code State DBE Certification Number: Description of work to be performed by DBE firm: 1W qW 40 wr Bidder intends to utilize the above-named minority firm for the work described above. The estimated amount of work is valued at $ If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. (Copy this page for each minority subcontractor) "W NOTE: This form must be completed and submitted with the bid. wr to W&H Pack, Inc. I:IProjectsQty o/RentonU0669 2003 Airport Txwy imprlSpecMFAA clauses doc Renton Municipal Airport FAA Clauses 7 40 go STATEMENT OF PROPOSED SUBCONTRACTORS as The Bidder shall submit the name, address, description of work being done, DBE status, and age of all firms bidding or quoting subcontracts on DOT-assisted projects. "n The Owner reserves the right to reject any subcontractor that the Owner deems unfit for the scope of the work proposed. Bidder's List All firms bidding or quoting on subcontracts for this DOT-assisted project are listed below. ,rr Describe Type of Certified Age Firm Name and Work Firm Dollar Amount of DBE of Address Performs Subcontract Work (Y or N) Firm so arr Bidder By Title Date NOTE: This Bid Form must be completed in its entirety and submitted to bid the work. W&H Pack, Inc. I IProjectslCity o/Renton130669 2003 Airport Txwy ImpASpecsIFAA dauses.doc Renton Municipal Airport FAA Clauses 8 uw 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 States Trade Representative (USTR); wW 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 1W controlled directly or indirectly by one or more citizens of nationals of a foreign country on said list; ,m c. has not procured any product or subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. „w 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 100 any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally tw possessed by a prudent person in the ordinary course of business dealings. W W&H Pacific, Inc. 111m/eectslCity ofRentonQ0669 2003 Airport Txwy imprlSpecsIFAA dauses.doc Renton Municipal Airport FAA Clauses 9 tow wy This certification concerns a matter within the jurisdiction of an agency of the United States of America and 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, or 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 subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 „r 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 time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the sponsor for any additional cost occasioned to the Sponsor thereby. W&H Pack,Inc. 1 ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs%FAA dauses.doc Renton Municipal Airport FAA Clauses 10 ow 4. If, after notice of termination for failure to fulfill contract obligations, it is determined iso 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. 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. DAVIS BACON REQUIREMENTS -29 CFR PART 5 (VERSION 1, 1/5/90) (1) Minimum Wages. F� (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or " rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section l(b)(2) of the Davis-Bacon Act on behalf W&H Pacific, Inc. 1AProjects%Cdy of Renton130669 2003 Airport Txwy ImprlSpecsIFAA Clauses.doc Renton Municipal Airport FAA Clauses 11 of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred W 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 go 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 err 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 ,r classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. + (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage "r 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 and authorized representative, will issue a determination within 30 days of W&H Pack,Inc. I IProjectsQty o/Rentonl30669 2003 Airport Txwy ImprlSpeCMFAA dauses.doc Renton Municipal Airport FAA Clauses 12 .�r 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 benefit as stated in the wage determination or shall pay another bona fide fringe Aw benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or Program. (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 contact with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. ' W&H Pacific, Inc. 1.1Projectsl0ty of Renton130669 2003 Airport 7xwy lmpftSpeCMFAA clauses.doc Renton Municipal Airport FAA Clauses 13 wr go 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 feasible, 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. to Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (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 any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5 (a)(3)(i) above. This information may be submitted in any form desired. Optional FormWH-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 No by the contractor of 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 paragraph (3)(i) above and that such information is correct and complete; .rr (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; sir (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance"required by paragraph (3)(ii)(B) of this section. W&H Pack, Inc. I:IProjectsl0ty of RentonQ0669 2003 Airport Txwy Impr%SpecsIFAA_ciauses.doc Renton Municipal Airport FAA Clauses 14 rr go (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (ii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working IWO 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 AW suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. im (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined IMP rate for work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and wm Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but Irw 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 Im craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall 110 be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid In on 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 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 In not specify fringe benefits, apprentices must be paid the full amount of amount of fringe benefits listed on the wage determination for the applicable classification. If the in Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event illy W&H Pack, Inc. 1IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsfAA_clauses.doc Renton Municipal Airport FAA Clauses 15 rrr IN the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate 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 ,fir 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 wr wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will not longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with the Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3,which are incorporated by reference in this contract. rr (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination: Debarment. A breach of the contract clauses in paragraph (1) so through (10) of this section and paragraphs (1) through (5) of the next section below may be W&H Pack,Inc. 1:IPr0jectS1Cdy of Renton130669 2003 Airport Txwy Impr%SpecslFAA_dauses.doc to Renton Municipal Airport FAA Clauses 16 s err grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. o, 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. aw 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 +r. ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORK HOURS 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 watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and Aw 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 therefor shall be liable for the unpaid wages. In addition, such contractor or 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. + W&H Pacific,Inc. t ProjedslCity cfRentonW669 2003 Airport Txwy ImpASpecsIFAA Gauses.doc Renton Municipal Airport FAA Clauses 17 �w Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1. above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. (3) Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. (4) Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier contracts. 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 err Labor. EQUAL EMPLOYMENT OPPORTUNITY—41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) r During the performance of this contract,the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for s o 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. W&H Pacfc,Inc. I IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsIFAA dauses.doc Renton Municipal Airport FAA Clauses 18 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, 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 procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, 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. N NOTICES TO BE POSTED PER PARAGRAPHS W&H Pack,Inc. I:VPro jectslCity of Renton130669 2003 Airport Txwy ImprlSpecsIFAA clauses.doc Renton Municipal Airport FAA Clauses 19 w (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. .i 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 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 Goals for female participation in for each trade 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 geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its Federally involved and nonfederally involved construction. W&H Pack, Inc. IiProjectslCity o/RentonQ0669 2003 Airport Txwy lmpASpecsIFAA_clauses.doc Renton Municipal Airport FAA Clauses 20 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 Oka measured against the total work hours performed. 3. The contractor shall provide written notification to the Director OFCCP, within 10 working W1111 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 go 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. do 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any). NOTICE TO PROSPECTIVE FEDERALLY ASSISTED 10 CONSTRUCTION CONTRACTORS—41 CFR 60-1.8 (VERSION 1, 5/1/90) `o 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 Federally-assisted construction contract awards exceeding $10,000 which are not exempt form 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. ONO NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES Ito 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. W&H Pack, Inc. clPro /ectslCity of Renton130669 2003 Airport Txwy ImprlSpecsIFAA Gauses.doc Renton Municipal Airport FAA Clauses 21 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 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. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION so 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) CERTIFICATION OF NONSEGREGATED FACILITIES The Federally-assisted construction contractor certifies that he will not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federally-assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on a basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. 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; W&H Pack, Inc. I IProjectslCity or Renton130669 2003 Airport Txwy Impr%SpecslFAA clauses.doc Renton Municipal Airport FAA Clauses 22 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" (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 Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's of subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and �. training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal of Federally-assisted construction contract shall apply the minority and female goals YIIII W&H Pack, Inc. 19Projeds1Qty o/Renton130669 2003 Airport Txwy 1mprlSpecsIFAA clauses doc Renton Municipal Airport FAA Clauses 23 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. 16 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with so 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. ,o 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the 10 training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. „A Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from it actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if the referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. 00 W&H Pack, Inc. I:IPro)ectslCity of Renton130669 2003 Airport Txwy Impr%Specs1FAA clauses doc Renton Municipal Airport FAA Clauses 24 d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement was not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other we 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, r. especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. 4 h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. s W&H Pack, Inc. clProiectsQtY or Rentonl30BS9 2003 Airport Txwy ImprlspecslFAA clauses.doc Renton Municipal Airport FAA Clauses 25 AW so k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 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. w p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor,however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. W&H Pacific, Inc. I IProjectslCity of Rentonl30669 2003 Airport Txwy ImprlSpecsIFAA_dauses doc Renton Municipal Airport FAA Clauses 26 40 00 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with these requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. „ 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall iw 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 +et 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). !(r IW UII W&H Pack, Inc. 1:Projects1Clty of Renton130669 2003 Airport Txwy ImpASpeCS FAA clauses doC Renton Municipal Airport FAA Clauses 27 BUY AMERICAN CERTIFICATE JAN (1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from (insert Sponsor Representative) lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN TO BE INCLUDED IN SOLICITATIONS W&H Pack,Inc. I:IProfects0ty of Rentonl30669 2003 Airport Txwy ImprlSpecsIFAA clauses.doc Renton Municipal Airport FAA Clauses 28 W orr NOTICE TO BIDDERS BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) (a) The Aviaton 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 Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. a 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. aw 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to deliver only domestic steel and manufactured products, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. r (End of Clause) ..w TO BE INCLUDED IN SOLICITATIONS arr W&H Pack, Inc. NPro/ects0ty o/RentonW669 2003 Airport Txwy Impr%SpecsIFAA crauses.doc Renton Municipal Airport FAA Clauses 29 ra W NOTICE TO BIDDERS it BUY AMERICAN- STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Aviaton 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 Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product wii► produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. rr 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. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety 40 and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) TO BE INCLUDED IN SOLICITATIONS W&H Pack, Inc. I:VPro/ects1Cdy o/Renton130669 2003 Airport Txwy ImpriSpecsIFAA_clauses.doc Renton Municipal Airport FAA Clauses 30 fop +riot BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS Iwo (JAN 1991) (a) The Contractor shall deliver only domestic steel and manufactured products under this contract as defined in paragraph (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. (End of Clause) TO BE INCLUDED IN CONTRACTS ww rw W&H Pacific, Inc. I IProjectsQty of Renton130669 2003 Airport Txwy ImprlSpecslFAA_clauses.doc Renton Municipal Airport FAA Clauses 31 40 BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (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. (End of Clause) TO BE INCLUDED IN CONTRACTS W&H Pack,Inc. 1AProjectslCity o/Rentonl30669 2003 Airport Txwy lmpriSpecsIcAA_Gauses.doc Renton Municipal Airport FAA Clauses 32 SUPPLEMENTARY CONDITIONS SECTION 1. BIDDING INFORMATION Federal Wane Rate Schedules.Add the following: The Contractor shell pay the highest prevailing wage rate b trade or occupation 9 9 Y P of either the federal labor rate schedules contained in these documents or as specified by the State of Washington, Department of Labor and Industries. The federal labor rate schedules contained in these documents are current at the time of printing. Latest prevailing wage rates for the State of Washington may be obtained from: Industrial Statistician State of Washington, Department of Labor and Industries Industrial Relations Division, General Administration Building Olympia, Washington 98504 An disputes as to wage rates will be referred to the U.S. Secrets of Labor and Y P 9_ ry a a the Director of Labor and Industries for the State of Washington who will determine the prevailing local wage rate for the trade in dispute. SECTION III. CONTRACT CONDITIONS Section 10. Definition of Terms. Add the following: 10-49 SUBSTANTIAL COMPLETION: Substantial completion shall be that degree of completion of the project or a defined portion of the project, sufficient to enable the Owner, at his discretion, to safely and conveniently use the project or defined portion of the project for the purposes for which it was intended during all hours of operation. 10-50 TIME: Unless otherwise stated, the term "day" shall betaken to mean a calendar day of 24 hours, beginning at 12:00 midnight. Saturdays, Sundays and holidays shall be included. 2005 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES, page 20-2, add the following: This project is primarily funded by the Federal Aviation Administration and the r$ Owner and the amount of funding will be fixed. For this reason, the exact scope of work for this project can only be estimated. The Owner reserves the right to increase or diminish the amount of any class of work, based on actual contract x unit prices to match the lever of funding. W&H PeCHtC Inc hlProjwft%Cdy of Renton"59 W03 Airport Tx"lmP�peeloo"Doc Renton Mtrr�#V1 AifpW Supplementary Conditions Update: Change 13 1/01 1 Notice 14: 1/02 - 20-14 STATE AND LOCAL SALES AND USE TAXES, add the following: All applicable taxes which the Contractor is required to pay other than the state retail sales tax as hereinafter specified shall be included by him in his various bid prices paid to him under the Contract. Retail sales tax, when payable by the Owner, will be paid as a separate item and shall not be included in the Contractor's bid prices or, on the Contractor's Proposal. The Owner will claim any exemptions from the retail sales tax authorized by law and the Contractor shall determine which activities are subject to tax in order to properly evaluate the work. Any questions regarding sales tax requirements shall be directed to the Washington State Department of Revenue. The Contractor will be responsible for the correct interpretation of any laws or regulations to the application of the state sales tax. State sale tax shall be paid on monthly partial payments at the time progress payments are made to the Contractor. The state sales tax shall be paid on the amount received by the Contractor and also the percentage retained by the Owner. Section 30. Award and Execution of Contract 30-02 AWARD OF CONTRACT, P 9 a e 30-1 revise as follows: 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. 30-04 RETURN OF PROPOSAL GUARANTY, page 30-1, revise as follows: Proposal guarantees of unsuccessful bidders will be returned after award. Successful bidder's guarantee will be returned upon receipt and acceptance of contract, performance and payment bonds, and insurance documents. 30-06 EXECUTION OF CONTRACT, page 30-2, revise as follows: 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 specked in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, and along with the specified insurance documents, within 10 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is returned by mail, certified mail is recommended. W&H Pacft Inc. ewmlectsicnyof ReneonWsea 2003 Airport 7xwy 1mp%spscsuwsoo.oac Renton Municipal Airport supplementary conditions Update: change 111/01 2 Notice 14: 1/02 30-08 FAILURE TO EXECUTE CONTRACT, page 30-2, revise as follows: Failure of the . successful bidder to execute the contract and furnish an acceptable surety bond or bonds and insurance documents within the 10 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. Section 40 Scope of Work 40-02 ALTERATION OF WORK AND QUANTITIES, page 40-1 Add the following: Change orders and supplemental agreements must be approved by the City of Renton, Engineer, FAA,- and Contractor before work on the change order or supplemental agreement is started. 40-04 EXTRA WORK, Page 40-2 Add the following: Change orders and supplemental agreements must be approved by the City of Renton, Engineer, FAA, and Contractor before work on the change order or supplemental agreement is started. Section 50. Control of Work 50-05 COOOPERATION BETWEEN CONTRACTORS, page 50-2, add the following: Work is likely to be occurring on the perimeter road through a separate contract and contractor during the time,this contract is to be constructed. 50-15 FINAL ACCEPTANCE, page 50-6, add the following: Acceptance of the work by the Owner or Engineer is not final until approved by the F.A.A. Section. Control of Materials 60-05 ENGINEER'S FIELD OFFICE, delete this ara ra h. p g P W&H Pacific,ft. is wmiacrs�Car Rerttont3o6e9 Z003 Airport rxwy r ►oosoo.00c Renton Municipal Airpolt Supplementary Conditions Update: Change 13:1101 3 Notice 14: 1102 Section 70, Legal Relations and Responsibility to Public 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS, add the following: The following individuals, firms or corporations have the authority to excavate or otherwise disturb utility services or facilities located within the limits of the work. Owner Person to Contact (Utility or Other Facility) (Name, Title, Address and Phone) 1. Renton Municipal Airport Mr.Ryan Zulauf Airport Manager 616 West Perimeter Road Renton, WA 98055 (425) 430-7471 2. Water, Sewer and Storm City of Renton Drainage Utilities 1055 South Grady Way Renton, WA 98055 (425) 430-7234 3. Power and Gas Utilities Puget Sound Energy 22828—68th Avenue S Kent, WA 98032 (253) 395-6865 ill i Jan Fedor— Boeing general 4. Boeing Utilities es 9 9 (425) 237-2653 Greg Karalus- Boeing Sewer and Water (425) 237-8821 Don Branesky- Boeing Power and Telephone (425) 237-1520 70-75 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVIC E AND FACILITIES OF OTHERS, add the following: Utility companies and facilities owners are listed above. W&H Pacific inc. 1:Wmjwft1CRy of ReMOn13M9 2W3 ANW Txwy rmprlSpecslooBO WC Renton Municipal Airport Supplementary Conditions Update: Change 13.1/01 4 Notice 14: 1102 Sec 80.-Proiggufloh,and Progress 80-02 NOTICE TO PROCEED, page 80-1, add the following: Prior to construction, the accepted Contractor and subcontractors shah attend a pre-construction conference. The Contractor will present a progress schedule identifying the elements,of work with sequence and completion dates for each major work item. No construction wilt be started until the ro ress schedule is approved. P 9 PP 80-06 TEMPORARY SUSPENSION OF THE WORK, page 80-3, add the following: Work shall be temporarily,suspended for a period of one day, on Saturday, July 26"', for Renton River Days. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME, page 80-4 and 80- 5, add the following Charges will not be made against the contract time when work is temporarily suspended by the Owner for Renton River Days. 80-08 FAILURE TO COMPLETE ON TIME, page 80-5 and 80-6, add the following: In addition to the liquidated damages specified in 8008, liquidated damages will be applied if the Contractor fails to complete the Work required in Phase 1 through Phase 11 during the specified time as shown in the Construction Phasing and Safety Plan summary on the plans. For each calendar day after the time expires for the substantial completion of Phase 1 through Phase 11 Work (for each of the 11 individual phases), the Contractor shall pay the City the sum of Fifteen hundred dollars ($1,500.00) per day, as fixed, agreed liquidated damages- until the Work is completed. This sum is not to be in any sense a penalty, but rather reflects the parties' agreement and reasonable forecast of the actual amount the City will be damaged by the Contractor's failure to timely complete the Work, which amount the 'parties agree is otherwise difficult to ascertain. In the event of an extension of time,the Contractor shall pay the City as liquidated damages the specified amount per day for each day that the Phase 1 through Phase I l Work remains uncompleted beyond the date or time fixed by the extension of time. 80-12 SECURITY AND BADGING The Contractor,is required to have all personnel badged for the purposes of airport security. The badging application form contained in the appendix must be completed for all personnel entering the airport. W&H Paoft,#nc. rProjecYslGTy w itentonl 9 zoos rxwy►mPr1SptCS1oo9U0 Doc Renton Munk*&&Roport supplementary Conditions Update: Change 111/01 Notice 14: 1102 The Boeing Company will have a security guard at the gate entrance for each phase. This security guard will verify badges for all construction personnel. Section 90, Measurement and Payment 90-05 PAYMENT FOR EXTRA FORCE ACCOUNT WORK, page 90-5, revise as follows: ...force account shall be measured and paid for based on expended labor, equipment, and materials plus a 15% allowance for overhead and profit. 90-06 PARTIAL PAYMENTS, p 9 a e 90-5 revise as follows: - The amount of partial payments to be deducted and retained by the owner shall be five (5) percent. The following sections are added to the General Provisions: INSURANCE AND LIABILITY The Contractor shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's operations under the Agreement whether such operations be by himself or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Insurance shall provide coverage to the -Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. This shall include, but not be limited to: is Claims under Workers' or Workmen's Compensation, disability benefit and other similar employee benefit acts; Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees; Claims for damages because of bodily injury, sickness or disease, or death of 9 Y 1 rY any person other than his employees; W&H Pacific,Inc. 1AF1rojed0CV of RenronUM9 2W3 Airport Txwy!Megpecs=W0.DOC Renton Muniapal Airport Supplementary Conditions Update: Change IT 1/01 6 Notice 14: 1102 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or(2)'by any other person; Claims for damages, other than to the work 'itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom;and Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. Minimum limits of insurance coverage shall be as stated in the Contract portion of this document and as follows: (a) The Contractor shall comply with Title 51 of the Revised Code of Washington, commonly referred to as the 'Workman's Compensation Act," and all amendments thereto. (Also referred to as Chapter 74, Session Laws of 1911, State of Washington, and amendments thereto.) (b) Liability insurance for bodily injury for $1 004 000 for each person, $1,000,000 for each occurrence. ry c Property damage, $1,000,000 for each occurrence: Insurance under .(b) and (c) above shall include Owner and Engineer as additional insureds. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. The Contracting Agency may request a copy of the actual declaration page(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements"described herein will be considered a material breach of contract and shall be cause for immediate termination of the Contract at the option of the Contracting Agency. As art of e p the response to this proposal,,the Contractor shall submit a complete City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by company acceptable to the Contracting Agency._ The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to , on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). M Paahc,}x, 1:ftO ICNyOf RentonWWO 2003 Arpon rxwyi,np<4*mi009W Doc Renton Municipal Alrpo+t Supplementary Conditions Update: Change 13:1/01 Notice 14: 1102 The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possess a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. The Contractor's liability and property insurance with a completed Operations Endorsement shall be maintained after the completion of the project for the full warranty period. Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor's responsibility for payment of damages resulting from his operations under this Agreement. In case of the breach of any provision of this article, the Owner, at his option, may take out and maintain at the expense of the Contractor such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. Within 20 days of award of the contract the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) of the WSDOT Standard Specification as revised above. Other requirements are as follows: a. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; 4V&hl Pacific Inc. Y.IProject5lCdy or RenWW669 2003 Airport Txwy pmprtSpeesYJ0M DOC Renton Municipal Airport supplementary Conditions Update: Change 13:1/01 8 Notice 14: 1102 b. Strike the wording regarding cancellation .notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives"; c. Amend the cancellation clause to state: ` "Policy may not be non- renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional'Liability coverage only, instead of the cancellation language specified above, the City, will accept a written;agreement that the consultant's broker will provide the required notification. The Contractor shall not commence work under this Agreement until he has obtained all the insurance required hereunder.and such insurance has been reviewed by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required for that portion,of the work has been so obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. i W&M Pacf+c inc. �:w edsc y dReMont3oBSg 2003 a4,at T,�v�m�,tSpscs�o oo.DOC Renton Municipal Airport supplamentary conditions Update: Change 111/01 9 Notice 14: 1102 REQUIREMENTS OF WASHINGTON LAW FOR PUBLIC WORKS CONTRACTS When the Contract Documents concern public works of the state or any county, municipality, or political subdivision created by its laws, the applicable sections of the Revised Code of Washington, as amended or superseded, including the latest additions and revisions, are incorporated by reference as part of these Contract Documents. These sections define the requirements of Washington law for public Contracts and include but not limited to the following topics: 1. Concerning payments of laborers and materialmen, contributions of Workmen's Compensation Board, prevention of liens, payment of withholding taxes. 2. Concerning the maximum hours of labor, payment of medical care and attention to employees, liability to workers for violation of minimum wage rate requirements. 3. Concerning payment of claims by public officers, termination of Agreement because of a,national emergency, conditions concerning the forfeiture of the Agreement. 4. Concerning payment not less than prevailing wage rates, the Contractor shall pay not less than the prevailing rate of wages in conformance with RCW 39.12.030. Certification of wage payments by the Contractor shall be submitted to the Owner in conformance with RCW 60.28.101. "Affidavit of Wages Paid" forms shall be delivered to all bidders in the form of addendum to the Contract. A schedule of minimum hourly wage rates is included within these Contract Documents. Only Federal rates are included. Any revisions to the Federal rates will be delivered to all bidders in the form of addendum to the Contract. The Owner does not guarantee that labor can be procured for the minimum wages in the wage scale. The rates of wages listed are minimum only, below which the Contractor cannot pay. The Contractor shall ascertain for himself the wages above the minimum set forth that he may have to pay. It is understood and agreed that all parties to this Agreement shall determine the contents of these applicable statutes and comply with their provisions throughout the performance of the Agreement. W&H Pacific,lnC. I:Vlt ICiy of RentonLW69 2003 M!W ToW JnW4ecs=M DOC Renton Municipal Airport Supplementary Conditions Update: Change 13.1101 10 Notice 14 1102 SAFETY The Engineer has not been retained or compensated to provide design and construction review services relating to the Contractor's safety precaution or to means, methods, technique, sequences or procedures required for the Contractor to perform his work. The Contractor will be solely and completely responsible for conditions of the work site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions shall conform to all applicable State, County, and local laws, ordinances and codes. The Contractor shall also comply with "U.S. Department of'Labor Occupational Safety and Health Act," and "Construction Safety Act" administered by the U.S. Department of Labor, the "Manual of Accident Prevention in Construction" published by the Associated General Contractors.of America, and the "Manual on Uniform Traffic Control Devices," except where these are in conflict with state laws, in which case, the more stringent requirements shall be followed. The Contractor shall maintain at his-office or other well-known place at the work site, all articles necessary for giving first-aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of all persons (including employees) who may be injured on the work site. The duty of ' the Engineer to conduct construction review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measurers in, on, or near the construction site. If death or serious injuries or serious damages are cause, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report in writing to'the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site,giving full details and statements of witnesses. If any claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer giving full details of the claim. CORRECTION OF DEFECTIVE WORK AFTER FINAL ACCEPTANCE: All work shall be guaranteed fora period of one (1) year against defects in materials and workmanship. The Contractor hereby agrees to make, at his own expense, all repairs or replacements necessitated by defects in materials or workmanship supplied by him that become evident within one (1) year after the date of written notice from the Engineer recommending final acceptance of the entire project, or entire schedule, by the Owner. The Contractor also agrees to hold the Owner harmless from claims of any W&H Pacc, Inc. i:+r ni ft0tyaaenronA3MS 2003 Apart DTZ 1martsaecsw09oo ooc Renton Munidpal Airport Supplementary Conditions U 11 pdate: Change 111/01 Notice 14: 1102 kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written orders for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the work, and the Contractor and his surety shall be liable for the cost thereof. NO WAIVER OF RIGHTS Neither the inspection by the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any provision of these Contract Documents, or any power herein reserved to the Owner, or any right to damages herein provided, nor shall any waiver of any breach in this Agreement be held to be a waiver of any other or subsequent breach. LITIGATION FEES AND EXPENSES In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may adjudge reasonable as attorney's fees in such suit or action, in both trial and appellate courts. End of Section W&H Pacific,Inc. cwroiecxslCey o/RenronW669 2003 arPort rxwy rmpMpeeswo WDOC Renton Municipal Airport Supplementary Conditions Update: Change 13: 1/01 12 Notice 14: 1102 41W *0 ow rr SECTION IV TECHNICAL SPECIFICATIONS 3 3 3 3 3 3 3 3 3 a 3 3 3 3 J ar DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 FOD PREVENTION CONTROLS w. PART 1: GENERAL aw This item shall consist of providing manpower and equipment necessary to achieve and maintain the objectives of the "Zero FOD Tolerance Policy" as established by Renton Municipal Airport for all runways, taxiways, and other paved surfaces immediately adjacent to aircraft areas. In order to avoid the possibility for FOD (foreign object damage) to primarily jet aircraft resulting from engine ingestion, engine blast or any high-speed ground operation, the policy allows for no objects/debris of any visible "" size to be on active runway, taxiway, shoulder, ramp, road, or any other paved surfaces. These surfaces are to be kept clean as work progresses and are to be free of FOD as described above, before these surfaces are opened to aircraft operations. "' Aircraft operation areas shall be cleaned to the satisfaction of the owner before they are opened back up for aircraft use. as Under this project, this FOD Control item also includes manpower and equipment necessary to keep the haul route and the airport perimeter road free of mud and debris resulting from traffic entering and exiting the project site. Continuous sweeping will be low required. 4, PART 2: MATERIALS 2.1 EQUIPMENT 40 Equipment shall include power brooms, vacuum sweepers, and hand tools as necessary in order to maintain FOD prevention controls. No PART 3: EXECUTION 3.1 CONSTRUCTION METHODS Procedures to be followed for purposes of maintaining the Zero FOD Tolerance +t• Policy on aircraft surfaces shall be observed with the maximum degree of effort. In these areas, the term "Zero FOD" shall be taken literally. The basic philosophy of the FOD prevention program is to minimize the amount of work necessary to remove debris from aircraft areas and airport roads by minimizing the amount of source debris along immediate haul and access roads. .w aw m W&H Pacific, Inc. IA ProjectslCdyofRenton1306692003AirportT xwylmpr%Specsl01000.DOC Renton Municipal Airport 01000 Update: Change 13: 1/01 w, 1 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01000 FOD Prevention Controls (Cont.) 3.2 FOD PREVENTION REQUIREMENTS Access/haul routes will be strictly confined to the areas designated on the Construction Site Plan. These routes will be confined to the smallest possible area in order to limit the amount of sweeping and clean-up required. These routes will be clearly marked by the Contractor with signs and cones so that vehicles will not stray from the designated routes. r The Contractor shall assign a laborer to inspect each vehicle leaving the airport construction zone for loose material on the vehicle's exterior or tires and then remove the material before the vehicle proceeds. The key elements of this specification section are: FOD Awareness FOD Prevention +► FOD Control — Clean As You Go The Contractor will be required to provide signs, barricades, and cones to clearly delineate and confine access routes to prevent vehicle and aircraft conflicts, and to prevent FOD. PART 4: MEASUREMENT AND PAYMENT 4.1 MEASUREMENT FOD Prevention Controls shall be measured by the lump sum for all equipment and personnel utilized to maintain FOD Prevention Controls. Whenever directed by the Engineer, the Contractor shall begin cleanup operations or shut down cleanup operations already in progress. In the event that the Airport or Engineer determines any active aircraft movement area to be unusable due to ■r construction generated debris, and if the Contractor is not on site, cleanup equipment will be called in to the airport, and billed directly to the Contractor. ww 4.2 PAYMENT Payment for FOD Prevention Controls shall be made at the contract lump sum price for maintaining the FOD prevention program. The price shall be full ► compensation for all labor, equipment, tools, and incidentals necessary to control, remove, and dispose of all FOD materials within work areas and along airport haul routes. W&H Pacific, Inc. 1:11rojecWCity of Renton130669 2003 Airport Txwy ImprlSpecS101000.DOC Renton Municipal Airport 01000 Update: Change 13: 1/01 2 Notice 14: 1102 .r DIVISION 1 - GENERAL REQUIREMENTS Section 01000 FOD Prevention Controls (Cont.) Payment will be made under: FOD Prevention Controls — lump sum. END OF SECTION 01000 4W W&H Pacific, Inc. 1:1Projeds1Qtyo/Renton1306692003AirportTxwy1mpr%SpeCM01000.D0C Renton Municipal Airport 01000 Update: Change 13: 1/01 wr 3 Notice 14: 1102 wr This page was left blank intentionally. .ur DIVISION 1 - GENERAL REQUIREMENTS SECTION 01110 GENERAL REQUIREMENTS PART 1: GENERAL .. 1.1 LOCATION AND PLANS The location of the work is the Renton Municipal Airport, operated by the City of W Renton. A location map is shown on the cover sheet of the contract plans. The contract plans for this project consist of forty-four (44) sheets entitled �. Renton Municipal Airport, 2003 Taxiway Lighting and Signing Improvements. 1.2 AIRPORT SECURITY aw During the course of the contract, the contractor shall be responsible for maintaining security against unauthorized access to the airport. The contractor No will be held responsible for any fines, damages or civil penalties filed against the City of Renton for the contractor's failure to maintain the regulations set forth herein. The contractor shall be fully responsible for compliance by himself and all of his employees with the airport security program and following regulations and orders of the airport management. These regulations may affect identification of employees, movement around the airport, parking, entry, and other circumstances affecting the safety or protection of persons or property. For the purpose and intent of these regulations, air operations area is constructed to mean any area used or intended to be used for take-offs, landing, .. or surface maneuvering of aircraft, and all other areas restricted to public access on the field. Work boundaries within the air operations area shall be established as shown on the drawings. Only contractor's employees are permitted in the work sites. The term "gate" used herein shall mean any controlled, securable opening in the security fence. The contractor must enter and exist the air operations area only through the gates shown on the Construction Site Plan Sheet C2. Deliveries to �,. work sites will be controlled by the contractor or, if applicable, a security guard who will record name and license of driver, vehicle license, and times in and out. The contractor shall keep the gates locked and secured at all times when not in use. Within the air operations area, all equipment, vehicle, and personnel travel shall �• be restricted to designated work sites. W&H Pacific, Inc. 1:1Projectsl0tyo/Renton1306692003AirpoRTxwy1mpr%Specs10111000C Renton Municipal Airport 01110 Update: Change 13: 1/01 1 Notice 14: 1102 arr DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements Only vehicles used for construction purposes shall enter the air operations area. Contractor personnel shall park their personal vehicles within a designated staging area. .r During night operations, each vehicle entering the air operations area shall be equipped with amber flashing light mounted on the roof of the cab. Headlights, + taillights and flashers shall be used for all activities during these hours. In the event of an emergency, men and equipment shall move immediately to the staging area. 1.3 LAYOUT OF THE WORK The contractor is responsible for construction surveying other than listed in Section 01406. The contractor should refer to Section 01406 for specific requirements. All staking and surveying not specifically listed in this Section 01406 will be the responsibility of the contractor. All grade checking and transferring of lines and grades from the engineer's stakes will be the contractor's responsibility. 1.4 COMPLETION TIME All items of contract work shall be substantially complete within the time period specified in the "Proposal". 1.5 ENVIRONMENTAL CODES AND REGULATIONS The contractor shall comply with provisions of Federal, State and local statutes, ordinances and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the project (see Section 70- 19, 70-20 of the Supplemental Conditions). If the contractor must undertake additional work due the enactment of new or the amendment of existing statutes, ordinances and regulations dealing with the prevention of the successful bid, the owner will issue a supplemental agreement + ► setting forth the additional work that must be undertaken. The supplemental agreement shall not invalidate the contract and there shall be, in addition to a reasonable extension of contract time, if necessary, a reasonable adjustment in the contract price to compensate the successful bidder for all costs and expenses incurred, including overhead and profits, as a result of the additional work. ► W&H Pacific, Inc. I WroiectslCity of Renton130669 2003 Airport Txwy lmprlSpecs1o1110.DOC Renton Municipal Airport 01110 Update: Change 13: 1/01 2 Notice 14: 1102 aw aw DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements 1.6 INSPECTION AND TESTING • All tests called for in the specifications or deemed necessary by the engineer will be performed by the engineer except when indicates otherwise in the specifications. The engineer will perform quality assurance casting when, in the opinion of the contractor, the work area to be tested is prepared and will meet the required specifications. Contractor shall schedule testing at least 24 hours in advance of when he is ready for the test. In the event test results do not meet the specifications, any cost for re-testing as may be required by the engineer shall be at the contractor's expense, charged at the rate established in the engineer's standard fee schedule. 1.7 CONTRACTOR'S STAGING AREA AND PLANT SITE An area will be set aside on the airport property for the contractor's use as a staging area for men, equipment, and materials. The contractor shall obtain all necessary building permits and operating licenses from local governmental agencies. The location is shown in the plans. The contractor may install his own security fence. The area shall be restored to its original condition at the conclusion of the work. 1.8 DISPOSAL OF WASTE MATERIAL r. Waste asphaltic concrete, aggregate, and earthen material shall be wasted off- site at the contractor's expense unless designated otherwise. Disposal of waste materials shall be in accordance with governing agency safety and health requirements. Disposal sites shall be smooth graded and drain properly at the completion of the contractor's operations. 1.9 SITE INVESTIGATION AND REPRESENTATION The contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and �• during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this contract. W&H Pacific, Inc. tFrojectslCity of Renton130669 2003 Airport Txwy Impr1Specs%01110.D0C Renton Municipal Airport 01110 Update: Change 13: 1/01 wrr 3 Notice 14: 1102 DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements The contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. The contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the owner. The owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this contract, unless (1) such representations are expressly stated in the contract, and (2) the contract expressly provides that the responsibility therefore is assumed by the owner. Representations for which liability is not expressly assumed by the owner in the contract shall be deemed only for the information of the contractor. 1.10 INFORMATION ON SITE CONDITIONS " All information obtained by the owner regarding site conditions, subsurface information, ground water elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the airport office upon request. Geotechnical investigation test pit logs have been provided in the appendix for your convenience. Such information is offered as supplementary information only. The owner does not assume any responsibility for the completeness or interpretation of such supplementary information. 1.11 SUBSURFACE AND SITE INFORMATION Information derived from inspection of test results, of topographic maps, or from plans showing location of utilities and structures will not in any way relieve the contractor form any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the contract documents. The submission of a proposal shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the contract documents. �r W&H Pacific,Inc. 1A ProjecWCR yo/Rentonl306692003 Airport TxwyImprlSpecS101110DOC Renton Municipal Airport 01110 Update: Change 13: 1/01 4 Notice 14: 1102 r DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements 1.12 UNDERGROUND UTILITIES Known utilities and structures expected to be adjacent to or encountered in the work are shown on the plans. It is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the contractor only, and no responsibility is assumed by the owner for their accuracy or completeness. The contractor is responsible for obtaining locates and performing any potholing necessary for all public and private utilities prior to digging. 1.13 FIRE PREVENTION AND PROTECTION The contractor shall perform all work in a fire-safe manner. The contractor shall comply with applicable local and State fire prevention regulations. 1.14 TEMPORARY WATER No potable water supply is immediately available at the designated contractor's ow staging area and plant site. The contractor shall make his own arrangements for obtaining water and pay all costs for same. No 1.15 TEMPORARY ELECTRIC POWER No electric power is immediately available at the designated contractor's staging wo area and plant site. The contractor shall make arrangements for electric power for use during the construction period until final acceptance by the owner, and pay all costs for same. 1.16 SANITARY FACILITIES •+. The contractor shall provide and maintain sanitary facilities for his employees and his subcontractor's employees that will comply with the regulations of the local and State departments of health and as directed by the engineer. W&H Pacific, Inc. 1AProjectsl0ty of Renton130669 2003 Airport Txwy 1mpASpecM01110 D0C Renton Municipal Airport 01110 Update: Change 13: 1/01 5 Notice 14: 1102 DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements rr PART 2: EXECUTION 2.1 SITE RESTORATION AND CLEAN UP Upon completion of the project, all areas used by the contractor in connection with the work shall be properly cleared of all temporary structures, rubbish, and waste materials and properly graded to drain and blend in with the abutting property. 2.2 HAUL ROUTES AND MAINTENANCE The contractor shall abide by prevailing legal load limit regulations when hauling over city, state or county roads. The contractor shall perform all necessary maintenance of haul routes during construction and shall perform all work as necessary to restore the routes used by his equipment to their original condition at the conclusion of construction. New construction haul roads shall be obliterated and original vegetation re-established. Existing roadways, runways, and taxiways shall be patched or overlaid as necessary to restore them. The contractor shall vary their haul routes across airfield pavements to protect them from damage caused by over use. Unsurfaced haul roads shall be sprinkled with water as necessary to prevent dust diffusion during the course of the work. All maintenance and restoration work shall be completed to the engineer's satisfaction before final payment is awarded. No direct payment will be made for this work. 2.3 RESPONSIBILITY FOR DAMAGE TO EXISTING STRUCTURES Where any existing structures or facilities which are intended to remain are damaged by the contractor during demolition or construction, the contractor shall promptly repair or replace the damaged portion or facility at no additional cost to the Owner. 2.4 STORAGE OF MATERIALS Materials shall be so stored as to insure the preservation of their quality and fitness of the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the owner or lessees. err W&H Pacific, Inc. 1 ProjecW0tyo/Renton1306692003AirportTx"ImprlSpecMOMO.DOC Renton Municipal Airport 01110 Update: Change 13: 1/01 6 Notice 14: 1102 err DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements 2.5 CLEAN UP The contractor shall at all times during the work keep the premises clean and orderly. He shall promptly remove all waste materials and rubbish. All directions from the engineer and other authorized public officials having jurisdiction over health and safety shall be obeyed. Areas to be opened up to aircraft operations shall be swept thoroughly clean with power broom equipment. Any debris resisting sweeping shall be removed by hand labor or other suitable means. Upon completion of the work, all materials, equipment, and appurtenances not required, as a part of, or appurtenant to, the completed structure or facility shall be completely removed from the owner's property. 2.6 WORK PROGRESS SCHEDULE A. Scope: The work specified in this subsection includes planning, scheduling, and reporting that is required to be performed by the contractor. B. Coordination Meetings: Coordination meetings will be held on a weekly basis or more often if necessary, to communicate work efforts between the airport manager, the engineer, and the contractor. The resident engineer will schedule the meetings with attendance required by at least one person from each organization. C. Method: A critical path or bar graph type schedule, preferably using Microsoft Project, or equivalent software, shall be submitted to the engineer for review and approval by the apparent low bidder within five (5) w„ calendar days after Notice of Award. When the schedule has been approved, the contractor shall submit five (5) copies of it, one of which shall be approved and signed by the engineer and returned to the contractor. D. Schedule Requirements: Distinct items of contract work shall be defined and separated on the schedule. As a minimum, the work items shall include each contract pay item, mobilization, de-mobilization, and cleanup. Pay items that are partially subcontracted shall be split up to ++ distinctly show the subcontracted work. These items of work shall be plotted on a graph with calendar days duration as a horizontal reference. Anticipated start and finish dates for each work stage and for each of the work items within a stage, shall be shown. W&H Pacific, Inc. NProjectslCRy of Renton130669 2003 Airport Txwy ImprlSpecM01110.D0C Renton Municipal Airport 01110 Update: Change 13: 1/01 """` 7 Notice 14: 1102 DIVISION 1 — GENERAL REQUIREMENTS Section 01110 General Requirements The project name, the contractor's name, and the date of the schedule submittal shall be clearly shown on the submittal. E. Progress Reports: At the end of each week, the contractor shall submit a summary report of the progress of the various scheduled work items stating, for each item, the existing time status, estimated time of completion, and cause of delays, if any. If the work is behind the previously submitted schedule, the contractor shall submit an updated schedule and a written plan acceptable to the engineer for bringing the work up to date. Updated schedules will be used by the engineer in compiling partial payments and no such computations will be made until the reports have been received and approved by the engineer. The engineer may request reports to be made on a more frequent schedule if he considers the substantial completion date to be in jeopardy because of activities behind schedule or for other valid reasons. F. Failure to Maintain or Follow Progress Schedule: Engineer will check actual progress of the work against the process schedule a minimum of once per week. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approval revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. END OF SECTION 01110 r W&H Pacific,Inc. NProjectsZity of Renton130669 2003 Airport Txwy lmprlSpecs101110 DOC Renton Municipal Airport 01110 Update: Change 13: 1/01 8 Notice 14: 1102 40 MWO DIVISION 1 - GENERAL REQUIREMENTS SECTION 01115 CONSTRUCTION OPERATION PLAN PART 1: GENERAL aw 1.1 SCOPE fm This specification outlines safety procedures and regulations to be followed by the Contractor during the course of this work. Construction operations plans are provided in the contract plans as the "Construction Site Plan" and/or 40 "Construction Phasing Plan". The work item "Temporary Flagging, Marking and Signing" shall consist of furnishing, installing, and removing temporary marking, signing, lighting, and barricades required during the course of this work. It shall 00 also include furnishing sufficient flaggers for traffic control. All work shall be in conformance with F.A.A. AC 150/5370-2C "Operational Safety on Airports During Construction," the "Manual of Uniform Traffic Control," and WSDOT Standard Specifications for road, bridge, and municipal construction. The construction operations plan has been developed to mitigate the adverse impacts of construction on aeronautical operations on the airport. Strict adherence to the provisions of the construction operations plan by all personnel assigned to or visiting the construction site is mandatory for all construction projects. In the event contractor activities are not in conformance with the provisions of the construction operations plan, the contractor shall immediately cease those operations involved in the violation of the provisions of the construction operations plan and conduct a safety meeting. The owner may direct the contractor, in writing to immediately cease those operations involved in the violation of the provisions of the construction operations plan. The contractor shall not resume construction operations until an appropriate action is taken as determined by the Owner. 1.2 GENERAL SAFETY REQUIREMENTS During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible, CONSISTENT WITH CONTINUAL SAFETY. Aircraft use of areas near the Contractors work will be controlled to minimize disturbance to the Contractor's operation. The Contractor shall not allow employees, subcontractors, suppliers, or any other unauthorized person to enter or remain in any airport area, which would be hazardous to persons or to aircraft operations. ' W&H Pacific, Inc. NPro jeclslCity orRenton130669 2003 Airport Txwy ImprlSpecs101115.DOC Renton Municipal Airport 01115 Update: Change 13. 1/01 1 Notice 14: 1102 xr. DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) 1.3 CONTRACTORS RESPONSIBILITY FOR CONSTRUCTION AND FACILITIES MAINTENANCE A. Be aware of the types of hazards and marginal conditions identified in F.A.A. AC 150/5370-2C "Operational Safety on Airports During Construction." .r B. Be aware of and conduct activities so as not to violate any safety standard in F.A.A. AC 150/5370-2C "Operational Safety on Airports During ;, Construction." C. Inspect all Contractor work, construction, and storage areas as often as necessary to be aware of conditions, and D. Promptly take all steps needed to prevent/remedy any unsafe or potentially unsafe conditions/activities discovered. E. Before commencement of construction/maintenance activity, Contractor shall coordinate with the Engineer to give notice (using the Notice to Airmen {NOTAM) system) of completion of construction/maintenance. F. Upon completion of work and return of all such areas to standard conditions, Contractor shall coordinate with the Engineer to issue notice (using the NOTAM system) of completion of construction/maintenance. PART 2: PRODUCTS 2.1 FLAGGING The Contractor shall furnish flaggers for control of construction traffic across active runways or taxiways. Flaggers are to be trained by designated airport personnel on airport procedures and radio communications prior to assuming their control duties. Vehicle traffic is permitted across active runways or taxiways only when flaggers are in position. 2.2 BARRICADES Barricades shall be placed as shown on the plans, around perimeters of construction areas that border areas of aircraft traffic, or around any area which may present a hazard to aircraft. The barricades shall be firmly anchored w against overturning from wind or prop wash. No direct payment will be made for W&H Pacific, Inc. NProjectslCity of Renton130669 2003 Airport Txwy Impr%Specs101115.D0C Renton Municipal Airport 01115 Update: Change 13: 1/01 2 Notice 14: 1102 ar DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) furnishing barricades as described or for labor, equipment, and materials necessary to install them. The barricades shall be 18-inch high plastic conical barricades as specified by the current manual on Uniform Traffic Control Devices for streets and highways published by the U.S. Department of Transportation, Federal Highway Administration. Flashing yellow lights shall be placed next to every fifth plastic barricade during nighttime hours. 2.3 TEMPORARY MARKING AND SIGNING The Contractor shall install temporary closing crosses and relocated thresholds, pavement markings, signs, lights, traffic control devices and other temporary markings required during the course of this contract. The temporary markings shall conform to applicable Federal Aviation Administration markings and shall be constructed of materials approved by the Engineer. Temporary relocated threshold markings (crosses and chevrons) as described shall be provided, place, maintained and removed by the Contractor as directed • by the Engineer during the contract time. The temporary markings shall be on the project side and available for use within one week of the date of the Notice to Proceed. Two (2) crosses shall be provided, each made of yellow truck tarp nylon weighing 18 ounces per square yard. The edges shall be hemmed, corners reinforced and grommets provided every 3 feet along the edge. Material shall be sized as follows: 4 pieces (10 ft. x 60 ft.). Three (3) chevrons and one threshold bar shall be provided. The chevrons shall be made of yellow truck tarp nylon and the threshold bar shall be made of white nylon. The nylon shall weigh at least 18 ounces per square yard, and the edges shall be hemmed, corners reinforced and grommets provided every 3 feet along the edge. Material shall be sized as follows: 6 yellow pieces (100 ft. x 5 ft.) and 1 white piece (200 ft. x 10 ft.). The crosses, chevrons, and threshold bar shall be secured on airfield pavements by sandbags. The crosses, chevrons, and threshold bar shall become the property of the airport upon completion of the r project. Lighted Closing X's shall consist of two trailer-mounted crosses complete with generator, manufactured by Sherwin Industries, Inc. phone (414) 281-6400, or approved equal. The lighted closing `X' shall become the property of the airport upon completion of the project. low W&H Pack, Inc. 1AProjectMQty otRenton130669 2003 Airport Txwy ImprtSpecs101115.DOC Renton Municipal Airport 01115 Update: Change 13: 1/01 arr 3 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) PART 3: EXECUTION 3.1 CONSTRUCTION AND MAINTENANCE A. GENERAL wr Construction/maintenance activity may not commence prior to issuance of a NOTAM. The Contractor shall advise the Engineer two (2) days in advance of the planned commencement of construction/maintenance activity so a NOTAM can be issued and shall not commence such activity until advised by the Engineer. Upon completion of work to the satisfaction of the Engineer, the NOTAM will be canceled. No further work in affected + areas will be permitted. B. RUNWAY SIDES IN If an appropriate NOTAM has been issued, construction (using equipment under 10 feet tall) is permissible as close as the following distances from the centerline of runway indicated: Runway/Designation Feet From Runway Centerline ie 15 - 33 200' rr Construction activities closer than the indicated distance, or using equipment taller than 10 feet are prohibited unless the activities are formally found unobjectionable to airport airspace by the FAA or the runway is closed adjacent to the location where work is being performed. C. RUNWAY ENDS If an appropriate NOTAM has been issued, construction activity is permissible off the ends of the runway indicated below provided at least the indicated minimum safety area and indicated unobstructed approach slope are maintained: , Runway End Minimum Safety Area Minimum Unobstructed Number Behind Threshold Approach Slope 15 300 Feet 34:1 to 200' behind threshold"' 33 300 Feet 34:1 to 200' behind threshold"' W&H Pack, Inc. MProjects0ty of Renton130669 2003 Airport Txwy ImpASpecs101115.D0C Renton Municipal Airport 01115 Update: Change 13: 1/01 4 Notice 14: 1102 rr DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) Construction activities which reduce the available behind-threshold safety area below 200 feet, or which would penetrate or be above the indicated minimum unobstructed approach slope are prohibited unless temporarily relocated threshold markings are placed and the activities have been approved by the Engineer. 'Under unusual and/or Category II and III instrument weather conditions, the Engineer, or Airport Manager may order the Contractor to temporarily .. suspend operations, move personnel, equipment and/or materials, and stand by at a safe location during takeoff or landing of aircraft. 2The 34:1 is reduced to 20:1 when a temporary relocted threshold is in effect. D. TAXIWAYS AND APRONS Normally, construction activity setback lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predominant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the F.A.A. and the users; NOTAMs are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. E. EXCAVATION AND TRENCHES Runways: Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately ow signed, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case-by- case basis, that is, cable trenches, pavement tie-ins, etc., with the No approval of the airport operator, the F.A.A. and the users. Taxiways: Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is adequately signed, lighted and marked. W&H Pack, Inc. 1 ProjectslCity of Renton130669 2003 Airport Txwy 1mpr%SpecW1115.D0C Renton Municipal Airport 01115 Update: Change 13: 1/01 tow 5 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) F. STOCKPILED MATERIAL Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding sections. Stockpiled material should be constrained in a manner to prevent movement resulting from aircraft blast or wind. Material should not be stored near aircraft turning or movement areas. G. ADDITIONAL CONSTRUCTION LIMITATIONS Open flame welding or torch-cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. Open trenches, excavation, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the F.A.A.) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. 3.2 BARRICADES AND CLOSURES A. Permanently Closed Runways and Taxiways: For runways and taxiways, which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation markings, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000 (300m) foot intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. The crosses shall be as shown on the plans or as directed by the Engineer. wr B. Temporarily Closed Runways and Taxiways: Temporarily closed runways are treated in the same manner as permanently closed runways, except runway markings are not obliterated. Rather, crosses are usually of the temporary type (constructed of material such as fabric or plywood) and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standards sheets of 4 by 8 foot (1.22 by 2.44m) plywood. Temporarily closed taxiways should be treated as an unusable area and indicated in the same manner as hazardous areas (see paragraph D, below). W&H Pacific, Inc. t ProjectslCity of Renton130669 2003 Airport Txwy lmprlSpecs101115.000 Renton Municipal Airport 01115 Update: Change 13: 1/01 6 Notice 14: 1102 ■r DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) C. Closed Airports: When all runways are closed temporarily, the runways are marked as in paragraph B (above), and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph A (above), the airport beacon is disconnected, and a cross is placed in the segmented circle or at a central location if no segmented circle exists. D. Hazardous Areas: Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they • are always in the extended position and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. E. Stabilized Areas: Holding bays, aprons, and taxiways are sometimes provided with shoulder stabilization to prevent blast and water erosion. This stabilization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but conditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3-foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of the stabilized area or to 25 feet (7.5 m) in length, whichever is less. F. Runway-Shoulder Marking: Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as exceptionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. G. Barricades, flagging, and flashers shall be installed around all work areas. Hazard markings and lighting shall be located as shown on the plans. H. The contractor is required to have someone on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. W&H Pack, Inc. NProjectslCity of RentonO0669 2003 Airport Txwy Impr%Specs101115.000 Renton Municipal Airport 01115 Update: Change 13: 1/01 r 7 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) 3.3 TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILs), and markings. The temporary runway threshold displacements shall be as shown on the plans or as directed by the Engineer. 3.4 VEHICLE IDENTIFICATION AND PARKING A. Contractor vehicles and equipment shall be identified by painted or magnetic signing identifying the Contractor's company. Each vehicle operating on the airport operations area (AOA) shall have either an omni- directional amber flashing light or an FAA-approved orange and white checkered flag. The flag shall be at least three-foot square having a checkered pattern of international orange and white squares at least one foot on each side. B. Employee parking shall be confined to the Contractor's staging area shown on the plans. C. A construction vehicle traffic plan, developed by the airport management, shall be signed by airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all the participants, becomes part of the contract. 3.5 CONSTRUCTION SITE ACCESS AND HAUL ROADS Access to the job site shall be as shown on the plans. 3.6 RADIO COMMUNICATIONS Radio communication is required between the Contractor's representative and the Air Traffic Control Tower when operating within designated movement areas. Refer to the "Construction Site Plan," and/or the "Construction Phasing Plan" for specific radio communication requirements. 3.7 CONSTRUCTION PHASING REQUIREMENTS Construction phasing requirements shall be as shown on the "Construction Site Plan" and the "Construction Phasing Plan" sheets of the contract plans. W&H Pack, Inc. cVar%crs%Cay of Renron130e69 2003 Airport rxuy 1mpr%SPeMw1 1 15.D0c Renton Municipal Airport 01115 Update: Change 13: 1/01 8 Notice 14: 1102 MW DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) av PART 4: MEASUREMENT AND PAYMENT 4.1 TEMPORARY FLAGGING, MARKING AND SIGNING Temporary flagging, marking and signing will be paid for at the contract lump �,. sum price stated in the proposal. This price shall be full compensation for furnishing flaggers, barricades, lights, relocated threshold markings, pavement marking and lighting and other temporary markings and for maintenance of those to items during the work, any necessary relocations, and for all labor, equipment, tools and incidentals necessary to complete the item. END OF SECTION 01115 WW W&H Pacific, Inc. I:IPrgjectslCity orRenton130669 2003 Airport Txwy ImprlSpecs101115.DOC Renton Municipal Airport 01115 Update: Change 13: 1/01 9 Notice 14: 1102 lit io r This page was left blank intentionally. trr r DIVISION 1 - GENERAL REQUIREMENTS SECTION 01340 SUBMITTALS w. PART 1: GENERAL 1.1 SCOPE In addition to requirements in each Section of this Specification, comply with the following listed herein. 1.2 SHOP DRAWINGS Provide in accordance with General Conditions. In addition, comply with the following requirements specified hereinafter. Submit shop drawings to the engineer sufficiently in advance in accord with prearranged schedule to cause no delay in the contractor's own work or in that of any other subcontractor and to afford ample time for consideration, checking, correcting and re-checking. Show complete details of construction and methods of installation including sizes, dimensions, setting numbers, types of materials, provisions for hardware, accessory items, built-ins opening sizes, cut-outs, joints, required blocking, welds, anchorage to other construction and other pertinent items. Verify dimensions on job and correlate work with adjoining work. All shop drawings must be submitted on the same size sheets as engineer's drawings or on 8-1/2" x 11" or 18" x 24" size sheets. (Shop drawings on any other size sheet will not be accepted). Five (5) copies of approved shop drawings will be required for engineer's use unless otherwise indicated. Contractor shall determine the number of and furnish such additional copies as may be needed. lay. NO SHOP DRAWINGS SHALL BE DISTRIBUTED FOR FIELD USE WITHOUT APPROPRIATE ENGINEER'S AND CONTRACTOR'S STAMP. 410 W&H Pacific, Inc. I:IProjectslCdy of Rentonl30669 2003 Airport Txwy Impr%SPecs101340.D0C Renton Municipal Airport 01340 Update: Change 13: 1/01 ""' 1 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS „r Section 01340 Submittals (Cont.) 1.3 SUBMITTALS Submit for work in the following specification sections: „ Section 01110 2.6c Construction Schedule Section 01406 3.3 Staking Plan Section 02576 2.1 Paving Fabric Section 02580 2.1 Crack Sealant Section P-154 2.1 Subbase Course Section P-152 1.2 Import Borrow Section P-156 3.2 Erosion Control Plan Section P-209 2.1 Crushed Aggregate Base Course Section P-401 2.2 Aggregate Qualification 2.3 Mix Design 6.1 Quality Control Plan Section P-603 2.1 Bituminous Materials Section P-620 2.2 Paint Section P-626 2.1 Aggregate 2.3 Emulsified Asphalt 3.2 Job Mix Formula Section D-701 2.2 Pipe for Storm Drain Section D-751 2.0 Storm Drain Structures Section T-901 2.1 Seed 2.2 Tackifier and Cross-Linker 2.3 Fertilizer 2.4 Mulch Section P-610 2.1 General 2.2 Coarse Aggregate 2.3 Fine Aggregate 2.4 Cement 2.6 Admixtures 3.2 Concrete Composition Section 16511 2.1 Regulator Section 16560 2.4 Base Cans 2.6 Isolating Transformers 2.7a,b,c,&d Lighting Fixtures Section 16970 2.1-2.6 Materials L-108 2.2 Cable and Connectors „o L-110 2.4 Conduit END OF SECTION 01340 W&H Pacific, Inc. I:IPmjecWCtty of Rentonk30669 2003 Airport Txwy ImpASpecs101340.000 Renton Municipal Airport 01340 Update: Change 13: 1/01 2 Notice 14: 1102 M DIVISION 1 - GENERAL REQUIREMENTS SECTION 01406 CONSTRUCTION STAKING PART 1: GENERAL 1.1 SCOPE A. The intent of this section is to define the staking services provided by the Engineer and to set forth the responsibilities of the Contractor for construction staking, surveying, and computation of payment quantities. B. Survey work performed by the Contractor, under this section, shall be under the direct supervision of a State of Washington Registered Professional Land Surveyor licensed to practice within the state the project is located. Layout for the various items will be as referenced on the drawings, or as stated in this section. C. All survey work and survey control shall be per the City of Renton survey standards. D. An electronic copy of the plans will be provided to the prime contractor after the award of the contract for informational purposes only. The signed drawings are the official documents from which the Contractor's required to construct the proposed improvements. Electronic format will be AutoCAD Version 2002. PART 3: EXECUTION 3.1 RESPONSIBILITY OF THE ENGINEER The Engineer will provide control points in the vicinity of the proposed work for 4W the use by the Contractor in laying out the work and establishing finish grade elevations. Control points are reference points for all construction work and have been identified on the drawings and will be conspicuously marked with paint or flagging tape. It shall be the responsibility of the Contractor to inform his employees and his subcontractors of their importance and the necessity for their preservation. W&H Pacific, Inc. t ProjedslCity of RentonQ0669 2003 Airport Txwy ImprlSpeos101406.DOC Renton Municipal Airport 01406 Update: Change 13: 1/01 r. 1 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01406 Construction Staking (Cont.) irr 3.2 RESTAKING Stakes or reference marks listed in "Responsibility of the Engineer" or hereinafter listed as "Staking by Engineer" will be set one time only. Any restaking, for whatever reason, other than as noted above, will be performed only when ordered in writing by the Contractor, and such restaking shall be at the contractor's expense, charged at the rates established by the Engineer. 3.3 RESPONSIBILITY OF THE CONTRACTOR The Contractor shall be responsible for all construction staking not specifically identified above which may be required to insure the project is constructed to the lines and grades shown on the drawings. The Contractor will be required to furnish all lines, grades, and measurements ' from the control points necessary for the proper prosecution and control of the work contracted under these specifications. .r The Contractor shall submit a staking plan, for approval, indicating the surveying tasks they intend to perform to lay out the work. The following minimum staking requirements shall be met: 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 3. Drainage Swales slope stakes and flow line blue tops at 50-foot station 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 „ 5. Base Course 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 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: w. 1) Runways - each paving lane width W&H Pacific, Inc. P ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecs101406.DOC Renton Municipal Airport 01406 Update: Change 13: 1/01 2 Notice 14: 1102 AW g, DIVISION 1 - GENERAL REQUIREMENTS Section 01406 Construction Staking (Cont.) am 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 e. Contractor to provide wire grade controls for centerline elevations as required by P-401 and contract plans. 7. Pipe, manhole, and drainage structure inverts and rim elevations shall be staked by means of offset hubs at each end of the proposed pipe or structure location and as necessary to maintain grade. 8. Fence Lines at 100-foot stations 9. Electrical and Communication System locations, line and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI's, PAPI's, REIL's Wind Cones, Distance Markers (signs), pull boxes and manholes. They shall be set by offset hubs. 10. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. 11. Painting and Striping layout shall be marked for the paint Contractor. Centerline striping shall be delineated by a minimum of one paint spot per 10 feet of centerline stripe. Hold positions will require a minimum of 2 paint spots. Hubs shall be set for all radius points. 12. Ground rods and tiedown anchors shall be located by nails or paint spots. 13. 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). The Engineer must approve staking plan prior to construction. 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 Sponsor. 3.4 VERIFICATION The Engineer reserves the right to verify any surveys or calculations performed by the Contractor and require a re-survey or re-calculation at the Contractor's expense should errors be found. w W&H Pacific, Inc. NProjecWCtyofRenton006692003 Airport TxwylmprlSpeoSW1406.DOC Renton Municipal Airport 01406 Update: Change 13: 1/01 up 3 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01406 Construction Staking (Cont.) The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on part of the Contractor, or his/her employees, resulting in established grades and/or err alignment that are not in accordance with the plans or as established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Sponsor. r PART 4: MEASUREMENT AND PAYMENT r�r 4.1 MEASUREMENT AND PAYMENT Payment will be made at the contract lump sum price stated in the "Proposal'. This price shall include all staking, re-staking, checking, materials and equipment necessary to lay out the work as shown on the plans and specified herein. END OF SECTION 01406 .w err W&H Pacific, Inc. 1:1ProjeCWQty of Renton130669 2003 Airport Txwy ImprlSpecs101406.DOC Renton Municipal Airport 01406 Update: Change 13: 1/01 4 Notice 14: 1102 Ill urr DIVISION 1 - GENERAL REQUIREMENTS SECTION 01505 MOBILIZATION PART 1: GENERAL er 1.1 SCOPE Mobilization shall consist of preparatory work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of offices, buildings and other facilities necessary for work on the project; for premiums on bond and V" insurance for the project and for other work and operations which the contractor must perform or costs he must incur before beginning work on the project. 'w PART 2: MEASUREMENT AND PAYMENT go 2.1 LUMP SUM BASIS Payment for the performance of the mobilization work as above specified will be made at the contract lump sum amount for the item "Mobilization". The amounts to be allowed for "Mobilization" in the partial payment to be made ,o under the contract will be made as follows: 1. When 5% of the total original contract amount is earned from other bid items, 50% of the amount bid for mobilization, or 5% of the total original contract amount, whichever is the lesser, less normal retainage, will be paid. 2. When 10% of the total original contract amount is earned from other bid items, 100% of the amount bid for mobilization, or 10% of the total original contract amount, whichever is the lesser, less normal retainage, will be paid. 3. Upon completion of all work on the project, payment of retainages plus any amount bid for mobilization in excess of 10% of the total original contract amount will be paid. The above schedule of partial payments for mobilization shall not be construed to limit or preclude partial payments otherwise provided by the contract. END OF SECTION 01505 i ilCw W&H Pacific, Inc. I IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs101505.DOC Renton Municipal Airport 01505 Update: Change 13: 1/01 " 1 Notice 14: 1102 vi do This page was left blank intentionally. M1 w,, DIVISION 1 - GENERAL REQUIREMENTS SECTION 01525 WATERING PART 1: GENERAL 1.1 DESCRIPTION This work shall consist of the furnishing and applying of water or combinations of water and compatible binders or additives (a) for the compaction and preparation of excavations, embankments, subgrades, backfills, subbases, bases and surfacings, (b) for the alleviations or prevention of dust nuisance when such *� nuisance originates within the project limits and is not caused by the operations of the contractor's plants or plant setups or by the contractor's operations at his plants or plant setups, and (c) when watering is ordered by the engineer to be performed in connection with work which, except for watering, is to be paid for as Extra Work. PART 2: PRODUCTS 2.1 WATER Water used in the work shall be free of silts and other material deleterious to the quality of the material to which it is applied or with which it is mixed. The contractor shall make all arrangements for obtaining water and shall pay all costs involved. An adequate supply of water shall be maintained by the contractor at all times. PART 3: EXECUTION 3.1 CONSTRUCTION Watering work shall at all times be subject to the control of the engineer. It shall be done only when and where directed by the engineer, the rates and manner of application shall meet with his approval. Watering shall be by means of tank trucks equipped with spray bars, by hose and nozzle, by wetting materials in stockpile or in excavation areas prior to excavating or by other means, that insure uniform and controlled application. The use of splash boards will not be permitted without prior approval of the engineer. Watering shall be performed at any hour of the day and on any day of the week that the engineer may determine as necessary for proper performance or lip protection of the work and for adequate alleviation of dust nuisance. .110 W&H Pacific, Inc. 1:1ProjedSlCity of Renton130669 2003 Airport Txwy1mp1ASpers101525.D0C Renton Municipal Airport 01525 Update: Change 13: 1/01 °i'm 1 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01525 Watering (Cont.) Wastage of water or watering which is detrimental to other work shall be avoided and such operations shall cease until the engineer determines what corrective measures shall be taken. PART 4: MEASUREMENT AND PAYMENT Watering shall be considered incidental to other bid items and no separate payment shall be made. END OF SECTION 01525 .r rr .w .r wr W&H Pacific, Inc. I ProjecWCity of Renton=669 2003 Airport Txwy ImprlSpecM01525.D0C Renton Municipal Airport 01525 Update: Change 13: 1/01 2 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01710 PROJECT CLOSEOUT awru PART 1: GENERAL 1.1 SCOPE Engineer shall prepare a punch list when notified by the contractor that work is completed. Engineer will conduct one final inspection only. All further inspections or punch lists as required will be made at $500.00 per trip, at contractor's expense. (Note: Failure of engineer to include any item on punch list does not alter responsibility of contractor to complete work in accordance with Contract Documents). Deliver all items called for herein and under various specifications sections to engineer at completion of work. 1W 1.2 PROJECT RECORD/AS-BUILT DRAWINGS "w As job progresses, contractor shall keep at project site, an accurately marked job set of contract documents showing all changes and deviations from original drawings. These shall be available to engineer. (Note: Above requirements �` shall not be construed as authorization to make changes in work or layout without definite instructions in each case). Upon completion of project and im before final payment, contractor shall forward to engineer two complete new sets of contract documents covering all work including his changes under this contract, showing all above information, changes and deviations from the original drawings. 1.3 CLEANUP Upon completion of the project and prior to final payment, the contractor shall restore the work area to a satisfactory condition as determined by the engineer. Yr All materials, equipment, and appurtenances not required as a part of, or appurtenant to the completed project shall be removed from the project site and legally disposed of. All stopover from construction operations and the scattering of unused aggregate or waste material shall be removed. The work site shall be graded smooth to establish grade or if no grade is established, to a neat uniform condition as determined by the engineer. 40 ilwi iywl 1W W&H Pacific, Inc. I:IProjects0ty of Renton130669 2003 Airport Txwy Impr%Specs101710 DOC Renton Municipal Airport 01710 Update: Change 13: 1/01 14W 1 Notice 14: 1102 DIVISION 1 - GENERAL REQUIREMENTS Section 01710 Project Closeout (Cont.) 1.4 CLOSEOUT The contractor shall furnish the following items required for acceptance and final payment before final payment will be released. A. Submit the Owner a signed affidavit, satisfactory to the Owner, stating that so far as he has knowledge or information, all accounts for materials, labor, and incidentals in connection with the work have been paid in full. B. Submit State of Washington "Certificate of Payment of State Excise Taxes by Public Works Contractor." C. Furnish to the Owner an "Affidavit of Wages Paid" according to the provisions of RCW 60.28.010. D. Notify the Engineer, in writing, that he has completed his part of the contract and request final payment. The Owner shall, within thirty (30) days, pay to the Contractor all monies due him under the conditions of the contract upon the following: A. The Owner's acceptance of the Engineer's final estimate. B. The Owner's approval of the affidavit of the release of liens. C. Inspection and approval by the Federal Aviation Administration as required for Airport Improvement program. tom` The acceptance by the Contractor of the final payment shall release the Owner and the Engineer as agent of the Owner from all claims and all liability to the Contractor for all things done or furnished in connection with the work, and every act of the Owner and others relating to or arising out of the work. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from obligations under this contract and the "Performance and Payment Bond", as herein provided. tr„ END OF SECTION 01710 rr W&H Pacific, Inc. bProjectslCity of Renton130669 2003 Airport Txwy Impr%SpecsW1710.DOC Renton Municipal Airport 01710 Update: Change 13: 1/01 2 Notice 14: 1102 4W WM, DIVISION 2 - SITE WORK SECTION 02000 WATER MAINS, HYDRANTS AND SERVICE LINES o PART 1: GENERAL All water line construction, except those items noted below, is to be performed and paid for in accordance with the WSDOT/APWA 2002 Standard Specifications for Road, Bridge, and Municipal Construction (herein after called "Standard Specifications") which is hereby made a part of this document. The requirements of this section either: supplements, adds new specifications, replaces or modifies the Standard Specifications as defined as follows: Supplement: Text supplements or adds clarification to the identified section of the Standard Specifications. New: Item is a unique specification to this project and will not be found in the Standard Specifications. Replacement. Replace the entire identified section of the Standard Specifications with the text provided. Modification: A variation or modification of the identified section of the Standard Specifications. PART 3: EXECUTION 7-12 VALVES FOR WATER MAINS 7-12.3 Construction Requirements Supplement Existing valves shall be adjusted to the proposed surface pavement grade. Existing concrete around valve shall be removed and replaced as required to �.. make adjustment. All connections to the existing water main shall remain in place. rr� W&H Pacific, Inc. 19ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecs102000 DOC Renton Municipal Airport 02000 Update: Change 13: 1/01 1 Notice 14: 1102 rani DIVISION 2 — SITE WORK Section 02000 Water Mains, Hydrants and Service Lines (Cont.) 7-14 HYDRANTS Supplement 7-14.3(3) Resetting Existing Hydrants Hydrants shall be adjusted to the proposed surface pavement grade. Existing concrete around hydrant shall be removed and replaced as required to make adjustment. All connections to the existing water main shall remain in place. PART 4: MEASUREMENT AND PAYMENT 7-12& 7-14 VALVES FOR WATER MAINS AND HYDRANTS 7-12.5 & 7-14.5 Payment Replacement The contract unit price per each for "Adjust Hydrant to Grade" and "Adjust Water ► Valve to Grade," 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 work. ar END OF SECTION 02000 +rr W&H Pacific, Inc. 1A ProjectslCityo/Renton1306692003AirportTxwy1mprlSpecs 102000.D0C Renton Municipal Airport 02000 Update: Change 13: 1/01 2 Notice 14: 1102 asp DIVISION 2 - SITE WORK SECTION 02050 DEMOLITION PART 1: GENERAL 1.1 DESCRIPTION OF WORK The extent and location of the "Demolition" work is indicated on the drawings. +1W The work includes the requirements for the removal, wholly or in part and satisfactory disposal of all utilities, pavements, structures, light fixtures, conduits, wires and other obstructions which are designated to be demolished on the drawings or within these specification. The Demolition work is included on the drawings for guidance only to indicate typical general construction features of the various types of structures and is not to be construed as definitive or adequate to supplant the actual on-site t inspection by the Contractor. All demolished material except those designated for salvage will become the property of the Contractor and shall be removed from City property. The Contractor shall dispose of removed material in compliance with all local, regional and federal requirements. " The removal and disposal of all items under this section shall be accomplished without damage to adjacent facilities and other features to remain. All damage to existing facilities to remain in the final project shall be repaired as directed by the Engineer at the Contractor's expense. During the process of demolition, surface drainage shall be maintained at all times by grading and other means necessary. Temporary drains and drainage ditches shall be installed as needed to intercept or divert surface water which may affect the work. All items to be removed shall be removed and disposed of prior to final grading and subgrade preparation of the remainder of the site. All demolition debris on the surface of the active pavements outside the area to be demolished shall be continuously swept clean and completely removed during each working shift. w All demolition debris on the surface of non-active pavements outside the area to be demolished shall be swept clean and completely removed at the end of each work shift. W&H Pacific, Inc. 1:1ProiectslCd yo/Renton1306692003 Airport Txwylmp6Specsl02050.DOC Renton Municipal Airport 02050 Update: Change 13: 1/01 ""' 1 Notice 14: 1102 DIVISION 2 - SITE WORK Section 02050 Demolition (Cont.) r 1.2 JOB CONDITIONS A. The Contractor is cautioned that critical electrical, communication, and ty► utility lines and facilities exist within the work area. The Contractor shall compete a detailed field locate survey of existing utilities fourteen (14) days prior to starting work in an area. The Contractor shall provide the City with a mark-up of the existing conditions indicating the findings of the field locate survey of the work area. Should the Contractor's locate survey show additional utilities not indicated on the drawings, the City will either require the Contractor to work around the utility, demolish it, or abandon it. Any additional work by the Contractor to work around a utility that was not indicated on the drawings will be negotiated as covered in the General Conditions. Demolition or abandoning of additional utilities shall be incidental to the unit price for "Demolish Structures and Miscellaneous Utilities." Those utilities which are to remain shall be protected from damage. Any damage to the lines or facilities that are to remain shall be immediately repaired by the Contractor. Refer to paragraph 3.04 of this section for cable splicing requirements. B. It shall be the contractor's responsibility to provide temporary drainage as described under Section P-156 to intercept and divert surface water to protect the subgrade. It shall also be the Contractor's responsibility to minimize the effect of demolition of construction equipment traffic upon the subgrade. All costs necessary to repair the subgrade as a result of demolition or construction equipment traffic or non-satisfactory temporary drainage shall be borne by the Contractor. PART 2: PRODUCTS 2. 1 GENERAL Products that are required to accomplish, or to be incorporated into, the work of this section shall be as selected by the Contractor, subject to the approval of the Engineer. W&H Pacific, Inc. I IProjedslCdy o/Renton130669 2003 Airport Txwy 1mprlSpecs102050.D0C Renton Municipal Airport 02050 Update: Change 13: 1/01 2 Notice 14: 1102 ■o DIVISION 2 - SITE WORK Section 02050 Demolition (Cont.) 2. 2 DEMOLITION ITEMS A. Structures to be demolished include, but are not limited to: 1. Concrete Sign Bases 2. Catch Basins, Manholes, and Vaults B. Utilities to be demolished include, but are not limited to: 1. Storm Sewer Pipes 2. Power Cables, Conduits, and Light Bases 3. Lighted Signs, Runway Edge Lights, Taxiway Edge Lights C. Pavement to be demolished includes: 1. Asphalt Concrete Pavement PART 3: EXECUTION do 3. 1 DEMOLITION OF STRUCTURES go A. Completely remove and dispose of designated structures and other obstructions. All concrete designated for removal shall be broken up, loaded and disposed of off City property by the Contractor. Care shall be taken, in removing the pavement, that damage does not occur to the existing pavement which is to remain in place and that all removals are accomplished by making a near vertical saw cut at the boundaries of the us area to be removed. Adjacent materials designated to remain that are damaged by the Contractor due to his operations shall be replaced at no additional cost to the City, and to the satisfaction of the Engineer. 4W B. The use of explosives will not be allowed on this project. ,. C. Approval of Equipment: Due to proximity of the site to active aircraft operation areas, the height and type of equipment to be used will require approval from the Engineer prior to it's use and shall be in accordance with restrictions indicated on the phasing plans. D. Removal of Cement Concrete Catch Basins, Manholes, and Vaults: Catch basins, manholes, and vaults to be removed are indicated on the drawings. The structures shall be removed in their entirety. Depressions VW W&H Pacific,Inc. I:IProiectslCity of Renton130669 2003 Airport TX"ImprlSpecs102050.00C Renton Municipal Airport 02050 Update: Change 13: 1/01 wo 3 Notice 14: 1102 DIVISION 2 - SITE WORK Section 02050 Demolition (Cont.) in the ground left after removing the structures shall be backfilled and compacted in accordance with Section P-152. E. Removal of Asphalt Concrete Pavement: The approximate areas of asphalt concrete pavement removal are indicated on the drawings. Sawcut, full depth, all edges of asphalt concrete pavement prior to removal. All asphalt rubble shall be disposed of off airport property. 3. 2 DEMOLITION OF UTILITIES +r+ A. Piping: Remove all piping within the demolition limits except as designated to remain. Cap all cut pipes as indicated on the drawings in accordance with applicable codes. Piping greater than four feet (4') below final grade and twelve inches (12") or less in diameter may be abandoned in place provided that such piping is pumped full of grout. B. Electrical Items: Remove electrical conduit, fixtures and equipment from the demolition area except those items indicated on the drawings as abandoned in place. C. Water Lines: Remove and cap water and other utility lines in accordance with applicable codes. D. Storm Drains: Remove catch basins and manholes in the demolition rte° area. E. The purpose of the demolition work is to remove from the work area, w► items that are not to be included in the final project or that would interfere with the development of the final project as specified. If additional items are not listed or indicated on the drawings are encountered, the Contractor shall notify the Engineer immediately. 3. 3 DISPOSAL A. General: All materials, except those indicated as City of Renton salvage shall upon their demolition become the property of the Contractor and shall be removed and promptly disposed of away from the site and on property not owned by the City of Renton. No material shall be disposed ri of in the embankment. Burning of materials will not be allowed. B. Cleanup: During and after removal of structures, utilities or to improvements, clean and grade the area. There shall be no debris, to W&H Pacific, Inc. 1AProjectslC ty of Renton130669 2003 Airport Txwy ImprlSpecs102050.00C Renton Municipal Airport 02050 Update: Change 13: 1/01 4 Notice 14: 1102 DIVISION 2 - SITE WORK Section 02050 Demolition (Cont.) rubble, or litter left at the site from any of the demolition operations and the site shall be clean. 3. 4 CABLE SPLICING Prior to starting any work on the airfield, the Contractor shall have an approved, certified communication cable splicing company available on a 24-hour emergency basis to make repairs to any FAA or other critical cables that may be Aw damaged by the Contractor during this project. The Contractor shall also have approved splice kits on site. 40 Splices shall be made using compression-type connectors per FAA-C-1391A. The conductors to be spliced shall be powered down and locked in a safe state under the active supervision of an FAA representative. The splice shall be competed as expediently as possible and the circuit powered back up and tested for complete and correct operation in the presence of the supervising FAA representative. After the splice has been proven correct it shall immediately be encased in a r hard or pressure cast epoxy resin splice envelope as dictated by cable and/or splice size. PART 4: MEASUREMENT AND PAYMENT 4. 1 MEASUREMENT "Demolition" will be measured as a unit and shall include all materials, structures, utilities and pavements shown on the drawings unless a separate bid item is noted. "Asphalt Pavement Removal" shall be measured per square yard for the areas designated on the plans for pavement removal. No separate measurement or payment shall be made for field survey of existing • + utilities. The cost of this portion of the work shall be included in the payment for the applicable bid items in the proposal. 4. 2 PAYMENT Payment for "Demolition" will be made at the contract lump sum price as stated in the Proposal and shall be full compensation for furnishing all labor, equipment, �w W&H Pacific, Inc. NProiectslCdy of Renton130669 2003 Airport Txwy Impr%Specs102050.00C Renton Municipal Airport 02050 Update: Change 13: 1/01 5 Notice 14: 1102 to DIVISION 2 - SITE WORK Section 02050 Demolition (Cont.) haul, disposal and incidentals required to accomplish the demolition or abandonment as specified including delivery of salvage items. ur Payment for "Asphalt Pavement Removal" will be made at the contract unit price as stated in the Proposal and shall be full compensation for furnishing all labor, equipment, haul, disposal, and incidentals required to accomplish the removal as ur specified. U6 END OF SECTION 02050 �rr .r ,r W W&H Pacific, Inc. 1:1ProjectsZdy of Renton130669 2003 Airport Txwy 1mprtSpecs102050.D0C Renton Municipal Airport 02050 Update: Change 13: 1/01 6 Notice 14: 1102 me am DIVISION 2 - SITE WORK SECTION 02200 SURVEY MONUMENTATION 01. PART 1: GENERAL O. All survey monumentation, except those items noted below, is to be performed and paid for in accordance with the WSDOT/APWA 2002 Standard Specifications for Road, Bridge, and Municipal Construction (herein after called wr "Standard Specifications") which is hereby made a part of this document. Survey monumentation items specified elsewhere: No 01406 Construction Staking The requirements of this section either: supplements, adds new specifications, to' replaces or modifies the Standard Specifications as defined as follows: Supplement: 41" Text supplements or adds clarification to the identified section of the Standard Specifications. at New: Item is a unique specification to this project and will not be found in the too Standard Specifications. Replacement: Replace the entire identified section of the Standard Specifications with the text provided. Modification: A variation or modification of the identified section of the Standard Specifications. PART 3: EXECUTION 8-13 MONUMENT CASES 8-13.3 Construction Requirements Supplement Adjust monument cases to the proposed surface pavement grade. Surface monument must be placed at the new pavement grade at the exact location of the existing rebar and cap. ANN W&H Pack, Inc. I:IProjectslCdy o/RentonU0669 2003 Airport Txwy ImprlSpecM02200 DOC Renton Municipal Airport 02200 Update: Change 13: 1/01 "" 1 Notice 14: 1102 DIVISION 2 — SITE WORK Section 02200 Survey Monumentation (Cont.) wr PART 4: MEASUREMENT AND PAYMENT 8-13 MONUMENT CASES 8-13.4 & 8-13.5 Measurement and Payment Supplement The contract unit price per each for "Adjust Monument to Grade," 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 according to these specifications as detailed in the Appendix and drawings. 8-13.4 & 8-13.5 Measurement and Payment Supplement The contract unit price per each for "Surface Monument for Rebar and Cap," 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 according to " these specifications as detailed in the Appendix and drawings. END OF SECTION 02200 w+ +�r W&H Pacific, Inc. 1AProjectslCity of Rentonk30669 2003 Airport Tx"lmprlspecs102200.00C Renton Municipal Airport 02200 Update: Change 13: 1/01 2 Notice 14: 1102 do DIVISION 2 - SITE WORK SECTION 02580 PAVEMENT CRACK REPAIR PART 1: GENERAL 1. 1 DESCRIPTION This item shall consist of cleaning and repair of existing pavement cracks to the dimensions shown on the plans or in areas designated by the Engineer. PART 2: PRODUCTS 2. 1 CRACK SEALANT Rubberized Asphalt crack sealant shall conform to the requirements of Section 9-04.10 of the WSDOT Standard Specifications, current edition. 2.2 SOIL STERILANT Soil sterilant shall be a soil residual herbicide in accordance with Section 5- 04.3(5)D of the WSDOT Standard Specifications, current edition. PART 3: EXECUTION 3.1 In areas designated on the Plans or by the Engineer for Crack Cleaning and Sealing, the cracks and joints shall be cleaned with a hot wand or stiff-bristled broom and compressed air. After cleaning, all cracks shall be treated with a soil sterilant and all cracks designated for Crack Cleaning and Sealing shall be filled with rubberized asphalt. Cracks less the 11" or as directed by the Engineer, shall not be filled with rubberized asphalt. The cracks shall be completely dry before • being filled with rubberized asphalt. Filling shall be controlled to confine the material within the crack or joint. If, in the opinion of the Engineer, the Contractor's method of filling results in an excessive amount of sealant on the pavement surface, filling shall be stopped and the method changed. Fill cracks to within 114" of surrounding pavement surface. Overfilling of cracks will not be permitted nor shall the striking off of excess material. PART 4: MEASUREMENT AND PAYMENT 4. 1 MEASUREMENT AND PAYMENT "Crack Cleaning and Sealing" shall be measured and paid for at the contract unit price per linear foot of repair completed and accepted by the Engineer. Said price and payment shall be full compensation for furnishing all materials and for W&H Pacific, Inc. I:IP rojectslCityo/Renton1306692003 Airport TxwyImpr%Specs102560.DOC Renton Municipal Airport 02580 Update: Change 13: 1/01 "r" 1 Notice 14: 1102 0 DIVISION 2 - SITE WORK Section 02580 Pavement Crack Repair (Cont.) all preparation, disposal, and installation of these materials including soil sterilant; and for all labor, equipment, tools and incidentals necessary to complete the item. END OF SECTION 02580 �rw ow .r r W&H Pacific, Inc. I.IProjectslCity of Renton130669 2003 Airport Txwy rmprlSpecs102580.D0C Renton Municipal Airport 02580 Update: Change 13: 1/01 Notice 14: 1102 2 1 DIVISION 2 — SITE WORK Section P-101 SURFACE PREPARATION PART 1: DESCRIPTION 1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. PART 2: EQUIPMENT 2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. PART 3: CONSTRUCTION 3.1 REMOVAL OF PAINT All paint over six inches wide that will affect the bond of the new overlay, or as noted on the plans, shall be removed from the surface of the existing pavement. The paint removal will only be necessary when an existing surface to be overlayed will not be milled prior to the overlay or the surface will not be overlayed and new conflicting striping is designated. Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. This specification shall not be used for removal of rubber deposits to improve skid resistance or obliterate traffic markings where a new overlay is not to be constructed. 3.2 PAVEMENT PULVERIZATION AND MILLING Mill or pulverize to the neat lines and depths shown on the plans. Additional .�► planing beyond the neat lines shall be at the Contractor's expense, as will replacement of over-milled materials. The bottom of areas that are milled prior to the pavement overlay shall be left in a roughened condition. The milled pavement shall be swept or vacuumed to remove loose asphalt, rock, dirt and other foreign materials. W&H Pacific, Inc. bProjects10ty of Renton00669 2003 Airport Txwy Impr%SpecslP-101.D0C Renton Municipal Airport P-101 Update: Change 13: 1/01 ar.. 1 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-101 Surface Preparation (Cont.) Following the pavement milling the contractor shall temporarily provide a smooth transition for taxiing aircraft until the time of permanent overlay placement. All millings shall be disposed of off airport property. Areas which are designated for pavement removal shall be pulverized and mixed with granular material beneath the pavement to a depth of six inches unless shown otherwise on the plans. The resulting material shall have a maximum particle size of two inches in any direction. Particles larger than two inches shall be removed from site and disposed off-site at the Contractor's expense. The resultant pulverized material shall be utilized to form the subbase for pavement areas designated for subbase course. The pulverized asphalt and base mixture shall be pulverized to meet the gradation requirements of Section P-154. Care shall be taken when excavating the blended pulverized pavement and granular material so that native soils are not mixed with the pulverized material. Any unused pulverized material shall be incorporated into the subgrade or shoulder grading areas. The subgrade of areas designated for pulverized material placement shall be r prepared prior to the beginning of pavement pulverization. The blended pulverized pavement and granular material shall be placed in maximum lifts of six inches thickness and compacted to 100 percent of ASTM D-698. Placement and compaction of millings as subbase (P-154) shall be incidental to the Pavement Pulverization bid item. PART 4: METHOD OF MEASUREMENT 4.1 MEASUREMENT "ei a. General: If there is no quantity shown in the bidding schedule, the work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under the other contract items. Only accepted work will be measured. b. Paint Removal: The unit of measurement for paint removal shall be the square foot. Any rubber removal shall be considered incidental to other bid items in this contract. W&H Pacific, Inc. JA ProjectslCd yo/Rentont306692003Airporf7xwy1mpASpecslP-101.D0C Renton Municipal Airport P-101 Update: Change 13: 1/01 2 Notice 14: 1102 tai 40 DIVISION 2 - SITE WORK Section P-101 Surface Preparation (Cont.) C. Pavement Pulverization and Pavement Milling: The unit of measurement for pavement pulverization and pavement milling shall be the number of square yards measured to the neat lines indicated on the plans or as directed by the Engineer. Only areas designated on the plans or as directed by the Engineer for pavement pulverization and pavement milling will be paid for under this bid item. The average depth of the pavement pulverization and pavement milling shall be as described above, as shown on the plans, or as determined by the Engineer and the Contractor prior to accomplishment of the work. 5.1 PAYMENT "Pavement Pulverization" shall be paid for at the contract unit price for the unit of measurement as specified herein before. Said price and payment shall be full «�. compensation for all labor, equipment, materials, hauling and incidentals necessary to complete the item as shown on the plans or as directed by the Engineer, including placement of the pulverized asphalt mixture as subbase (P- 154.) "Pavement Milling" shall be paid for at the contract unit price for the unit of measurement as specified herein before. Said price and payment shall be full compensation for all labor, equipment, materials, hauling, off-site disposal, and incidentals necessary to complete the item as shown on the plans or as directed by the Engineer. "Paint Removal" shall be paid for at the contract unit price for the unit of measurement as specified herein before. Said price and payment shall be full compensation for all labor, equipment, materials, hauling, off-site disposal, and incidentals necessary to complete the item as shown on the plans or as directed by the Engineer. aw END OF SECTION P-101 wrr W&H Pacific, Inc. I:VProjects0ty of RentonQ0669 2003 Airport Txwy ImprlSpecslP-101.DOC Renton Municipal Airport P-101 Update: Change 13: 1/01 +�+ 3 Notice 14: 1102 +r�li Wo rw This page was left blank intentionally. DIVISION 2 - SITE WORK ITEM P-152 EXCAVATION AND EMBANKMENT PART 1: DESCRIPTION •w 1.1 SCOPE This item covers excavation, milling, disposal, placement, and compaction of all too materials within the limits of the work required to construct runway 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 section shown on the plans. 1.2 CLASSIFICATION. All material excavated shall be classified as defined below: A. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. B. Rock Excavation. This section deleted. C. Muck Excavation. This section deleted. D. Unsuitable Excavation. The excavation areas within proposed pavement areas that are soft or unstable, that will not compact properly. Said excavations shall be at the direction of the Engineer. E. Import Borrow. Import borrow shall consist of approved material required for the construction of embankment or for other portions of the work in excess of the quantity of usable material available from required + . excavations. The Contractor shall use all available on-site unclassified excavation material prior to utilizing import borrow material. Imported borrow material shall be obtained from sources outside the airport and • shall conform to the following gradation: TABLE 1. IMPORT BORROW GRADATION 4W Sieve Size Percent Passinq 4" square 100 2" square 75-100 U.S. No. 4 50-80 U.S. No. 40 30 max. U.S. No. 200 7.0 max. Sand Equivalent 42 min. W&H Pacific, Inc. HProjectslCdy of Rentonk30669 2003 Airport Txwy ImprlSpecs1P-152.D0C Renton Municipal Airport P-152 Update: Change 13: 1/01 r 1 Notice 14: 1102 rrr DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) 1.3 Unsuitable Excavation Any material containing vegetable or organic matter, organic silt, or sod shall be considered unsuitable for use in embankment construction and shall be disposed + of at the disposal area at no additional cost to the Owner. Asphalt, concrete, or other non-organic materials are not permitted in the disposal area and shall be removed from the airport at the contractor's expense. ► PART 2: CONSTRUCTION METHODS 2.1 General The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. WBH Pacific Inc. 1AProjectsl0 ty of Renton130669 2003 Airport Tx"ImpAl cMP.152.000 Renton Municipal Airport P-152 Update: Change 13: 1/01 2 Notice 14: 1102 �r DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) 2.2 EXCAVATION No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. do The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. A. Selective Grading. This section deleted. B. Undercutting. This section deleted. C. Overbreak. This section deleted. D. Removal of Utilities. This section deleted. E. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth and a density as shown in the table below and as determined by ASTM D-698. The moisture content of the subgrade soils shall be within ±2 percent of optimum for compaction (except for expansive soils). Payment for suitable materials removed, manipulated, and replaced in order to obtain the required depth of density will be paid for as unclassified excavation. Depth of Compaction (inches) Densities M 8 100% 8-12 95% 12-24 90% 24-36 85% W&H Pacific, Inc. 1:VProjectslCRy of RentonQ0669 2003 Airport Tx"ImpASpecsP.152.DOC Renton Municipal Airport P-152 Update: Change 13: 1/01 w 3 Notice 14: 1102 +rig DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) r The in-place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 2922. Density and moisture acceptance tests shall be performed and recorded for every 3000 CY of material placed on each layer. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be bared 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. 2.3 IMPORT BORROW This item shall consist of placing import borrow as shown on the plans and as directed by the Engineer. The material shall be uniformly compacted and shall have sufficient stability to support occasional maintenance vehicles without sever rutting, must allow proper drainage, must be suitable for seeding, and will be subject to approval by the Engineer. The Contractor shall use all available on-site unclassified excavation material prior to utilizing any import borrow material. 2.4 DRAINAGE EXCAVATION This section deleted. 2.5 PREPARATION OF EMBANKMENT AREA Where an embankment is to be constructed to a height of 4 feet (120 m) 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 (150 mm). This area shall then be compacted as indicated in paragraph 3.7. When the height of fill is greater than 4 feet (120 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. W&H Pacific, Inc. hProjectsl0ty of Renton130669 2003 Airport Tx"1Mpr%SpecsV%152.DOC Renton Municipal Airport P-152 Update: Change 13: 1/01 4 Notice 14: 1102 r wr. DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) 2.6 FORMATION OF EMBANKMENTS Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross section, unless otherwise approved to the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross-section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the " embankment to provide proper surface drainage. The contractor shall proof-roll areas to receive embankments for pavements prior to placing embankment material. Soft areas shall be removed as unsuitable excavation. The material in the layer shall be within ±2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 cubic yards of material placed per layer. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. The Contractor shall conduct and document density tests for every 1000 CY of material placed in each layer. The contractor shall also sample the material every 5000 CY or change in material composition and prepare a test points per ASTM D 698 to verify consistency with the density curve. Based on these tests, +r the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. The contractor shall notify the Engineer prior to all testing and provide copies of all test results to the Engineer in a timely manner. W&H Pacific, Inc. I:IProjeCW0tyo/RentonQ06692003AiModTxwy1mMSpecS%P-152.D0C Renton Municipal Airport P-152 Update: Change 13: 1/01 5 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 698. Under all areas to be paved, the embankments shall be compacted to a depth of 6 inches and to a density of not less than 100 percent of the maximum density as determined by ASTM D 698. rr On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). r The in-place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 2922. + Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner , designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable W&H Pacific, Inc. I:IProjects%Qty otRentonl30669 2003 Airport Txwy ImprlSpecslP-152.DOC Renton Municipal Airport P-152 Update: Change 13: 1/01 6 Notice 14: 1102 r«w DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation or other items. 2.7 UNSUITABLE EXCAVATION Soft or yielding areas under pavements shall be removed to sound material as directed by the Engineer. The extent of the excavations will be determined by the Engineer prior to removal. Unsuitable material may be disposed of on-site, outside of the paved areas as directed by the engineer. 2.8 FINISHING AND PROTECTION OF SUBGRADE " After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with import borrow material or suitable on- site material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. W&H Pacific, Inc. I:IProjectsQty of Renton130669 2003 Airport Txwy ImprlSpecslP-152.D0C Renton Municipal Airport P-152 Update: Change 13: 1/01 +. 7 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) 2.9 HAUL All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. ,fir 2.10 TOLERANCES wr In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0.05-foot (.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot (0.03 m) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 2.11 TOPSOIL When topsoil is specified or required as shown on the plans, it shall be salvaged from stripping or other grading operations. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 200 feet of runway pavement or 65 feet of taxiway pavement and shall not be placed on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed. r No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation." + W&H Pacific, Inc. I:IProjectslCity o/Renton130669 2003 Airport Txwy 1mpr%Specs%P-152.D0C Renton Municipal Aitport P-152 Update: Change 13: 1/01 8 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) PART 3: METHOD OF MEASUREMENT 3.1 For payment specified by the cubic yard measurement for all excavation shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by excavation cross sections shown on the plans, subject to verification by the Engineer. After completion of all excavation operations and prior to the placing of base or sub-base material,.the final excavation shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet. Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavation are changed by more than plus or minus 1.0 foot or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot. 3.2 The quantity of"Import Borrow" material to be paid for by the number of tons actually constructed and accepted by the Engineer as complying with the plans and specifications. PART 4: BASIS OF PAYMENT ov 4.1 "Unclassified Excavation" shall be paid for at the contract unit price per cubic yard as stated in the Contractor's proposal. Said price and payment shall be full compensation for all labor, equipment, materials, hauling, and incidentals necessary to complete the item as shown on the plans or as directed by the Engineer. 4.2 "Unsuitable Excavation" shall be paid for at the contract unit price per cubic yard as stated in the Contractor's proposal. Said price and payment shall be full �rw compensation for all labor, equipment, materials, hauling, and incidentals necessary to complete the item as shown on the plans or as directed by the Engineer. 4.3 "Import Borrow" shall be paid for at the contract unit price per ton as stated in the Contractor's proposal. Said price and payment shall be full compensation for all labor, equipment, materials, hauling, and incidentals necessary to complete the item as shown on the plans or as directed by the Engineer. 1W W&H Pacific, Inc. t ProjectslCity of RentonQ0669 2003 Airport Txwy Impr%SpecsVD-152 D0C Renton Municipal Airport P-152 Update: Change 13: 1/01 v� 9 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-152 Excavation And Embankment (Cont.) PART 5: TESTING REQUIREMENTS ASTM D 1556 Test for Density of Soil In-Place by the Sand Cone Method ASTM D 698 Tests for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-pound (2.5 kg) Rammer and 12-inch (300 mm) Drop wr ASTM D 1557 Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Test for Density of Soil In-Place by the Rubber Balloon Method ASTM D 2922 Density of Soil and Soil-Aggregate In-Place by Nuclear Method ASTM D 4253 Maximum Index Density and Unit Weight of Soils Using a Vibratory ' Table ASTM D 4718 Correction of Unit Weight and Water Content for Soils Containing Oversize Particles AASHTO T-99 Moisture-Density Relations of Soils Using a 5.5-pound (2.5 kg) Rammer and 12-inch (300 mm) Drop AASHTO T-180 Moisture-Density Relations of Soils Using a 10-pound (4.54-kg) Rammer and an 18-inch (457-mm) Drop END OF SECTION P-152 W&H Pacific, Inc. NProjectslCity of Renton130669 2003 Airport Txwy Impr%SpecslP.152.D0C Renton Municipal Airport P-152 Update: Change 13: 1/01 10 Notice 14: 1102 �r DIVISION 2 - SITE WORK SECTION P-154 SUBBASE COURSE PART 1: DESCRIPTION 1.1 This item shall consist of a subbase course composed of granular materials constructed on a prepared subgrade or underlying course in accordance with these specifications, and in conformity with the dimensions and typical cross section shown on the plans. PART 2: MATERIALS 2.1 MATERIALS The subbase material shall consist of hard durable particles, fragments of granular aggregates. This material will be mixed or blended with fine sand, clay, stone dust, or other similar binding or filler materials produced from approved sources, if necessary. This mixture must be uniform and shall comply with the requirements of these specifications as to gradation, soil content, and shall be capable of being compacted into a dense and stable subbase. The material 4W shall be free from vegetable matter, lumps or excessive amounts of clay, and other objectionable or foreign substances. Pit-run material or pulverized asphalt/base mixture may be used, provided the material meets the requirements specified. The Contractor shall use all available on-site pulvarized material prior to utilizing imported subbase course. TABLE 1. GRADATION REQUIREMENTS Sieve designation (square openings) Percentage by weight passing as per ASTM C 136 sieves 3 inch 100 No. 10 20-100 No. 40 5-60 No. 200 0-8 The portion of the material passing the No. 40 (0.450 mm) sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. Material finer than .02 mm shall be less than 3% of the material. The contractor shall submit certified test results indicating the material meets the requirements of this section. Recycled asphalt concrete from the pavement pulverization areas on the airport shall be used, when available, as a portion of the P-154 material. The asphalt W&H Pacific, Inc. 1 ProjedslCRy ofRentonQ0669 2003 Airport Txwy ImprlSpecMIP-154.D0C Renton Municipal Airport P-154 Update: Change 13: 1/01 ww 1 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-154 Subbase Course (Cont.) concrete material shall not constitute more than 50% of the subbase when blended with new P-154 material. PART 3: CONSTRUCTION METHODS 3.1 GENERAL The subbase course shall be placed where designated on the plans or as directed by the Engineer. The material shall be shaped and thoroughly r compacted within the tolerances specified. Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support without movement the construction equipment, shall be mechanically stabilized to the depth necessary to provide such stability as directed by the Engineer. The mechanical stabilization shall principally include the addition of a fine-grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so that the course will not deform under the traffic of the construction equipment. The addition of the binding medium to the subbase material shall not increase the soil constants of that material above the limits specified. wr 3.2 OPERATION IN PITS All work involved in clearing and stripping pits and handling unsuitable material encountered shall be performed by the Contractor at his/her own expense. The subbase material shall be obtained from pits or sources that have been approved. The material in the pits shall be excavated and handled in such manner that a uniform and satisfactory product can be secured. 3.3 PREPARING UNDERLYING COURSE Before any subbase material is placed, the underlying course shall be prepared and conditioned as specified. The course shall be checked and accepted by the Engineer before placing and spreading operations are started. To protect the subgrade and to ensure proper drainage, the spreading of the subbase shall begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one-way slope. Wr rig W&H Pacific, Inc. 1:1ProjectslCRy of Rentonk30669 2003 Airport Txwy ImpASpecslP-154.D0C Renton Municipal Airport P-154 Update: Change 13: 1/01 2 Notice 14: 1102 Yft 40 DIVISION 2 - SITE WORK Section P-154 Subbase Course (Cont.) 3.4 MATERIALS ACCEPTANCE IN EXISTING CONDITION w When the entire subbase material is secured in a uniform and satisfactory condition and contains approximately the required moisture, such approved material may be moved directly to the spreading equipment for placing. The material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with the proper blending. The materials from these sources shall meet the requirements for gradation, quality, and consistency. It is the intent of this section of the specifications to secure materials that will not require further mixing. The moisture content of the material shall be approximately that required to obtain maximum density. Any minor deficiency or excess of moisture may be corrected by surface sprinkling or by aeration. In such instances, some mixing or manipulation may be required, immediately preceding the rolling, to obtain the required moisture content. The final operation shall be blading or dragging, if necessary, to obtain a smooth uniform surface true to line and grade. 3.5 PLANT MIXING When materials from several sources are to be blended and mixed, the subbase material shall be processed in a central or travel mixing plant. The subbase material, together with any blended material, shall be thoroughly mixed with the required amount of water. After the mixing is complete, the material shall be transported to and spread on the underlying course without undue loss of the moisture content. 3.6 MIXED IN PLACE When materials from different sources are to be proportioned and mixed or blended in place, the relative proportions of the components of the mixture shall be as designated by the Engineer. The subbase material shall be deposited and spread evenly to a uniform thickness and width. Then the binder, filler or other material shall be deposited +w and spread evenly over the first layer. There shall be as many layers of materials added as the Engineer may direct to obtain the required subbase mixture. When the required amount of materials have been placed, they shall be thoroughly mixed and blended by means of graders, discs, harrows, rotary tillers, supplemented by other suitable equipment if necessary. The mixing shall continue until the mixture is uniform throughout. Areas of segregated material arw W&H Pacific,Inc. I:IProjectsl0ty of Renton130669 2003 Airport Txwy Impr%Specs%P-154.DOC Renton Municipal Airport P-154 Update: Change 13: 1/01 „, 3 Notice 14: 1102 rr DIVISION 2 - SITE WORK Section P-154 Subbase Course (Cont.) shall be corrected by the addition of binder or filler material and by thorough remixing. Water in the amount and as directed by the Engineer shall be uniformly applied prior to and during the mixing operations, if necessary, to maintain the material at its required moisture content. When the mixing and blending has been completed, the material shall be spread in a uniform layer which, when compacted, will meet the requirements of thickness and typical cross section. 3.7 GENERAL METHODS FOR PLACING .r The subbase course shall be constructed in layers. Any layer shall be not less than 3 inches (75 mm) nor more than 8 inches (200 mm) of compacted ► thickness. The material, as spread, shall be of uniform gradation with no pockets of fine or coarse materials. The subbase, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards (1700 square 1+ meters) in advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy, or frozen course. .r' When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. so During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, shoulder, or foreign material in the subbase course mixture. 3.8 FINISHING AND COMPACTING After spreading or mixing, the subbase material shall be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient rollers shall be furnished to adequately handle the rate of placing and spreading of the subbase course. The field density of the compacted material shall be at least 100 percent of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite. The laboratory specimens shall be 40 compacted and tested in accordance with ASTM D 698. The in-place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 2922. The moisture content of the material at the start of compaction shall not be below nor more than 1-1/2 percentage points above the optimum moisture content. Density and moisture content tests shall be performed for every 3000 CY of material placed for each layer. W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport 7xwy imprlSpecs1P-154.D0C Renton Municipal Airport P-154 Update: Change 13: 1/01 4 Notice 14: 1102 1W Im DIVISION 2 - SITE WORK Section P-154 Subbase Course (Cont.) The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the subbase. When the rolling develops irregularities that exceed 1/2 inch (12 mm) when tested with a 16-foot (4.8 m) straightedge, the irregular surface shall be loosened and then refilled with the same kind of material as that used in constructing the course and again rolled as required above. Along places inaccessible to rollers, the subbase material shall be tamped thoroughly with mechanical or hand tampers. Sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. Water shall not be added in such a manner or quantity that free water will reach the underlying layer and cause it to become soft. 3.9 SURFACE TEST ' After the course is completed compacted, the surface shall be tested for smoothness and accuracy of grade and crown; any portion found to lack the required smoothness or to fail in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy re obtained. The finished surface shall not vary more than 1/2 inch (12 mm) when tested with a 12-foot straightedge applied parallel with, and at right angles to, the centerline. 3.11 THICKNESS Thickness control for subbase course shall be provided by surveying of the subgrade course and the subbase course, as outlined in Section 01406. 3.12 PROTECTION Work on subbase course shall not be conducted during freezing temperature nor when the subgrade is wet. When the subbase material contains frozen material or when the underlying course is frozen, the construction shall be stopped. 3.13 MAINTENANCE Following the final shaping of the material, the subbase shall be maintained throughout its entire length by the use of standard motor graders and rollers until, in the judgment of the Engineer, the subbase meets all requirements and is acceptable for the construction of the next course. W&H Pacific, Inc. I:IProiectsOty of Rentonk30669 2003 Airport Txwy 1mpr%Spea1P-154.DOC Renton Municipal Airport P-154 Update: Change 13: 1/01 5 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-154 Subbase Course (Cont.) PART 4: METHOD OF PAYMENT 4.1 The quantity for aggregate subbase course to be paid for will be determined by the number of tons of material weighed on approved scales provided by the contractor, actually constructed and accepted by the Engineer as complying with the plans and specifications. ,rr PART 5: BASIS OF PAYMENT 5.1 Payment shall be made at the contract unit price per ton for aggregate subbase course. This price shall be full compensation for furnishing all materials; for excavation of on-site material to be used as subbase,all preparation, hauling, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. w Payment will be made under: Item P-154-5.1 Aggregate Subbase Course -- per ton PART 6: TESTING REQUIREMENTS ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate " ASTM D 422 Particle Size Distribution ASTM D 698 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12-in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand-Cone Method ASTM D 1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.5 kg) Rammer and 18-in (457 mm) r Drop ASTM D 2167 Density of Soil in Place by the Rubber-Balloon Method ASTM D 2922 Density of Soil and Soil-Aggregate In-Place by Nuclear Method ASTM D 4253 Maximum Index Density and Unit Weight of Soils Using a Vibratory Table W&H Pacific, Inc. hProjectslCity of RentonQ0669 2003 Airport Txwy ImpnSpecslP-154 DOC Renton Municipal Airport P-154 Update: Change 13: 1/01 6 Notice 14: 1102 i� w DIVISION 2 - SITE WORK Section P-154 Subbase Course (Cont.) ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4718 Correction of Unit Weight and Water Content for Soils Containing Oversize Particles AASHTO T-99 Moisture-Density Relations of Soils Using a 5.5-pound (2.5 kg) Rammer and 12-inch (300 mm) Drop AASHTO T-180 Moisture-Density Relations of Soils Using a 10-pound (4.54- kg) Rammer and an 18-inch (457-mm) Drop END OF SECTION P-154 �r W&H Pacific, Inc. I:IProjectslCiry of Renton130669 2003 Airport Txwy ImpASpecslP-154.D0C Renton Municipal Airport P-154 Update: Change 13: 1/01 wry 7 Notice 14: 1102 rrr rr This page was left blank intentionally. rrr DIVISION 2 - SITE WORK SECTION P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL PART 1: DESCRIPTION .. 1.1 This item shall consist of temporary control measures necessary to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, w sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. ow The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion or 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. PART 2: MATERIALS 2.1 GRASS Grass which will not compete with the grasses sown later for permanent cover shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 2.2 MULCHES Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 2.3 FERTILIZER Fertilizer shall be a standard commercial grade and shall conform to all Federal r and state regulations and to the standards of the Association of Official Agricultural Chemists. 2.4 SLOPE DRAINS Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. W&H Pacific,Inc. I:IProjects1Qty o/Renton130669 2003 Airport Txwy ImpASpecslP-156.DOC Renton Municipal Airport P-156 Update: Change 13: 1/01 ,,, 1 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Division 2 - Site Work (Cont.) 2.5 OTHER All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. PART 3: CONSTRUCTION REQUIREMENTS 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 assuring compliance to the extent that w► construction practices, construction operations, and construction work are involved. rxr► 3.2 SCHEDULE Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. .�r 3.3 AUTHORITY OF ENGINEER The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy Impr1Specs1P-156.D0C Renton Municipal Airport P-156 Update: Change 13: 1/01 2 Notice 14: 1102 to „W, DIVISION 2 - SITE WORK Section P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Division 2 - Site Work (Cont.) 3.4 CONSTRUCTION DETAILS The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of aw exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of 0" 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. go Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion 4M control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. 40 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. W&H Pacific, Inc. HProjectslCity of Renton130669 2003 Airport Txwy Impr%Specs%P-156.000 Renton Municipal Airport P-156 Update: Change 13: 1/01 Wrr 3 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation ` Control Division 2 - Site Work (Cont.) 40 Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary to structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. rr 3.5 SPILL PREVENTION AND CONTINGENCY PLAN AND STORMWATER POLLUTION PREVENTION PLAN Contractor shall follow and have available all materials and equipment required by the spill prevention and containment plan and the stormwater pollution prevention plan for this project, located in the Appendix. Equipment shall be maintained in good working condition such that petroleum products or other harmful chemicals are not leaked into the wetlands or the stream. 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. " PART 4: METHOD OF MEASUREMENT w 4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be paid for at the contract lump sum price for"Erosion Control." 4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. W&H Pacific, Inc. 1:1ProjectMOty of Renton130669 2003 Airport Txwy ImpASpecslP-156.DOC Renton Municipal Airport P-156 Update: Change 13: 1/01 4 Notice 14: 1102 as DIVISION 2 - SITE WORK "r Section P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Division 2 - Site Work (Cont.) r PART 5: BASIS OF PAYMENT 5.1 Temporary water pollution, soil erosion, and siltation control work accepted by the Engineer will be paid for under: aw Item P-156-5.1 Erosion Control - lump sum aw 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. dw END OF SECTION P-156 W&H Pacific, Inc. tFrojectslCity of Renton130669 2003 Airport Txwy 1mpASpecsV%156.DOC Renton Municipal Airport P-156 Update: Change 13: 1/01 rr 5 Notice 14: 1102 r �r This page was left blank intentionally. M ,,, DIVISION 2 - SITE WORK SECTION P-209 CRUSHED AGGREGATE BASE COURSE PART 1: DESCRIPTION M• 1.1 This item consists of a base course composed of crushed aggregates constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans. PART 2: MATERIALS 2.1 AGGREGATE Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the operation of crushing the coarse aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meet the requirements for wear and soundness specified for coarse aggregate. The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29. The coarse aggregate portion, defined as the material retained on the No. 4 (4.75 mm) sieve and larger shall contain not 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 lease 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 degrees 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 ow exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88. The fraction passing the No. 40 (0.42 mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. W&H Pacific, Inc. I:IProiectslCd yofRentonk306692003AirportTxwy lmprlSpecslP-209.DOC Renton Municipal Airport P-209 Update: Change 13: 1/01 + 1 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-209 Crushed Aggregate Base Course (Cont.) ` A. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Samples of aggregates to check gradation shall be taken by the Engineer at least twice per lot. Sampling shall be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and C 117. The lot will be + ► consistent with acceptance sampling for density. The samples shall be taken from the in-place, compacted material. B. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design range indicated in Table 1, when tested in accordance with ASTM C 117 and C 136. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE Design Range Percentage by Job Mix rr Sieve Size Weight Passing Sieves Tolerances Percent 3/4in 100 ± 8 `a '/2 in 90 - 100 ± 8 No. 4 46 - 66 ± 8 No. 40 8 - 24 ± 5 No. 200 8 max. ± 3 % Fracture 75 min. Sand Equivalent 32 min. ` Material finer than .02 mm shall be less than 3% of the material. The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job W&H Pacific, Inc. 1:1ProjectslCity ofRenton130669 2003 Airport Txwy/mprlSpecslP-209.DOC Renton Municipal Airport P-209 Update: Change 13: 1/01 2 Notice 14: 1102 Ili Ir DIVISION 2 - SITE WORK Section P-209 Crushed Aggregate Base Course (Cont.) 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. PART 3. CONSTRUCTION METHODS +• 3.1 PREPARING UNDERLYING COURSE The underlying course shall be checked and accepted for grade and compaction 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. 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. 3.3 PLACING The crushed aggregate base material shall be placed on the moistened l subgrade in layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer shall be 6 inches (150 mm). If the 1W total depth of the compacted material is more than 6 inches (150 mm), it shall be constructed in two or more layers. In multi-layer construction, the base course shall be placed in approximately equal-depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 3.4 COMPACTION Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of W rollers shall be sufficient to compact the material to the required density. The moisture content of the material during placing operations shall not be No below, nor more than 1-1/2 percentage points above, the optimum moisture content as determined by ASTM D 698. 4W W&H Pacific, Inc. 1:1Projects0ty of Renton130669 2003 Airport Txwy 1mprlSpecslP-209.D0C Renton Municipal Airport P-209 Update: Change 13: 1/01 wr 3 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-209 Crushed Aggregate Base Course (Cont.) 3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2400 square yards (2000 square meters). A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 square yards (2000 and 4000 square meters). Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. + + Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the " base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 698. The in-place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. Acceptance testing may be " accomplished using a nuclear gauge in accordance with ASTM D 2922. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 2922 and ASTM D 3017. The gage should be field calibrated in accordance with paragraph 4 of ASTM D 2922. Calibration tests shall be conducted on the first lot of material placed that meets the density requirements. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. Calibration and Standardization shall be conducted in accordance with the ASTM standards. If a nuclear gage is used for density determination, two random readings shall be made for each sublot. W&H Pacific, Inc. NProjects0ty of RentonQ0669 2003 Airport Txwy Imp6SpecsV2-209 D0C Renton Municipal Airport P-209 Update: Change 13: 1/01 4 Notice 14: 1102 `wr +rw DIVISION 2 - SITE WORK Section P-209 Crushed Aggregate Base Course (Cont.) 3.6 FINISHING The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. ww 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 inch (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at ww least 3 inches (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. ow 3.7 SURFACE TOLERANCES VW The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16-foot straightedge applied parallel with or at right angles to the centerline. Any deviation in excess of this amount shall be corrected by the Contractor at the No Contractor's expense. 3.8 THICKNESS CONTROL ww+ Thickness control for crushed base course shall be provided by surveying of the 40 subbase course and the crushed base course, as outlined in Section 01406. 3.9 MAINTENANCE as 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 on 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. All survey No and grade hubs must be removed from the base courses prior to placing any bituminous surface course. PART 4. METHOD OF MEASUREMENT 4.1 The quantity of crushed aggregate base course to be paid for will be determined .w by the number of the tons of material weighed on approved scales provided by the contractor, actually constructed and accepted by the Engineer as come. •ing with the plans and specifications. �rw W&H Pacific, Inc. 01rojectslCity of Renton00669 2003 Airport Txwy ImpnSpecsVD-209.DOC Renton Municipal Airport P-209 Update: Change 13: 1/01 5 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-209 Crushed Aggregate Base Course (Cont.) PART 5. BASIS OF PAYMENT 5. 1 Payment shall be made at the contract unit price per ton for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course -- per ton PART 6. 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 mm (No. 200) Sieve in Mineral Aggregates by Washing vo ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM D 75 Sampling Aggregate ` ASTM D 693 Crushed Stone, Crushed Slag, and Crushed Gravel for Dry-or Water-Bound Macadam Base Courses and Bituminous Macadam Base and Surface Courses of Pavements. ASTM D 1556 Density of Soil in Place by the Sand - Cone Method ASTM D 1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.5 kg) Rammer and 18-in (457 mm) Drop ASTM D 2167 Density of Soil in Place by the Rubber-Ballon Method ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2922 Density of Soil and Soil-Aggregate in Place by Nuclear Methods W&H Pacific, Inc. I:IProjectslCdy of Renton130669 2003 Airport —y Impr%SpeoslP-209.000 Renton Municipal Airport P-209 Update: Change 13: 1/01 6 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-209 Crushed Aggregate Base Course (Cont.) ASTM D 3017 Moisture Content of Soil and Soil-Aggregate in Place by Nuclear Methods ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF SECTION P-209 rr W&H Pacific, Inc. 1:IPmjedslCity of Renton130669 2003 Airport Txwy 1mpr%Speos1P-209.D0C Renton Municipal Airport P-209 Update: Change 13: 1/01 7 Notice 14: 1102 wr This page was left blank intentionally. so im DIVISION 2 - SITE WORK ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS PART 1: DESCRIPTION 1.1 This item shall consist of surface 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, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. PART 2: MATERIALS 2.1 AGGREGATE Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve is coarse aggregate. The portion passing the No. 8 (2.36 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent for surface and intermediate courses and base course when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 10 percent, or the magnesium sulfate soundness loss shall not exceed 13 percent, after five cycles, when tested in accordance with ASTM C 88. Aggregate shall contain at least 70 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, when tested in accordance with ASTM D 4791 with a ..� ratio of 1:5. W&H Pacific,Inc. MProjectslCity of Renton130669 2003 Airport Txwy 1mprlSpeoslP-401 D0C Renton Municipal Airport P-401 Update: Change 13: 1/01 +++ 1 Notice 14: 1102 11i1 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 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 2419. Natural (non-manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to �r requirements of this specification. The fine aggregate shall not contain more than 20 percent natural sand by weight of total aggregates. The aggregate shall have sand equivalent values of 40 or greater when tested in accordance with ASTM D 2419. s 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. 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. 2.3 BITUMINOUS MATERIAL Bituminous material shall conform to the following requirements: Type and Grade Asphalt Cement Specification Performance Grade PG 64-22 ASTM D 6373-99 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 rr the bituminous material can be used for acceptance or tested independently by the Engineer. W&H Pacific, Inc. I:IProjectslCity of RentonQ0669 2003 Airport Txwy Impr%SpecslP401.DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 2 Notice 14: 1102 war DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 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. b. Fine Aggregate (1) Liquid limit. (2) Plastic index. (3) Sand equivalent. C. Mineral Filler d. Bituminous Material The certification(s) shall show the appropriate ASTM test(s) 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. PART 3: COMPOSITION 3.1 COMPOSITION OF MIXTURE The bituminous plant mix shall be composed of a mixture of well-graded aggregate, filler 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). W&H Pacific, Inc. 1:1Projectsl0ty of Renton130669 2003 Airport Txwy ImprlSpecslP-401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 +� 3 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 3.2 JOB MIX FORMULA No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The bituminous mixture shall be designed using procedures contained in Chapter V, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete. The design criteria in Table 1 are target values necessary to meet the , acceptance requirements contained in paragraph 401-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: Stability (lbs.) = 270 Flow (0.01 inch) = 1.5 Air Voids (%) = 0.65 If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets should be based on a stability greater than shown in Table 1, and the flow and air voids should be targeted close to the mid-range of the criteria in order meet the acceptance requirements. If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D 4867, is less than 75, the aggregates shall be rejected or the asphalt treated with an approved anti-stripping agent. The amount of anti-stripping agent added to the asphalt shall be sufficient to produce a TSR of not less than 75. If an anti-strip agent is required, it will be provided by the Contractor at no additional cost. If the index of retained strength of the specimens of the composite mixture, as determined by ASTM D 1075, is less than 75, or the dry compressive strength less than 200 psi, the aggregates shall be rejected or the asphalt treated with an approved anti-stripping agent. The amount of anti-stripping agent added to the asphalt shall be sufficient to produce an index of retained strength of not less than 75 with a minimum compressive strength of 200 psi. If an anti-stripping agent is required, it will be provided by the Contractor at no additional cost. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least 14 days prior to the start of paving operations and shall include as a minimum: r W&H Pacific,Inc. I:IProjects1City o/Renton130669 2003 Airport Txwy Impr%SpecsY2 401.00C Renton Municipal Airport P-401 Update:Change 13: 1/01 4 Notice 14: 1102 srr DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) a. Percent passing each sieve size. b. Percent of asphalt cement. C. Asphalt viscosity or penetration grade. d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. ' f. Compaction temperature. g. Temperature of mix when discharged from the mixer. h. Temperature-viscosity relationship of the asphalt cement. L Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. 40 j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight verses asphalt content. k. Percent natural sand. I. Percent fractured faces. M. Percent elongated particles. n. Tensile Strength Ratio (TSR). o. Antistrip agent (if required). The Contractor shall submit samples to the Engineer, upon request, for job mix formula verification testing. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be approved by the Engineer before the new material is used. W&H Pacific, Inc. I:IProjectsZfty o/RentonU0669 2003 Airport Txwy ImprlSpecsV%401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 ,� 5 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) TABLE 1. MARSHALL DESIGN CRITERIA TEST PROPERTY 60,000 lbs. or More Number of blows 75 Stability, pounds minimum 2,150 Flow, 0.01 in. 10 - 14 Air voids (percent) 2.8 - 4.2 Percent voids in mineral aggregate, See Table 2 minimum , TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Nominal Maximum Minimum Voids Particle Size in Mineral Aggregate Percent In. Mm 1/Z 12.5 16 3/4 19.0 15 1 25.0 14 1'/4 31.25 1 13 Note: The nominal maximum particle size is one size larger than the first sieve to retain more than 10 percent. The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM Standard C 136 and C 117. The gradations in Table 3 represent the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3 except for the top three sieve sizes for each aggregate gradation product starting at the 100% passing band. W&H Pacific, Inc. t ProjectMOty of Renton130669 2003 Airport Txwy 1mpr4Speu1P-401.DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 6 Notice 14: 1102 Ift DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) The maximum size aggregate used shall not be more than one-half of the thickness of the course being constructed. TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS .mot WSDOT 9-03.8(6) Sieve Size Percent by Weight Passing Sieves 1 /4 in. --- . t 1 in. --- 3/4 in. 100 1/2 in. 90-100 3/8 in. 75-90 No. 4 46-66 No. 10 30-42 No. 40 11-24 No. 200 3.0-7.0 Asphalt Percent: 5.0 - 7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No. 2 (MS-2), Appendix A. 3.3 RECYCLED ASPHALT CONCRETE Recycled asphalt concrete shall not be used. 3.4 TEST SECTION Prior to full production, the Contractor shall prepare and place a quantity of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section 300-feet long and 20- to 30-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 3,. joint is an exposed construction joint at least 4 hours old. 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 W&H Pacific,Inc. I:IProjectslCdy of RentonU0669 2003 AirpoR Txwy ImprlSpecsV%401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 7 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) weight to be used on the remainder of the course represented by the test section. Three random samples shall be taken at the plant or site and tested for stability, flow, and air voids in accordance with paragraph 401-5.1a(2). Three randomly selected cores shall be taken from the finished pavement mat, and three from the longitudinal joint, and tested in accordance with paragraph 401-5.1 b(4). Random sampling shall be in accordance with procedures contained in ASTM D 3665. Stability, flow, and air voids shall be evaluated in accordance with paragraph 401-5.2b. Mat density shall be evaluated in accordance with paragraph 401- 5.2c. Joint density shall be evaluated in accordance with paragraph 401-5.2d. The test section shall be considered acceptable if the percentage of material within limits (PWL) is 90 or more. Two random samples of mixture shall be taken at the plant and tested for aggregate gradation and asphalt content in accordance with paragraphs 401- 6.3a and 3b and evaluated in accordance with paragraphs 401-6.5a and 5b. The test section shall be considered acceptable if the gradation and asphalt content are within the limits specified in paragraphs 401-6.5a and 5b. Voids in the mineral aggregate (VMA), for each plant sample, shall be computed in accordance with procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete. The test section shall be considered acceptable if the voids in the mineral aggregate is within the limits of Table 1. If the test section should prove to be unsatisfactory, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made and the section shall be removed. A second test `' section shall then be placed. If the second test section also does not meet specification requirements, both sections 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 do not conform to specification requirements shall be removed at the Contractor's expense. Full production shall not begin until a satisfactory section has been ` constructed and accepted in writing by the Engineer. Test sections that are unacceptable shall not be paid for by the owner. An acceptable section that W&H Pacific, Inc. 1AProiecWQty of Rentonk30669 2003 Airport Txwy ImpASpecslP-401.DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 8 Notice 14: 1102 �w DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) meets specification requirements will be paid for 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 may not satisfy the gradation requirements or produce a mix that exactly meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix •w using plant-produced aggregates. Specimens should be prepared and the optimum bitumen content determined in the same manner as for the original design tests. VW 3.5 TESTING LABORATORY g' The laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666. 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 certification shall contain as a minimum: AN 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. ;do d. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program PART 4: CONSTRUCTION METHODS 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. W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsT--401 DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 9 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) TABLE 4. BASE TEMPERATURE LIMITATIONS Mat Thickness Base temperature (min) Deg. F Deg. C 3 in. (7.5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but less 45 7 than 3 in. (7.5 cm) tr 1 in. 2.5 cm or less 50 10 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 r 1. Truck Scales The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, Section 90-01. 2. Testing Facilities The Contractor shall provide laboratory facilities at the plant for the use of .� the Engineer's acceptance testing and the Contractor's quality control testing, in accordance with paragraph 401-6.2d. 3. Inspection of Plan 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. W&H Pacific, Inc. I ProjectslCityo/RentonQ06692003Airport Txwylmpr%Specs%P-401.DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 10 Notice 14: 1102 as DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 4. Storage Bins and Surge Bins Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge bins or 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 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 overnight storage will be allowed. 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. 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. 4.4 BITUMINOUS PAVERS Bituminous pavers shall be self-propelled, with an activated screed, heated as necessary, and shall be capable spreading and finishing courses of bituminous plant mix material which 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 WBHPacific, Inc. kProjectsIcity o/Renton1306692003AirpodTxwylmp6SpecsVD-401.00C Renton Municipal Airport P-401 Update:Change 13: 1/01 ,.. 11 Notice 14: 1102 at DIVISION 2 - SITE WORK at Item P-401 Plant Mix Bituminous Pavements (Cont.) screed shall effectively produce a finished surface of the required evenness and 4W texture without tearing, shoving, or gouging the mixture. An automatic grade control device shall be used for leveling and surface courses. 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 which 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 (9.14 m) in length. b. Taut string line (wire) set to grade. c. Short ski or shoe. d. Laser control. 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. The use of equipment which causes excessive crushing of the aggregate will not be permitted. W&H Pacific,Inc. 1A Projectsl0tyo/Rentonk306692003AirportTxwy1mp6SpecsV%401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 12 Notice 14: 1102 ,ft r DIVISION 2 - SITE WORK 40 DIVISION P-401 Plant Mix Bituminous Pavements (Cont.) 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 (160 degrees C). 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 (175 degrees C) when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 4.8 PREPARATION OF BITUMINOUS MIXTURE Aw 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 mix upon discharge shall not exceed 0.5 percent. W&H Pacific,Inc. NProjectsk0ty of Rentonl30669 2003 Airport Txwy ImprlSpeosP-401.DOc Renton Municipal Airport P-401 Update:Change 13: 1/01 a,,, 13 Notice 14: 1102 rrr DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 4.9 PREPARATION OF THE UNDERLYING SURFACE Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if required by the contract specifications. 4.10 TRANSPORTING, PLACING, AND FINISHING The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Adequate artificial lighting shall be provided „ night placements. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is • completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot (30 cm); however, the joint in the surface top course shall be at the centerline of the pavement. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. 4.11 COMPACTION OF MIXTURE After placing, the mixture shall be thoroughly and uniformly compacted by rolling. 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 W&H Pacific Inc. k ProjectslCity of Renton130669 2003 Airport Txwy Impr%Specs%P-401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 14 Notice 14: 1102 as so DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 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, Aw and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly 9W moistened (and scrapers used), but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand tampers. 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. 4.12 JOINTS The formation of all joints shall be made in such a manner as to ensure a AW 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 joints which are irregular, damaged, uncompacted, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All construction cold joints (greater than four hours old) are to be cut vertically six inches from the joint, and material removed prior to placing new W&H Pacific, Inc. NProjectslCdy of Renton130669 2003 Airport Txwy 1mpr%SpecsV1-401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 15 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) ` material against it. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. rr PART 5: MATERIAL ACCEPTANCE 5.1 ACCEPTANCE SAMPLING AND TESTING All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no to cost to the Contractor. Testing organizations performing these tests will meet the requirements of ASTM D 3666. 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. A lot will consist of: - one day's production not to exceed 2,000 tons, or - a half day's production where a day's production is expected to consist of between 2,000 and 4,000 tons, or - similar subdivisions for tonnages over 4,000 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 will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. Samples shall 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 1559, paragraph 4.5, 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 sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not more than 30 minutes to maintain the heat. The compaction temperature of the specimens should be as specified in the job mix formula. Wk W&H Pacific Inc. HProjectslCity of RentonQ0669 2003 Airport Txwy ImpASpecs%P-401.000 Renton Municipal Airport P-401 Update:Change 13: 1701 16 Notice 14: 1102 wri DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) , 2. Testing. Sample specimens shall be tested for stability and flow in ow accordance with ASTM D 1559, paragraph 5. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 or D 1188, whichever is applicable, for use in computing air voids and me pavement density. For air voids determination, the theoretical maximum specific as gravity of the mixture shall be measured three times for each lot in accordance with ASTM D 2041, Type C, D, or E container. The value used in the voids computation for each sublot shall be the as average of the three maximum specific gravity measurements for the lot. 4' The stability, flow, and air voids for each sublot shall be computed by averaging the results of the three test specimens representing that sublot. low 3. Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in dw accordance with the requirements of paragraph 401-5.2b. b. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. 1. Mat Density. The lot size shall be the same as that indicated in paragraph 401-5.1.a and shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Cores shall not be taken closer than one foot from a transverse or longitudinal joint. 2. Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of material as defined in paragraph 401- 5.1 a. The lot shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor AN from each sublot. Cores shall be taken within one foot of the joint, but not directly on the joint. Core locations will be determined by S W&H Pacific, Inc. k ProjectslCity of Rentonl30669 2003 Airport Txwy ImpASpecslP-401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 17 Notice 14: 1102 rr DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. 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 three 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 and filling the cored pavement. Cored holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. 4. Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2). 5. Acceptance. Acceptance of field placed material for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2.c. Acceptance for joint density will be determined in accordance with the requirements of paragraph 401-5.2d. 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. 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 the project shall be included with the previous lot. , W&H Pacific, Inc. NProjectslClty of Renton130669 2003 Airport Txwy 1mpASpecslP401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 18 Notice 14: 1102 am to DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 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 less than (3) cored samples shall be obtained for acceptance plan calculation, i.e., n = 3. �.► 5.2 ACCEPTANCE CRITERIA a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor's Quality Control plan and test results: (1) Stability (5) Joint density (2) Flow (6) Thickness (3) Air voids (7) Smoothness (4) Mat density (8) Grade Stability, flow, air voids, mat density and joint density will be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L) or below the upper specification tolerance limit (U). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2.f(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2f(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2f(6). The Engineer may at any time, not withstanding 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, W&H Pacific,Inc. 1:1ProjectsiCity o/Renton130669 2003 AiWif Txwy 1mp6SpWS P-401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 19 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) that such material was erroneously rejected, payment will be made for the material at the contract unit price. r b. Stability, Flow, Air Voids. Evaluation for acceptance of each lot of plant- produced material for stability, flow, and air voids shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. C. Mat Density. Evaluation for acceptance of each lot of in-place pavement for mat density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Joint Density. Evaluation for acceptance of each lot of in-place pavement for joint density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. e. Method of Estimating 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) and (U) are contained in Table 5. f. Acceptance Criteria (1) Mat Density and Air Voids. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and pavement for the lot shall be determined in accordance with paragraph 401-8.1. (2) Stability and Flow. 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 and make adjustments to the mix. (3) Joint Density. 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 evaluate the method of compacting joints. If the PWL is below 80 percent, the Contractor shall stop production until the reason for poor compaction can be determined. W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy fmprlSpecsVD-401.000 Renton Municipal Airport P-401 Update:Change 13: 1701 20 Notice 14: 1102 err DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) do (4) Thickness. Thickness shall be evaluated for compliance by the Engineer 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. (5) Smoothness. The finished surfaces of the pavement shall not vary more than 1/4 inch for the surface course. Each lot shall be evaluated with a 12-foot (3.6 m) straightedge. Measurements will �• be made perpendicular and parallel to the centerline at distances not to exceed 50 feet (15.2 m). When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least two inches of asphalt concrete to be placed. Skin patching shall not be permitted. High points may be ground off; however, individual areas to be ground shall not exceed 15 square yards. Areas in excess of 15 square yards shall be removed and replaced. Any areas requiring surface grinding shall be fog sealed, with type of fog seal and rate to be determined by the Engineer at no additional cost to the owner. (6) Grade. The finished surface of the pavement shall not vary from the gradeline elevations and cross sections shown on the plans by more than 1/2 inch (12.70 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15.2 m) or less longitudinally and transversely to determine the elevation of the completed pavement. When more than 15 percent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least two inches of asphalt concrete to be placed. Skin patching for correcting low areas shall not be permitted. High points may be ground off; however, individual areas to be ground shall not exceed 15 square yards. Areas in excess of 15 square yards shall be removed and replaced. Any areas requiring surface grinding shall be fog sealed, with type of fog seal and rate to be determined by the Engineer at no additional cost to the owner. 4W Aw W6N Pacific,Inc. I:VProjectslCdy orRenton130669 2003 Airport Txwy ImpMpecsVD-401 DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 4. 21 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) g. 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 five (5) percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. TABLE 5. ACCEPTANCE LIMITS STABILITY, FLOW, AIR VOIDS, DENSITY Test Property 60,000 lbs. and over Number of Blows 75 Specification Tolerance Limit L U Stability, minimum pounds 1,800 - Flow, 0.01-inch 8 16 Air voids total mix (percent) 2 5 Density (percent) 96.3 - Joint density (percent) 93.3 5.3 RESAMPLING PAVEMENT a. General. Resampling of a lot of pavement for mat density will be allowed if the Contractor requests, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.1b and 401-5.2c. Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. ' b. Payment for Resampled Lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. W&H Pacific, Inc. 1:1ProjecW0ty o/Renton130669 2003 Airport Txwy ImprlSpecslP-401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 22 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) C. Outliers. If the tests within a lot include a very large or a very small value which appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E 178, at a significance level of 5 percent, to determine if this value should be discarded when computing the PWL. ., 5.4 LEVELING COURSE Any course used for truing and leveling shall meet the requirements of paragraph • 401-3.2 and 5.2b, but shall not be subject to the density requirements of paragraph 401-5.2c and d. The leveling course is the first variable-thickness lift of an overlay placed prior to intermediate or surface courses. The leveling .r course shall be compacted with the same effort used to achieve density of the test section. The truing and leveling course shall not exceed a nominal thickness of 1Y2 inches (37.5 mm). Aw PART 6: CONTRACTOR QUALITY CONTROL Aw 6.1 GENERAL The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including, but not limited to: As a. Mix Design f. Mixing and Transportation b. Aggregate Grading g. Placing and Finishing c. Quality of Materials h. Joints d. Stockpile Management i. Compaction e. Proportioning j. Surface Smoothness 6.2 TESTING LABORATORY The contractor quality control laboratory may also conduct the acceptance testing. It is recommended that the procedures used by the quality control laboratory duplicate exactly those used by the acceptance laboratory. Only results from the acceptance laboratory will be used for acceptance calculations. 1W W&H Pacific, Inc. hProiecWC8y of Rentont30669 2003 Airport Txwy ImprlSpecslP-401.DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 .+ 23 Notice 14: 1102 go DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) 6.3 QUALITY CONTROL TESTING rr The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt Content. A minimum of two extraction tests shall be performed per lot in accordance with ASTM D 2172 for determination of asphalt content. The weight of ash portion of the extraction test, as described in ASTM D 2172, shall be determined as part of the first extraction test performed at the beginning of plant production; and as part of every tenth extraction test performed thereafter, for the duration of plant production. The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. The asphalt content for the lot will be determined by averaging the test results. The use of the nuclear method for determining asphalt content in accordance with ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being used. The ignition oven test procedure, per ASTM D 6307, may also be used for the testing of asphalt content. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with AASHTO T 30 and ASTM C 136 (Dry Sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve) using actual batch weights to determine the combined aggregate gradation of the mixture. C. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461. �. W&H Pacific,Inc. 1AProjectMQty of Renton130669 2003 Airport Txwy 1mp6SpecsT--401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 24 Notice 14: 1102 go to DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. .� f. In-Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. 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. 40 6.4 SAMPLING When directed by the Engineer, the Contractor shall sample and test any material which appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by Aw the Contractor. All sampling shall be in accordance with standard procedures specified. go 6.5 CONTROL CHARTS The Contractor shall maintain linear control charts both for individual 40 measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation and asphalt content. Control charts shall be posted in a location satisfactory to the Engineer and shall iW 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. 4. W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy ImpASpecslP-401 DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 ,, 25 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) ' a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation and asphalt content. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 3/4 inch (19.0 mm) 0% 0% 1/2 inch (12.5 mm) ±6% ±9 3/8 inch (9.5 mm) ±6% ±9% No. 4 ±6% ±9% No. 10 ±5% ±7.5% No. 40 ±13% ±4.5% No. 200 ±2% ±3% Asphalt Content ±0.45% ±0.70% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART LIMITS BASED ON RANGE Sieve Suspension Limit 1/2 inch (12.5 mm) 11 percent 3/8 inch (9.5 mm) 11 percent No. 4 11 percent No. 10 9 percent No. 40 6 percent No. 200 3.5 percent Asphalt Content 0.8 percent (Based on n = 2) W&H Pacific, Inc. t ProjectMOty of RentonQ0669 2003 Airport Txwy ImpASper_Sp-401.000 Renton Municipal Airport P-401 Update:Change 13: 1/01 26 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) C. Corrective Action. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of control. 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. PART 7: METHOD OF MEASUREMENT 7.1 MEASUREMENT Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. 4W Part 8: BASIS OF PAYMENT A0 8.1 PAYMENT Payment for an accepted bituminous concrete pavement shall be made at the io contract unit price per ton (kg) for bituminous mixture adjusted according to paragraph 401-8.1a, subject to the limitation that: ;,W The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons (kg) of bituminous mixture used in the accepted • work (See Note 1 under Table 5). The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated 4W W&H Pacific, Inc. I:IPro/ectsXQty of Renton130669 2003 Airport Txwy lmprlSpecslP.401 Doc Renton Municipal Airport P-401 Update:Change 13: 1/01 ;.r 27 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100 percent. TABLE 6. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Lot Pay Factor Specification Limit (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 Re'ect2 ' 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 limitation shall be reduced by the amount withheld for the rejected lot. ab 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 ab 501-8.1. 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 W&H Pacific Inc. l:VProjectslCdy of Renton130669 2003 Airport Txwy ImprlSpecsV%401.D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 28 Notice 14: 1102 r DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) PART 9: TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ,W ASTM C 117 Test Method for Materials Finer than 75-um (No.200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling Hydraulic Cement ASTM C 566 Total Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 979 Standard Practice for Sampling Bituminous Mixtures 40 ASTM D 995 Requirements for Mixing Plants for Hot-Mixed Hot-Laid Bituminous Paving Mixtures 40 ASTM D 1075 Effect of Water on Compressive Strength of Compacted Bituminous Mixtures sY ASTM D 1188 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens ar ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures 4. ASTM D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus 411 ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures at ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures -A. W&H Pacific, Inc. MPr ojedslQtyofRenton13oess2003 Airport rxwy1mpr%Specsw-401.00c Renton Municipal Airport P-401 Update:Change 13: 1/01 AN 29 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) irr ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Degree of Particle Coating of Bituminous-Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated SurfaceDry Specimens ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Method ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 3665 Random Sampling of Paving Materials ASTM D 3666 Inspection and Testing Agencies for Bituminous Paving Materials ASTM D 4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ASTM D 4791 Flat or Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D 6307 Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM E 178 Practice for Dealing With Outlying Observations AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Institute's Manual No. 2 (MS-2) Mix Design Methods for Asphalt Concrete al The Asphalt Institute's Manual No.20 (MS-20) Hot-Mix Recycling W&H Pacific.Inc. t ProjectMOty of Rentonk30669 2003 Airport Txwy 1mprlSpecslP-401 DOC Renton Municipal Airport P-401 Update:Change 13: 1/01 30 Notice 14: 1102 err DIVISION 2 - SITE WORK Item P-401 Plant Mix Bituminous Pavements (Cont.) PART 10: MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Asphalt Cement for Use in Pavement Construction ASTM D 4552 Classifying Hot-Mix Recycling Agents 4w END OF SECTION P-401 40 Aw ,do d Aw Aw Aw ,'w W&H Pacific, Inc. I:IProjectslCity o/Renton130669 2003 Airport Txwy Impr%SpecslP-401 D0C Renton Municipal Airport P-401 Update:Change 13: 1/01 4w 31 Notice 14: 1102 rrr lwie �r. This page was left blank intentionally. to DIVISION 2 - SITE WORK do SECTION P-603 BITUMINOUS TACK COAT do PART 1: DESCRIPTION 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. PART 2: MATERIALS 2.1 BITUMINOUS MATERIALS The bituminous material shall be emulsified asphalt 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 Specification Type and Grade Application Temperature Deg. F Deg. C Emulsified Asphalt CSS-1 h ASTM D 2397 75-130 25-55 PART 3: CONSTRUCTION METHODS 3.1 WEATHER LIMITATIONS _�► The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 F (15 C). The temperature requirements may be waived, but only when so directed by the Engineer. 3.2 EQUIPMENT $' The Contractor shall provide equipment for heating and applying the bituminous material. .0 The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume-measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall ` be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. 4. W&H Pacific,Inc. NProjedslCity of Renton130669 2003 Airport 7xwy/mpr%SpeoslP-603.00C Renton Municipal Airport P-603 Update: Change 13: 1/01 am 1 Notice 14: 1102 so DIVISION 2 - SITE WORK Item P-603 Bituminous Tack Coat (Cont.) A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 3.3 APPLICATION OF BITUMINOUS MATERIAL Immediately before applying the tack coat, the full width of surface to be treated war shall be swept with a power broom and/or airblast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 3.4 BITUMINOUS MATERIAL-CONTRACTOR'S RESPONSIBILITY Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports W&H Pacific,inc. IAProjectslCity of RentonQ0669 2003 Airport Tx"/mprlSpecslP-603 DOC Renton Municipal Airport P-603 Update: Change 13: 1/01 2 Notice 14: 1102 +rr V0 DIVISION 2 - SITE WORK we Item P-603 Bituminous Tack Coat (Cont.) shall be subject to verification by testing samples of material received for use on the project. 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 ow used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. 40 PART 4. METHOD OF MEASUREMENT 40 4.1 No separate measurement will be made for this item. PART 5: BASIS OF PAYMENT 5.1 The bituminous tack coat used in accordance with these plans and specifications will be considered incidental to applicable bid items and no separate payment will be made. PART 6: MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables Aw ASTM D 2028 Liquid Asphalt (Rapid-Curing Type) ASTM D 2397 Cationic Emulsified Asphalt Asphalt Institute Temperature-Volume Corrections for Emulsified Asphalts Manual MS-6 Table IV-3 END SECTION P-603 W&H Pacific, Inc. klftyectslCity of Renton130669 2003 Airport Txwy Impr%SpecslP-603 DOC Renton Municipal Airport P-603 Update: Change 13: 1/01 r, 3 Notice 14: 1102 w wry ■r This page was left blank intentionally. awr ft DIVISION 2 - SITE WORK SECTION P-620 RUNWAY AND TAXIWAY PAINTING PART 1: DESCRIPTION on 1.1 SCOPE 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. PART 2: MATERIALS 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. 2.2 PAINT Paint shall be Waterborne or Solvent base in accordance with the requirements " " of paragraph 620-2.2.a, b, c, and d. Paint shall be furnished in White — 37925 or Yellow - 33538 or 33655 as shown on the plans, and in accordance with Federal Standard No 595. 10 a. WATERBORNE. Paint shall meet the requirements of Federal No Specification TT-P-1 952D, Type I. b. EPDXY. This section deleted. of C. METHACRYLATE. This section deleted. am d. SOLVENT BASE. Paint shall meet the requirements of Federal Specification A-A-2886A Type I. No 2.3 REFLECTIVE MEDIA Glass beads shall meet the requirements of Fed. Spec. TT-B-1325, Type 1 — W&H Pacific,Inc. k ProiecWQty of RentonQ0669 2003 Airport Txwy 1mpr%SpecS1P-620.D0C Renton Municipal Airport P-620 Update: Change 13: 1/01 ■. 1 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-620 Runway and Taxiway Painting (Cont.) Gradation A, or Type III. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. 2.4 SILICA SAND This section deleted. PART 3: CONSTRUCTION METHODS 3.1 WEATHER LIMITATIONS The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F (7 degrees C) and rising, and the pavement surface temperature is at least 5 degrees F (2.7 degrees C) above the dew point. 3.2 EQUIPMENT Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and/or silica sand 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 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. 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 which 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. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high pressure water shall be used to remove curing materials. W&H Pack, Inc. VVIrojectslCdy of Renton130669 2003 Airport Txwy 1mpr%SpecsP-620.D0C Renton Municipal Airport P-620 Update:Change 13: 1/01 2 Notice 14: 1102 r 3.4 LAYOUT OF MARKINGS The proposed markings shall be laid out in advance of the paint application. All locations of markings are to receive glass beads. See specification 01406- Construction Staking, Section 3.3 for layout requirements. 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 have been approved by the Engineer. The edges of the markings shall not vary from a straight line more than Y2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches 910 mm or less ±1/2 in. 12 mm Greater than 36 in. to 6 ft. 901 mm to 1.85 m ±1 in. 25 mm Greater than 6 ft. to 60 ft. 1.85 m to 18.3 m ±2 in. 51 mm dw Greater than 60 ft. 18.3 m ±3 in. 76 mm The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of 5 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Type Paint Square Glass Beads, Type I, Feet per Gradation A, Pounds gallon, ft2/gal per gallon of paint— (Square meters lb./gal. (Kilograms per per liter, m2/I) liter of paint— kg/1) Waterborne 115 ft. /gal. 7 lb./gal. Minimum (0.85 Maximum (2.8 kg/1) m2/1) Solvent Base 115 ft.2/gal. 7 lb./gal. Minimum (0.85 Maximum (2.8 kg/1) M2/1) The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and the dimensions shall be within a tolerance of plus .�►► or minus 5 percent. W&H Pacific,Inc. I:IProjectst0ty of Renton130669 2003 Airport Txwy Impr1Specs%P-620 DOC Renton Municipal Airport P-620 Update: Change 13: 1/01 ■.. 3 Notice 14: 1102 tt DIVISION 2 - SITE WORK mi Item P-620 Runway and Taxiway Painting (Cont.) to Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking „ operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by tr the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 3.6 PROTECTION After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. PART 4: METHOD OF MEASUREMENT 4.1 The quantity of runway and taxiway markings to be paid for shall be the number 0 of square feet of painting performed in accordance with the specifications and accepted by the Engineer. PART 5: BASIS OF PAYMENT 5.1 Payment shall be made at the respective contract price per square foot (square ` meter) for runway and taxiway painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1 Runway and Taxiway Painting - per square foot PART 6: TESTING REQUIREMENTS Fed. Spec. TT-P-85 Paint, Traffic, and Airfield Marking, Solvent Base ASTM C-146 Chemical Analysis of Glass Sand 4 W&H Pack,Inc. NProjectsOty of Renton130669 2003 Airport Txwy ImpASpecs%P-620.D0C Renton Municipal Airport P-620 Update:Change 13: 1/01 4 Notice 14: 1102 Yl ®rr DIVISION 2 - SITE WORK Item P-620 Runway and Taxiway Painting (Cont.) 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 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 Prod ucts-Du rometer Hardness ASTM G 53 Operating Light and Water-Exposure Apparatus (Florescent UV-Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Standard No. 141 Methods of Inspection, Standard No. 141 Sampling and Testing AW PART 7: MATERIAL REQUIREMENTS am ASTM D 476 Specifications for Titanium Dioxide Pigments Code of Federal Regulations 40 CFR Part 60, Appendix A; 29 CFR Part aw 1910.1200 Fed. Spec. TT-B-1325 Beads (Glass Spheres) Retroreflective to Fed. Spec. TT-P-1952D Paint, Traffic and Airfield Marking, Solvent Base Commercial Item Description Paint, traffic and Airfield Marking, Waterborne (CID) Fed. Spec. A-A-2886A Federal Standard 595 Colors used in Government Procurement W&H Pacific, Inc. elPr0jeclslCHy of Renton130669 2003 Airport Txwy ImpASpecs1P.620 DOC Renton Municipal Airport P-620 Update:Change 13: 1/01 ,�. 5 Notice 14: 1102 DIVISION 2 - SITE WORK Item P-620 Runway and Taxiway Painting (Cont.) END OF SECTION P-620 �r �r W&H Pacific,Inc. t Projectsk0ty of RentonQ0669 2003 Airport Txwy ImprlSpecsVI-620.DOC Renton Municipal Airport P-620 Update:Change 13: 1/01 6 Notice 14: 1102 wr so DIVISION 2 - SITE WORK SECTION P-626 EMULSIFIED ASPHALT SLURRY SEAL SURFACE TREATMENT we PART 1: DESCRIPTION AN 1.1 This item shall consist of a mixture of emulsified asphalt, mineral aggregate, and water; properly proportioned, mixed, and spread evenly on a prepared underlying course or existing wearing course in accordance with these specifications and shall to conform to the dimensions shown on the plans or as directed by the Engineer. PART 2: MATERIALS 2.1 AGGREGATE The aggregate shall consist of sound and durable natural or manufactured sand, slag, crusher fines, crushed stone, or a combination thereof. The aggregate shall be clean and free from vegetable matter, dirt, dust, and other deleterious substances. The aggregate blend shall have a sand equivalent of not less than 45 when tested in accordance with ASTM D2419. The aggregate shall show a loss of not more than 35 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, or the magnesium sulfate soundness loss shall not exceed 20 percent after 5 cycles when tested in w accordance with ASTM C88. Aggregate shall be 100 percent crushed. The combined aggregate shall conform to the gradation shown in Table 1 when .w tested in accordance with ASTM C 136 and ASTM C 117. TABLE 1. GRADATION OF AGGREGATES Sieve Size Percent by Weight Passing Sieve Typell 3/8 in. (9.5 mm) 100 ,�. No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 90 - 100 No. 16 (1.18 mm) 65-90 .w No. 30 (600 micro m) 40- 65 No. 50 (300 micro m) 25-42 No. 100 (150 micro m) 15- 30 00 No. 200 75 micro m 10 - 20 Residual asphalt content 10% - 16% percent dry weight of aggregate The job mix formula (mix design) shall be run using aggregate within the gradation band for the desired type shown in Table 1. Once the mix design has been submitted and approved, the aggregate used on the project shall not vary by more W&H Pacific, Inc. I:FroiectslCityof Renton1306692003 Airport TxwyImprlSpec51P-626.DDC Renton Municipal Airport P-626 Update: Change 13: 1/01 +• 1 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) +rr than the tolerances as shown in Table 2. At no time shall the aggregate used go out of the gradation bands in Table 1. The aggregate will be accepted at the job location or stockpile. The stockpile will be accepted based on five gradation test samples in accordance with ASTM D 75. If the average of the five tests is within the gradation tolerances, then the materials will be accepted. If the tests show the material to be out of tolerance, the Contractor will be given the choice either to remove the material or blend other aggregates with the stockpile material to bring in into specification. Materials used in blending shall meet the quality tests before blending and shall be blended in a manner to produce a consistent gradation. T his blending may require a new mix design. Screening shall be required at the project stockpile site if there are any problems created by having oversize materials in the mix. Precautions shall be taken to prevent segregation of the aggregate in storing and handling. The stockpile shall be kept in areas that drain readily. A. Aggregate Tolerance. Once the mix design has been accepted, the aggregate gradation used on the project may vary from the aggregate gradation used in the mix design on each sieve by the percentages shown in Table 2. If the project aggregate fails to remain within this tolerance, a new mix design will be required by the Engineer at the Expense of the Contractor. TABLE 2 AGGREGATE TOLERANCE ` Sieve Size Tolerance, percent by weight passing sieve 3/8 in. (9.5 mm) ±5 No. 4 (4.75 mm) ±5 No. 8 (2.36 mm) ±5 No. 16 (1.18 mm) ±5 No. 30 (600 micro m) ±5 No. 50 (300 micro m) ±4 No. 100 (150 micro m) ±3 No. 200 75 micro m ±2 Residual asphalt ±1 content percent dry weight of aggregate W&H Pacific, Inc. MPro/ectMCdy of RentonQ0669 2003 Airport Txwy Impr%Specsl2-626.DOC Renton Municipal Airport P-626 Update: Change 13: 1/01 2 Notice 14: 1102 �r DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) 2.2 FILLER If mineral filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242 and shall be used in the amounts required by the mix design. The filler shall be considered as part of the aggregate. �r 2.3 EMULSIFIED ASPHALT wr The emulsified asphalt shall conform to the requirements of ASTM D 977 and/or 2397 and shall be LM CQS-1 h type emulsions in with 3% latex modifier type emulsions. 2.4 WATER All water used in making the slurry shall be potable and free from-harmful soluble salts and chemicals. PART 3: COMPOSITION AND APPLICATION 3.1 COMPOSITION The slurry seal shall consist of a mixture of emulsified asphalt, mineral aggregate, and water. 3.2 JOB MIX FORMULA No slurry seal for payment shall be placed until a mix design has been approved by the Engineer. The mix design shall be developed by a laboratory with experience in designing slurry seal mixes and a signed copy shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of operations. The laboratory report (mix design) shall indicate the proportions of aggregates, mineral filler (minimum and maximum), water (minimum and maximum) and asphalt emulsion based on the dry aggregate weight. It shall also report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effects). The mix design shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new mix design shall be established before the new material is used. The Contractor shall submit to the Engineer for approval a complete mix design on the materials proposed for use, prepared and certified by an approved laboratory. W&H Pacific, Inc. I:IProjectslCrty of RentonQ0669 2003 Airport Txwy Impr%SpecS\P-626.D0C Renton Municipal Airport P-626 Update: Change 13: 1/01 „� 3 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) Compatibility of the aggregate, emulsion, mineral filler, and other additives shall be so verified by the mix design. The mix design shall be made with the same aggregate and grade of emulsified asphalt that the Contractor will provide on the project. At a io minimum, the required tests and values needed are as follows: Description Specification ISSA T-100 Wet Track Abrasion Loss 50 g/ft2 Max. One Hour Soak (538 g/m2) ISAA TB-115 Determination of Slurry Pass Seal Compatibility 3.3 APPLICATION RATE Unless otherwise specified, the slurry seal shall be applied at the application rates shown in Table 3 for that gradation of material used. �i► TABLE 3. APPLICATION RATES Type I Pounds of mixture per 8- 12 square yard Kilograms of mixture 4.3 - 6-5 per square meter The rate of application shall not vary more than ±2 pounds per square yard (±1.1 kilograms per square meter). 3.4 TEST SECTIONS Test sections shall be placed prior to the start of the slurry seal work in the presence of the Engineer. The test area will be designated by the Engineer and will be located on the existing pavement. Test strips shall be made by each machine after calibration. Samples of the slung seal may be taken and the mix consistency verified by using ISSA TB-106 Slurry Seal Consistency test. In addition, the proportions of the individual materials may be verified by the Engineer by using the calibration information provided after machine calibration. If any test does not meet specification requirements, additional tests shall be made at the expense of the Contractor, until an acceptable test strip is placed. W&H Pacific, Inc. 1:1ProjectslCity of Renton%30669 2003 Airport Txwy Impr%SpeCS%P-626.D0C Renton Municipal Airport P-626 Update: Change 13: 1/01 4 Notice 14: 1102 +ter ,w DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) a.► PART 4: CONSTRUCTION METHODS ,w 4.1 WEATHER LIMITATIONS The slurry seal shall not be applied if either the pavement or air temperature is below 50 degrees F (10 degrees C) an falling, but may be applied when both pavement and air temperature are above 45 degrees F (7 degrees C) and rising. No slurry seal shall be applied when there is danger that the finished product will r freeze before 24 hours. The mixture shall not be applied when weather conditions prolong opening to traffic beyond a reasonable time or the time established in the NOTAM. 4.2 EQUIPMENT AND TOOLS The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of this work. aw A. Slurry Mixing Equipment. The machine shall be specifically designed and manufactured to lay slurry seal. The material shall be mixed by a self- propelled slurry seal mixing machine of either truck-mounted or continuous run design. Either type machine shall be able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, and water to a revolving mixer and discharge the mixed product on a continuous flow basis. The machine shall have sufficient storage capacity for materials to maintain an adequate supply to the proportioning controls. 40 If continuous run equipment is used, the machine shall be equipped to allow the operator to have full control of the forward and reverse speed of the machine during application of the slurry seal, with a self-loading device, with opposite side driver stations, all part of original equipment manufacturer design. The aggregate shall be prewetted immediately prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients. No excessive mixing shall be permitted. The mixing machine shall be equipped with a fines feeder that provides an accurate metering device or method to introduce a predetermined proportion of mineral filler into the mixer at the same time and location that the aggregate is fed into the mixer. �. The mixing machine shall be equipped with a water pressure system and fog-type spray bar adequate for complete fogging of the surface with an W&H Pacific,Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy Imp6SSpecs1P•626.00C Renton Municipal Airport P-626 Update: Change 13: 1/01 ... 5 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) application of 0.05 to 0.10 gallon per square yard (0.23 to 0.45 liter per square meter) preceding the spreading equipment. Sufficient machine storage capacity to mix properly and apply a minimum of 5 tons (4,500 kg) of the slurry shall be provided. Proportioning devices shall be calibrated prior to placing the slurry seal. 16 B. Slurry Spreading Equipment The mixture shall be spread uniformly by means of a conventional surfacing spreader box attached to the mixer and equipped to agitate and spread the material evenly throughout the box. A front seals hall be provided to insure 4 no loss of the mixture at the surface contact point. The rear seal shall act as the final strike-off and shall be adjustable. The spreader box and rear strike-off shall be so designed and operated that a uniform consistency is 0 achieved to produce a free flow of material to the rear strike-off. The spreader box shall have suitable means provided to side shift the box to compensate for variations in the pavement geometry. A burlap drag or other approved screed may be attached to the rear of the spreader box to provide a uniform mat. to C. Auxiliary Equipment Other tools or equipment such as brushes, hand squeegees, hose 00 equipment, tank trucks, water distributors and flushers, power blowers, barricades, etc., shall be provided as required. D. Roller The roller, if required, shall be a self-propelled pneumatic-tired roller capable of exerting contact pressure during rolling of 50 pounds per square inch (350,000 Newton's per square meter). It shall be equipped with a water spray system, to be used if the slurry is picking up on the tires during rolling. E. Tack Coat and Distributor Normally, a tack coat is not required unless the surface to be covered is extremely dry and raveled or is concrete or brick. If required, the tack coat should consist of one part emulsified asphalt and three parts water. The emulsified asphalt may be the same as that used in the mix. Pressure to distributors used for application of the diluted asphalt emulsion tack coat W&H Pacific, Inc. 1:1ProjedslCdy of Renfon130669 2003 Airport Txwy/mpr%Specs%P-626.D0C Renton Municipal Airport P-626 Update: Change 13: 1/01 6 Notice 14: 1102 Orr DIVISION 2 - SITE WORK r. Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) shall be self-propelled, equipped with pneumatic tires, and capable of uniformly applying 0.05 to 0.15 gallon per square yard (0.23 to 0.68 liter per square meter) of the diluted emulsion over the required width of application. Distributors shall be equipped with tachometers, pressure gages, and volume-measuring devices. The tack coat shall be applied at least 2 hours before the slurry but within the same day. 4.3 EQUIPMENT CALIBRATION wr Each slung mixing unit to be used on the project shall be calibrated in the presence of the Engineer prior to construction. Previous calibration documentation covering the exact materials to be used may be accepted by the Engineer provided they were made during the calendar year. The documentation shall include an individual calibration of each material at various settings, which can be related to the machine's metering devices. No machine will be allowed to work on the project until the calibration has been completed and/or accepted. 4.4 PREPARATION OF EXISTING SURFACE Prior to placing the tack coat and slurry seal coat, unsatisfactory areas shall be repaired and the surface shall be cleaned of dust, dirt, or other loose foreign matter, grease, oil, excessive rubber accumulation, or any type of objectionable surface film. Any standard cleaning method will be acceptable except that water " flushing will not be permitted in areas where considerable cracks are present in the pavement surface. Any painted stripes or markings on the surface of the runways or taxiways to be treated, shall be removed. Cracks wider than '/4 inch (6 mm) shall be cleaned with compressed air, and sealed with a compatible crack sealer prior to applying the slurry seal. Cracks wider than % inch (19 mm) should be pre-filled and sealed with the slung mixture prior to surfacing. Cracks that show evidence of vegetation shall be cleaned and treated with an approved herbicide. 4.5 APPLICATION OF SLURRY SEAL COAT The surface shall be prewet by fogging ahead of the slurry spreader box. Water used in prewetting the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the slurry spreader box. ,. The slurry mixture shall be of the desired consistency when deposited on the surface, and no additional elements shall be added. Total time of mixing shall not W&H Pacific, Inc. I:1ProjectslCity of RentoM30669 2003 Airport Txwy ImprtSpecslP-626.D0C Renton Municipal Airport P-626 Update: Change 13: 1/01 �„ 7 Notice 14: 1102 DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) exceed 2 minutes. A sufficient amount of slurry shall be carried in all parts of the spreader box at all times so that complete coverage of all surface voids and cracks is obtained. Care shall be taken not to overload the spreader box which shall be towed at a slow and uniform rate not to exceed 5 miles per hour (8 kilometers per hour). No lumping, balling, or unmixed aggregate shall be permitted. No segregation of the emulsion and fines from the coarse aggregate will be permitted. nib If the coarse aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement surface. A sufficient amount of slurry shall be fed into the box to keep a full supply against the full width of the spreader box. The 00 mixture shall not be permitted to overflow the sides of the spreader box. No breaking of the emulsion will be allowed in the spreader box. The finished surface shall have no more than four (4) tear or drag marks greater than '/2 inch (13 mm) tv wide and 4 inches (100 mm) long in any 12-foot by 22-foot (25 square meter) section. It shall have no tear or drag marks greater than 1 inch (25 mm) wide and 3 inches (15 mm) long. 40 The finished surface shall have no transverse ripples of 1/4 inch (6 mm) or more in depth, as measured with a 10-foot (3-meter) straight edge laid upon the surface. Adjacent lanes shall be lapped at the edges a minimum of 2 inches (50 mm)with a maximum of 4 inches (100 mm) to provide complete sealing at the overlap. Construction longitudinal and transverse joints shall be neat and uniform without buildup, uncovered areas, or unsightly appearance. All joint shall have no more than '/4 inch (6 mm) difference in elevation when measured across with a 10-foot ' (3-meter) straight edge. After application of the slurry seal, the surface shall be rolled with a pneumatic- tired roller a minimum of 4 coverages. The roller should be operated at a tire pressure of 50 pounds per square inch (350,000 kPa.) The fresh slurry seal application shall be protected by barricades and markers and permitted to dry for 4 to 24 hours, depending on weather conditions. Any damage to uncured slurry shall be repaired at the expense of the Contractor. In areas where the spreader box cannot be used, the slung shall be applied by „ means of a hand squeegee. Upon completion of the work, the seal coat shall have no holes, bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform and skid resistant texture satisfactory to the Engineer. All wasted and unused material and all debris shall be removed from the site prior to final acceptance. W&H Pacific, Inc. t Projectsk0ty of Renton130669 2003 Airport Txwy 1mpr%Spees1P•626.DOC Renton Municipal Airport P-626 Update: Change 13: 1/01 8 Notice 14: 1102 4W DIVISION 2 - SITE WORK Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) Upon completion of the slurry seal, the Contractor shall sweep the finished surface with a conventional power rotary broom, to remove any potential loose material from the surface. The material removed by sweeping shall be disposed of in a manner satisfactory to the Engineer. „ 4.6 EMULSION MATERIAL (CONTRACTORS RESPONSIBILITY) Samples of the emulsion that the Contractor proposes to use, together with a statement as to its source, shall be submitted, and approval shall be obtained before using such material. The Contractor shall submit to the Engineer a manufacturer's certified report for each consignment of the emulsion. The �•► manufacturer's certified report shall not be interpreted as a basis for final acceptance. All such reports shall be subject to verification by testing samples of the emulsion as received for use on the project. • PART 5: METHOD OF MEASUREMENT 5.1 The emulsified asphalt slurry seal surface treatment shall be measured by the square yard of area to which it is applied. PART 6: BASIS OF PAYMENT 6.1 Payment shall be made at the contract unit price per square yard for the emulsified asphalt slurry seal surface treatment. The price shall be full compensation for furnishing all bituminous material, tack coat, aggregate, and other materials, for preparing, mixing, and applying these materials, and for all labor, equipment, tools, and incidentals necessary to 4, complete the item. Payment will be made under: Item P-626-6.1 Slurry Seal Type I — per square yard PART 7: TESTING REQUIREMENTS ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than No. 200 Sieve in Mineral Aggregate by Washing W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy Impr%SpecslP-626.0oC Renton Municipal Airport P-626 Update: Change 13: 1/01 r. 9 Notice 14: 1102 to DIVISION 2 - SITE WORK �r Section P-626 Emulsified Asphalt Slurry Seal Surface Treatment (Cont.) �r ASTM C 128 Specific Gravity and Absorption of Fine Aggregate ASTM C 131 Resistance to Abrasion of Small Size Course Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse r Aggregates ASTM D 75 Sampling Aggregates ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ISSA International Slurry Surfacing Association, Washington, 10 DC ISSA A 105 Recommended Performance Guidelines 40 ISSA TB-100 Wet track Abrasion Loss ISSA TB-106 Slurry Seal Consistency ISSA TB-111 Outline Guide Design Procedure for Slurry Seal ISSA TB-115 Determination of Slurry Seal Compatibility PART 8: MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures wo ASTM D 977 Emulsified Asphalt ASTM D 2397 Cationic Emulsified Asphalt END ITEM P-626 ,rr WBH Pacific,Inc. I:IProjecWCdy of RentonQ0669 2003 Airport T ImprlSpeCSV%626.O0C Renton Municipal Airport P-626 Update: Change 13: 1/01 10 Notice 14: 1102 to aw DIVISION 2 - SITE WORK SECTION D-701 PIPE FOR STORM DRAINS AND CULVERTS PART 1: DESCRIPTION 1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. PART 2: MATERIALS +w• 2.1 Materials shall meet the requirements shown on the plans and specified below. 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. Ductile Iron Pipe ASTM A 746 2.3 CONCRETE Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C 94. 2.4 RUBBER GASKETS Rubber gaskets for rigid pipe 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. 2.5 JOINT MORTAR Pipe joint mortar shall consist of one part portland cement and two parts sand. Aw 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. 2.6 JOINT FILLERS Poured filler for joints shall conform to the requirements of ASTM D 1190. 2.7 PLASTIC GASKETS r Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). W&H Pacific, Inc. I:VProjecWC dyo/Renton1306692003 Airport T ImprlSpecs0-701.D0C Renton Municipal Airport D-701 Update: Change 13: 1/01 .. 1 Notice 14: 1102 No DIVISION 2 - SITE WORK Item D-701 Pipe for Storm Drains and Culverts (Cont.) 2.8 COMPRESSION JOINTS Materials for compression joints for vitrified clay pipe shall meet the requirements 0 of ASTM C 425. PART 3: CONSTRUCTION METHODS err 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 inches (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 a depth of at least 12 inches (300 mm) or one-half inch (12 mm) 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 foot (30 cm) 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 (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. 4 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. 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 B bedding shall apply. IV 16 W&H Pacific,Inc. k ProjectslCity of Rentont30669 2003 Airport Txwy ImprlSpecso-701 OOC Renton Municipal Airport D-701 Update: Change 13: 1/01 2 Notice 14: 1102 ar „,N DIVISION 2 - SITE WORK Item D-701 Pipe for Storm Drains and Culverts (Cont.) q. 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 (150 mm) 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 (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) 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. 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 Depth Min. Bedding Depth in. mm in. mm '/Z 12.5 1 25.0 r• 1 25.0 2 50.0 2 50.0 3 75.0 2'/z 62.5 3'/Z 98/5 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-inch (13mm). For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 (0.075mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075mm) sieve. The bedding shall have a thickness of at least 6 inches (150mm) 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. ow wo W&H Pacific, Inc. kTrojectsl0ty of Renton130669 2003 Airport Txwy Impr%Spe=0-701.DOC Renton Municipal Airport D-701 Update: Change 13: 1/01 mow 3 Notice 14: 1102 DIVISION 2 - SITE WORK Item D-701 Pipe for Storm Drains and Culverts (Cont.) 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. , Paved or partially lined pipe shall be placed so that the longitudinal centerline of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 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. Where oakum is used, the joint shall be caulked with the oakum and then sealed with joint compound or mortar. 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 Polyethlyene pipe shall conform to the requirements of ASTM D-3212 when watertight joints are required. Joints for PVC and Polyethlyene 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. err W&H Pacific, Inc. 1:ProiectsX0ty of Rentonk30669 2003 Airport Txwy ImpASpecs0L701.D0C Renton Municipal Airport D-701 Update: Change 13: 1/01 4 Notice 14: 1102 r DIVISION 2 - SITE WORK Item D-701 Pipe for Storm Drains and Culverts (Cont.) 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, or 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-inch (50.0 mm) 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 inch (12 mm) • sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) 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 inches (150 mm) on both sides of the pipe and shall be brought up one foot (30 cm) 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. ow When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up aw evenly on both sides of the pipe to 1 foot (30 cm) above the top 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 of 12 feet (3.5 m), 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 inches (300mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2b. w. All backfill shall be compacted to the density required under Item P-152. 4„ 3.6 SHORING OR CLASS B Shoring Class B shall be per Section 7-08.3(1)B of the WSDOT Standard Specifications, 2002, current edition. W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Tx"ImprlSpecso-701.L)OC Renton Municipal Airport D-701 Update: Change 13: 1/01 „� 5 Notice 14: 1102 DIVISION 2 - SITE WORK +rr► Item D-701 Pipe for Storm Drains and Culverts (Cont.) PART 4: METHOD OF MEASUREMENT 4.1 The length of pipe shall be measured in linear feet of pipe in place, 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. .rr All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 4.2 No measurement shall be made for Shoring Class B. PART 5: BASIS OF PAYMENT Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated. These prices shall fully compensate the Contractor for furnishing all bedding, backfill and all other materials; for all preparation, excavation, sawcutting, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made at the contract lump sum price for Shoring Class B as stated in the proposal. This price shall be full compensation the Contractor for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: 5.1 Storm pipe of the various sizes and types listed in the proposal per linear foot. 5.2 Shoring Class B, lump sum. PART 6: MATERIAL REQUIREMENTS ASTM A 746 Ductile Iron Gravity Sewer Pipe ASTM A 760 Corrugated Steel Pipe, Metallic-Coated for Sewers and Drains w ASTM A 849 Post-Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 885 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe + W&H Pacific,Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy lmprlSpecsO.701.00C Renton Municipal Airport D-701 Update: Change 13: 1/01 6 Notice 14: 1102 w DIVISION 2 - SITE WORK Item D-701 Pipe for Storm Drains and Culverts (Cont.) A. ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ,■, ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 425 Compression Joints for Vitrified Clay Pipe ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM D 1056 Flexible Cellular Materials - Sponge or Expanded Rubber ASTM D 1190 Concrete Joint Sealer, Hot Poured Elastic Type aw ASTM D 3034 Type PSMPoly (Vinyl Chloride) (PVC) Sewer Pipe ad Fitting ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ow ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ON 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 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294 Corrugated Polyethylene Pipe, 12 to 24-in. Diameter AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter END OF SECTION D-701 W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecslD-701.DOC Renton Municipal Airport D-701 Update: Change 13: 1/01 r. 7 Notice 14: 1102 46 ni► This page was left blank intentionally. fto we DIVISION 2 - SITE WORK SECTION D-705 PIPE UNDERDRAINS FOR AIRPORTS PART 1: DESCRIPTION �.. 1.1 This item shall consist of the construction of pipe drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. PART 2: MATERIALS 4. 2.1 GENERAL 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. Smooth-Wall Perforated PVC Pipe ASTM F 758 Solid PVC Pipe ASTM D 3034 2.2 GEOTEXTILE OVERWRAP The geotextile over-wrap fabric shall be a non-woven, needle-punched material and meet the following average roll values: Grab Tensile Strength 95 lbs. ASTM D 4632 4W Grab Tensile Elongation 50% ASTM D 4632 Puncture 45 lbs. ASTM D 3787 Trapezoidal Tear 40 lbs. ASTM D 4533 WX Mullen Burst 180 lbs. ASTM D 3786 Coefficient of Permeability 0.32 cm/sec. ASTM D 4991 AOS 70 CW-02215 2.3 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. ow W&H Pacific, Inc. 1:VProjectsl0ty of Renton130669 2003 Airport Txwy ImprlSpecslD-705 DOC Renton Municipal Airport D-705 Update: Change 13: 1/01 low 1 Notice 13: 01102 DIVISION 2 - SITE WORK Item D-705 Pipe Underdrains for Airports (Cont.) TABLE 1. GRADATION OF POROUS BACKFILL Sieve Designation Percentage by Weight Passing Sieves , (Square Openings) Porous Material No. 2 1 Y2 inch 100 1 inch (225.0 mm) 90 - 100 3/8 inch (9.5 mm) 25 - 60 No. 4 (4.75 mm) 5 -40 No. 8 2.36 mm 0 - 20 PART 3: CONSTRUCTION METHODS 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. 3.2 EXCAVATION The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, it shall be r, removed below the foundation grade for a depth of at least 4 inches (100 mm). 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 6w inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The engineer shall ► determined 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 W&H Pacific, Inc. 1AProjedslCdy of Rentonk30669 2003 Airport Txwy ImpASpeoslD.705.D0C Renton Municipal Airport D-705 Update: Change 13: 1/01 2 Notice 13: 01102 +r DIVISION 2 - SITE WORK Item D-705 Pipe Underdrains for Airports (Cont.) aw Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material. o 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 otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the backfill to at least 12 inches (300 mm) 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 (meter)for the pipe. 4W 3.3 LAYING AND INSTALLING PIPE am The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by the Engineer. ow Unless otherwise shown on the plans, a 4-inch (100 mm) bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length r 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 No 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. 3.4 MORTAR The mortar shall be of the desired consistency for making connections to , structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. W&H Pacific, Inc. I:IProjectslCity of RentonQ0669 2003 Airport TXWV 1mpASpecs0-705.D0C Renton Municipal Airport D-705 Update: Change 13: 1/01 aw 3 Notice 13: 01102 DIVISION 2 - SITE WORK Item D-705 Pipe Underdrains for Airports (Cont.) «r 3.5 BACKFILLING A. Earth. All trenches and excavations shall be backfilled within a rir 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 foot (30 cm) over the top shall be material which can be readily compacted. It shall not contain stones retained on a 3-inch (75 mm) sieve, frozen lumps, chunks of highly plastic clay, or any other material which 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. e1 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 (150 mm) in depth under and around the pipe, and not exceeding 8 inches " (200 mm) 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. 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. Granular Material. When granular backfill is required, its placement in the trench and about the pipe shall be as shown on the plans. Special care rr shall be taken in placing the backfill. The granular backfill shall not contain a damaging amount of foreign matter, nor shall earth from the sides of the trench or from the windrow be allowed to filter into the backfill. w When required by the Engineer, a template shall be used to properly place and keep separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth and compacted by hand and pneumatic tampers to the requirements as given for earth backfill. Backfilling shall be done in a manner to avoid injurious top or side pressure on the pipe. The granular backfill shall be made to the elevation of the trench, as shown on the plans. wr W&H Pacific, Inc. 1:1Projects0tyo/Renton1306692003AirportTxwylmp6SpeCS0-705.D0C Renton Municipal Airport D-705 Update: Change 13: 1/01 4 Notice 13: 01102 aw DIVISION 2 - SITE WORK ow Item D-705 Pipe Underdrains for Airports (Cont.) ow When perforated pipe is specified, granular backfill material shall be ,w placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. If the original material excavated from the trench is pervious and suitable as determined by the Engineer, it „W shall be used in lieu of porous backfill No. 1. When porous backfill is to be placed in paved or adjacent areas prior to *. the completion of grading or subgrade operations, the backfill material shall be placed immediately after laying the pipe. The depth of this granular backfill shall be not less than 12 inches (300 mm), measured ow from the top of the underdrain. During subsequent construction operations, this minimum backfill of 12 inches (300 mm) of depth shall not be disturbed until such time as the underdrains are to be completed. When the underdrains are to be completed, the unsuitable material shall be removed until the porous backfill is exposed. That part of the porous backfill which contains objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any such unsuitable material shall be borne by the Contractor. #W Whenever a granular subbase blanket course is to be used under pavements which extends several feet beyond the edge of paving to the outside edge of the underdrain trench, the granular backfill material over ' ' the underdrains shall be placed in the trench up to an elevation of 2 inches (50 mm) above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor shall blade this excess trench backfill from the top of the trench onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. Any unsuitable material which remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the aw subbase material and the underdrain granular backfill material for the full width of the underdrain trench. 3.6 CONNECTIONS When the plans call for connections to existing or proposed pipe or structures, 40 these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. aw W&H Pacific, Inc. t Projectsl0ty of Renton130669 2003 Airport Txwy ImprlSP0W0-705.DOC Renton Municipal Airport D-705 Update: Change 13: 1/01 -� 5 Notice 13: 01102 DIVISION 2 - SITE WORK Item D-705 Pipe Underdrains for Airports (Cont.) 3.7 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. PART 4: METHOD OF MEASUREMENT +r 4.1 The length of pipe to be paid for shall be the number of linear feet of pipe underdrains in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. Backfill materials and geotextiles shall not be measured separately for payment. at PART 5: BASIS OF PAYMENT 5.1 Payment will be made at the contract unit price per linear foot for pipe underdrains of the type, class, and size designated. This price shall be full compensation for furnishing all materials and for all preparation, excavation and installation of this material for all geotextiles work for furnishing and installing all backfill materials and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item D-705-5.1 Longitudinal Edge Drains - per linear foot Item D-705-5.2 Transverse Edge Drains — per linear foot PART 6: MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic-Coated for Sewers and �wr Drains ASTM A 762 Corrugated Steel Pipe, Polymer Precoated for Sewers and + Drains ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates WBHPacific, Inc. NProjects0tyo/Renton1306692003 Airport Tx"1mpr%Specs0,705.D0C Renton Municipal Airport D-705 Update: Change 13: 1/01 6 Notice 13: 01102 wr DIVISION 2 - SITE WORK Item D-705 Pipe Underdrains for Airports (Cont.) ASTM C 144 Aggregate for Masonry Mortar .,. ASTM C 150 Portland Cement ASTM C 444 Perforated Concrete Pipe ASTM C 654 Porous Concrete Pipe o. ASTM C 700 Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM D 2321 Underground Installation of Flexible Thermoplastic Sewer Pipe ASTM D 2418 Perforated, Laminated-Wall Bituminized Fiber Pipe for Airport and Highway Drainage 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 .r Controlled Inside Diameter 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 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294 Corrugated Polyethylene Pipe, 12 to 24 Inch Diameter AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter. END OF ITEM D-705 W&H Pacific, Inc. 1AProjecWQty of Renton130669 2003 Airport Txwy 1mpr%Specs%D.705.D0C Renton Municipal Airport D-705 Update: Change 13: 1/01 •r 7 Notice 13: 01102 rr This page was left blank intentionally. ow .r DIVISION 2 - SITE WORK SECTION D-751 MANHOLES, CATCH BASINS, aw INLETS AND INSPECTION HOLES PART 1: DESCRIPTION to 1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. PART 2: MATERIALS 2.1 BRICK This section deleted. 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. 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. The catch basin structures shall be capable of withstanding a load of 250 psi. 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 (90 cm) nor more than 48 inches (120 cm). 2.5 CORRUGATED METAL �. Corrugated metal shall conform to the requirements of AASHTO M 36. ow W&H Pacific,Inc. 1:1ProjectsZity of RentonQ0669 2003 Airport Txwy Impr%Spe=0,751.DOC Renton Municipal Airport D-751 Update: Change 13: 1/01 .w 1 Notice 14: 1102 DIVISION 2 - SITE WORK Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) 2.6 FRAMES, COVERS, AND GRATES The castings shall conform to one of the following requirements: A. Gray iron castings shall meet the requirements of ASTM A 48, Class 30B and 3513. r 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 grates and frames shall conform to the requirements of ASTM A 283, Grade D. E. Ductile iron castings shall conform to the requirements of ASTM A 536. F. Austempered ductile iron castings shall conform to the requirements of ASTM A 897. 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 or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned and given two coats of approved bituminous paint. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. All frames, covers, and grates shall be capable of withstanding a load of 250 psi. 2.7 STEPS The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. +r► 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. W&H Pacific, Inc. 1:1ProjectslCdy o/Rentonl30669 2003 Airport Txwy lmprlSpeoslD-751 DOC Renton Municipal Airport D-751 Update: Change 13: 1/01 2 Notice 14: 1102 aw No DIVISION 2 - SITE WORK Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) PART 3: CONSTRUCTION METHODS 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. Im 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 which A, will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. „o 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. 3.2 BRICK STRUCTURES This section deleted. aw W&H Pacific, Inc. 1 ProjecW ty orRenton130669 2003 Airport Tmy ImprlSpecs0.751.D0C Renton Municipal Airport D-751 Update: Change 13: 1/01 wr 3 Notice 14: 1102 DIVISION 2 - SITE WORK Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) 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 placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. The catch basin structures with frame and grate shall be capable of withstanding a load of 250 psi. 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. 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 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 which are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position. 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 rrw 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. �r W&H Pacific, Inc. k:1rojectslCdy of Renton130669 2003 Airport Txwy ImprlSpecslD-751.DOC Renton Municipal Airport D-751 Update: Change 13: 1/01 4 Notice 14: 1102 1W aw DIVISION 2 - SITE WORK Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) 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. .. 3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS All castings, frames, and fittings shall be placed in the positions indicated on the "" plans or as directed by the Engineer, and shall be set true to line and 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 4W 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, 4W 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 No will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 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. W&H Pacific Inc. 1AProjectslCdy of Renton130669 2003 Airport Txwy 1mpASpecslD-751.D0C Renton Municipal Airport D-751 Update: Change 13: 1/01 w. 5 Notice 14: 1102 DIVISION 2 - SITE WORK Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm). In lieu of steps, prefabricated ladders may be installed. In the case of brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. In the case of metal structures, the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed. to 3.9 BACKFILLING A. After a structure has been completed, the area around it shall be filled so with approved material, in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited all around the structure to approximately the " ' same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. 40 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 wr 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. �r C. Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 3.10 CLEANING AND RESTORATION OF SITE After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as 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. �n �r W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy 1mpr%SpeCS0.751.DOC Renton Municipal Airport D-751 Update: Change 13: 1/01 6 Notice 14: 1102 r DIVISION 2 - SITE WORK Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) 3.11 ADJUSTING CATCH BASINS AND MANHOLES TO GRADE 4W Adjustment of catch basins and manholes to grade shall be performed per the WSDOT 2002 Standard Specifications for Road, Bridge and Municipal Construction, Section 7-05.3(1). PART 4: METHOD OF MEASUREMENT 4.1 Manholes, catch basins, inlets and solid lids, and other drainage structures shall be measured by the unit. PART 5: BASIS OF PAYMENT 5.1 The accepted quantities or adjustments of manholes, catch basins, inlets, and other drainage structures will be paid for at the contract unit price per each as stated in the Proposal, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, concrete and asphalt pavement removal, sawcutting, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures including, but not limited to frames, covers and grates, 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. Item D-751-5.1 Catch Basin Type I — per each Item D-751-5.2 Catch Basin Type 2 - 48" — per each 5.2 Catch Basin Type II —48" per each Item D-751-5.3 Adjust Catch Basin — per each Item D-751-5.4 Adjust Manhole — per each Item D-751-5.5 Solid Lid — per each PART 6: MATERIAL REQUIREMENT ow ASTM A 27 Mild to Medium-Strength Carbon-Steel Castings for General Application ASTM A 47 Malleable Iron Castings ASTM A 48 Gray Iron Castings W&H Pacific, Inc. 1AProjectsl0ty of Renton130669 2003 Airport Txwy Impr%SpeoslD-751.D0C Renton Municipal Airport D-751 Update: Change 13: 1/01 ,-, 7 Notice 14: 1102 v DIVISION 2 - SITE WORK 1 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes (Cont.) w ASTM A 123 Zinc (Hot-Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip err 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 ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement AASHTO M 36 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF SECTION D-751 rr wr rr W&H Pacific,Inc. 1AProjectslCity of Renton=669 2003 Airport Txwy 1mp6SpeCS0.751 DOC Renton Municipal Airport D-751 Update: Change 13: 1/01 8 Notice 14: 1102 r DIVISION 2 - SITE WORK SECTION T-901 SEEDING AND FERTILIZING aw PART 1: DESCRIPTION to 1.1 This item shall consist of soil preparation, seeding, and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. PART 2: MATERIALS 2.1 SEED The species and application rates of grass, legume, and cover-crop seed ow furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. ow Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for to each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of up delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: Minimum _ Minimum Rate of Seed Purity Germination Application Seed % Weight (percent) (percent) (lb./acre) Dwarf Tall 45 98 90 Fescue Dwarf 30 98 90 Perennial Rye Derby 25 98 90 Perennial Ryegrass W&H Pacific, Inc. HProjecWOty of Rentonk30669 2003 Airport Txwy Impr%SpecMT-901.D0C Renton Municipal Airport T-901 Update: Change 13: 1/01 aw 1 Notice 14: 1102 DIVISION 2 - SITE WORK Item T-901 Seeding and Fertilizing (Cont.) Total 100 120 Seeding shall be performed during the period between March 1 to May 15 and August 15 to October 1 inclusive, unless otherwise approved by the Engineer. 2.2 TACKIFIER AND CROSS-LINKER Tackifier and Cross-linker Tackifier shall consist of at least 3 different hydrocolloids, J-Tac or approved equal, and shall be applied at the rate of 60 pounds per acre. Cross-linker shall be applied at rate of 0.3% by weight of tackifier. 2.3 FERTILIZER Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. O-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: A. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; B. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or C. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 16-16-16 commercial fertilizer and shall be spread at the rate of 220 lb. per acre. 2.4 MULCH Wood cellulose fiber mulch shall be used and applied at the rate of 2000 pounds per acre. W&H Pacific,Inc. 1:1ProjectMQty of Renton130669 2003 Airport Txwy/mpASpeCS1T-901.D0C Renton Municipal Airport T-901 Update: Change 13: 1/01 2 Notice 14: 1102 err DIVISION 2 - SITE WORK Item T-901 Seeding and Fertilizing (Cont.) Water used in conjunction with this item shall be considered incidental to the work. 2.5 SOIL FOR REPAIRS The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that r.. will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. PART 3: CONSTRUCTION METHODS 3.1 ADVANCE PREPARATION AND CLEANUP After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. 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 (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. W&H Pacific, Inc. k ProjectslClty of Renton130669 2003 Airport Txwy ImprlSpecslT.901.DOC Renton Municipal Aifport T-901 Update: Change 13: 1/01 .r 3 Notice 14: 1102 ilfY DIVISION 2 - SITE WORK Item T-901 Seeding and Fertilizing (Cont.) 3.2 DRY APPLICATION METHOD This section deleted. „ 3.3 WET APPLICATION METHOD A. General. Seed mulch and fertilizer shall be applied by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. B. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close-range ribbon nozzle, one a medium-range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. W&H Pacific, Inc. OProlectslCity o/Renton130669 2003 Airport Txwy imprlspecs%T•901.D0C Renton Municipal Airport T-901 Update: Change 13: 1/01 4 Notice 14: 1102 rrr DIVISION 2 - SITE WORK Item T-901 Seeding and Fertilizing (Cont.) In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. C. Mixtures. Seed, mulch and fertilizer shall be mixed together in the ,., relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. D. Sprayinci. Mixtures of seed, mulch and fertilizer shall only be sprayed upon previously prepared seedbeds. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in .r. such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. 3.4 MAINTENANCE OF SEEDED AREAS The Contractor shall protect seeded areas against traffic or other use by warning W&H Pacific, Inc. 1:VRmjeds1C#y of Renton130669 2003 Airport Txwy 1mprlSpecs1T-901.D0C Renton Municipal Airport T-901 Update: Change 13: 1/01 �,,, 5 Notice 14: 1102 do DIVISION 2 - SITE WORK Item T-901 Seeding and Fertilizing (Cont.) In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. C. Mixtures. Seed, mulch and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds r (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall err identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. D. Spraying. Mixtures of seed, mulch and fertilizer shall only be sprayed upon previously prepared seedbeds. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. 3.4 MAINTENANCE OF SEEDED AREAS The Contractor shall protect seeded areas against traffic or other use by warning W&H Pacific, Inc. 1:1ProjectslCity o/Renton130669 2003 Airport Txwy lmprlSpecslT-901.DOC Renton Municipal Airport T-901 Update: Change 13: 1/01 5 Notice 14: 1102 �l DIVISION 3 - CONCRETE SECTION P-610 STRUCTURAL PORTLAND CEMENT CONCRETE PART 1: DESCRIPTION 1.1 This item shall consist of structural portland cement concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. PART 2: MATERIALS +.. 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. 2.2 COARSE AGGREGATE The coarse aggregate for concrete shall meet the requirements of ASTM C 33. 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. 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: WBHPacific,Inc. 1A ProjectslCity o/Renton1306692003A#MriTxwy1mprlSpecslP-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 rr 1 Notice 14: 1102 DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation Percentage by Weight Passing Sieves (square openings) 2" 1Y211 1" 3/4" 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 1Y2 in. 100 95-10 35-70 10-30 0-5 TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation Percentage by Weight Passing Sieves (square openings) 3/8 inch 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% 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. 2.4 CEMENT Cement shall conform to the requirements of ASTM C 150 Type I. 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. Ni ii W&H Pacific, Inc. NProjectsl0ty o/Renton130669 2003 Airport Txwy Impr%SpecslP-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 2 Notice 14: 1102 rr DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) 2.5 WATER The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 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 fly ash or raw or calcined natural pozzolans meeting the requirements of ASTM C 618. 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. 0 2.7 PREMOLDED JOINT MATERIAL Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 or 1752. 2.8 JOINT FILLER r The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. ow 2.9 STEEL REINFORCEMENT +� This section deleted. i.. W&H Pacific, Inc. OProjectsl0ty of Rentonl30669 2003 Airport Txwy tmprlSPecSV%610 D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 ' 3 Notice 14: 1102 DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) 2.10 COVER MATERIALS FOR CURING Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete, ASTM C 171 Polyethylene Sheeting for Curing Concrete, ASTM C 171 r Liquid Membrane-Forming Compounds for Curing Concrete, ASTM C309, Type 2 PART 3: CONSTRUCTION METHODS 3.1 GENERAL The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, " which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 3.2 CONCRETE COMPOSITION The concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143. The Portland cement concrete shall also conform to the requirements of ASTM C 94. Air entrainment of 4 to 6 percent shall be added to all concrete. 3.3 ACCEPTANCE SAMPLING AND TESTING .r Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in it accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. as Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. W&H Pacific, Inc. 1:1ProiectslCity of Renton130669 2003 Airport Tinny ImprlSpecslP-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 4 Notice 14: 1102 DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) 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. 3.5 CONSISTENCY The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 3.6 MIXING Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. 3.7 MIXING CONDITIONS The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 F (4 C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 (10 C) nor more than 100 F (38 C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. ,. 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 ow W&H Pacific, Inc. 1:Prqjects%C#y o/Rentont306692003AimoitTxwy1mpASpecslP-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 to 5 Notice 14: 1102 DIVISION 3 - CONCRETE aw Item P-610 Structural Portland Cement Concrete (Cont.) 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 nonstaining 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. 3.9 PLACING REINFORCEMENT All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 3.10 EMBEDDED ITEMS Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. +r 3.11 PLACING CONCRETE All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing W&H Pacific,Inc. k ProjedslCity of Renton130669 2003 Airport Txwy ImpMpeeslP-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 6 Notice 14: 1102 .rr DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) concrete when necessary. Dropping the concrete a distance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators ,�. shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction r. 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. 3.12 CONSTRUCTION JOINTS ow 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 which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. do 3.13 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. 3.14 DEFECTIVE WORK Any defective work disclosed 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 W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy Imp6SpecS1P-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 r 7 Notice 14: 1102 DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 3.15 SURFACE FINISH All exposed concrete surfaces shall be true, smooth, free from open or rough 0 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. 4" 3.16 CURING AND PROTECTION at 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. 3.17 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. W&H Pacific, Inc. NProjectslCity of Rentonl30669 2003 Airport Txwy ImPASpecs%P-610.00C Renton Municipal Airport P-610 Update: Change 13: 1/01 8 Notice 14: 1102 rrr DIVISION 3 - CONCRETE .� Item P-610 Structural Portland Cement Concrete (Cont.) 3.18 COLD WEATHER PROTECTION When concrete is placed at temperatures below 40 F (4 C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the ,,. concrete at temperatures between 50 and 100 F (10 and 38 C). Calcium chloride may be incorporated in the mixing water when directed by the .. Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such aw as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50 F (10 C) until at least 60% of the designed strength has been attained. 3.19 FILLING JOINTS All joints which 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. PART 4: METHOD OF MEASUREMENT 4.1 No separate measurement will be made for this item. PART 5: BASIS OF PAYMENT 5.1 The Portland Cement Concrete pavement used in accordance with these plans and specifications will be considered incidental to applicable bid items and no separate payment will be made. PART 6: TESTING REQUIREMENTS ow ASTM C 31 Making and Curing Test Specimens in the Field ®„ ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate wr ASTM C 143 Slump of Portland Cement Concrete ow W&H Pacific, inc. I:IProjectskQty of Renton130669 2003 Airport Tx.y fmprlspecMP-610.D0C Renton Municipal Airport P-610 Update: Change 13: 1/01 err 9 Notice 14: 1102 DIVISION 3 - CONCRETE Item P-610 Structural Portland Cement Concrete (Cont.) ASTM C 172 Sampling Freshly Mixed Concrete rr ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method �rw AASHTO T-26 Quality of Water to Be Used in Concrete PART 7: MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ++ ASTM A 185 Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 704 Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement 0 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 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 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concretes ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction W&H Pacific,Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy Impr%SpecSIP-610.DOC Renton Municipal Airport P-610 Update: Change 13: 1/01 10 Notice 14: 1102 ON DIVISION 3 - CONCRETE ,up Item P-610 Structural Portland Cement Concrete (Cont.) ow ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction END OF SECTION P-610 ow 00 W&H Pacific, Inc. 1:ProjectslCity of Renton130669 2003 Airport Txwy lmprlSpecalP-610.DOC Renton Municipal Airport P-610 Update: Change 13: 1/01 far 11 Notice 14: 1102 iirll r rri wr Ili This page was left blank intentionally. DIVISION 16 - ELECTRICAL SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS PART 1: GENERAL 1.1 RELATED WORK SPECIFIED ELSEWHERE Work related to this section is described in: A. Section 16200 — Installation of REILs B. Section 16511 - Constant Current Regulators C. Section 16560 —Airfield Lighting D. Section 16970 —Taxiway and Runway Signs E. Section L-108 - Underground Electrical Cable "" F. Section L-110 - Installation of Underground Electrical Duct 1.2 APPLICABLE CODES ON All work and installation of materials and equipment shall be performed in full accordance with the latest applicable rules, regulations, requirements and No specifications, including the following: Federal Aviation Administration to State and local codes Applicable National Fire Protection Association Publications, including the National Electrical Code AW Applicable Federal Laws, including OSHA regulations State Fire Marshall am Underwriters Laboratory Serving Electrical Utility requirements Whenever the requirements of the specifications and plans exceed the above items, the requirements of the specifications and plans shall govern. 1.3 EXISTING CONDITIONS Prior to submitting a bid, visit the project site, ascertain conditions affecting the .. proposed work and make allowance to the cost thereof. (The location of all utilities indicated on the plans is taken from existing records. The exact location and elevation of all utilities must be determined. Ascertain whether any .. additional facilities, other than those shown on the plans may be present.) a. am W&H Pacific, Inc. I:IProjectsl0ty of Rentonk30669 2003 Airport Txwy ImpASpecs116010.D0C Renton Municipal Airport 16010 Update: Change 13: 1/01 Mr 1 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section 16010 Electrical General Requirements (Cont.) 1.4 MAINTAINING SERVICE Maintain continuity of electric service to all functioning portions of buildings and other electric loads during hours they are normally in use. Temporary outages will be permitted during cutover work at such times and places as can be prearranged with the Engineer and Owner. Keep outages to a minimum number and minimum length of time. Make no outages without prior approval from the Engineer. Include all costs for temporary wiring and required overtime work in the contract price. Removal of all temporary wiring at the completion of the work. ► END SECTION 16010 wr rir .r W&H Pacific, Inc. I:IProjectslcity of RentonU0669 2003 Airport Txwy ImpASpecs116010.DOc Renton Municipal Airport 16010 Update: Change 13: 1/01 2 Notice 14: 1102 r DIVISION 16 - ELECTRICAL SECTION 16200 INSTALLATION OF REILS aw PART 1: GENERAL go 1.1 GENERAL This section includes the relocation of Runway End Identifier Lighting System 00 (REILs) FAA Advisory Circular (AC) 150/5345-51 and as shown on the drawings. Relocation of the existing REILs shall include new foundations, new base cans, up extensions of conduit and conductors, and remounting the existing REILs on new foundations. +� PART 2: PRODUCTS 2.1 CONCRETE Concrete for base foundations shall conform to the requirements of Section P-610 Structural Portland Cement Concrete. 2.2 CABLE Electrical cable shall conform to the requirements of Section L-108 Installation of Underground Electrical Cable for Airports. 2.3 CONDUIT .. Conduit shall conform to the requirements of Section L-110 Installation of Airport Underground Electrical Duct. 2.4 LIGHT BASES A. Light bases shall be FAA approved L-867 base cans and related supplies meeting the requirements of FAA AC 150/5345-42B (or latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." B. Class I, steel; Size B, 12-inch diameter, 24-inch deep with 1/2 inch diameter drain hole in the bottom. Conduit connections shall be the screw type with `. coupling for 2-inch schedule 40 PVC conduit. C. Base cans with two 2-inch conduit connections shall have those connection •• points 180 degrees apart (for straight runs). Base cans with three 2-inch .. W&H Pacific, Inc. MProjecWQty of Renton130669 2003 Airport Txwy lmpASpecs116200.DOC Renton Municipal Airport 16200 Update: Change 13: 1/01 *W 1 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section 16200 Installation of REILS (Cont.) conduit connections shall have those connection points 90-90-180 degrees apart. PART 3: EXECUTION 3.1 GENERAL See section 16010 for related work specified elsewhere. 3.2 INSTALLATION OF REILs Assemble the light units to frangible vertical support following the manufacturer's instructions. 3.3 LEVELING OF REILs After each REIL unit has been installed in place, it shall be vertically adjusted according to the manufacture's recommendations. 3.4 REILs OPERATIONAL TEST General - The contractor shall provide the necessary labor, materials and equipment to perform an operational test of the REILs installation. Requirements - Operational test shall not begin until the Engineer approves the cable test results. The contractor shall read and thoroughly familiarize himself with the manufacturer's REIL instruction book before proceeding. Operational Test- With the approval of the Engineer, an operational test consisting of a series of cycles or operations shall be made to demonstrate to the Engineer that the system is complete and performs according to the manufacturer's REIL instruction book. Each REIL shall be operated for two (2) continuous hours at the top brightness and one (1) continuous hour for each lower brightness. Test Results - The contractor shall submit two copies of all voltage measurements to the Engineer. PART 4: MEASUREMENT AND PAYMENT Relocate Runway End Identifier Lights will be paid for at the contract lump sum price as stated in the Proposal for relocating the existing REILs as shown in the W&H Pacific, Inc. 1:1ProyectslQty of Renton130669 2003 Airport Txwy Impr1SpecS116200.DOC Renton Municipal Airport 16200 Update: Change 13: 1/01 2 Notice 14: 1102 aw DIVISION 16 - ELECTRICAL Section 16200 Installation of REILS (Cont.) Aw plans. Said price and payment shall be full compensation for all site preparation, materials, labor, equipment, tools and incidentals necessary to complete the item. END OF SECTION 16200 ow aw �r+ aw aw 4w No om W&H Pacific,Inc. 1AProjects1Qt orRenton130669 2003 Airport Txwy tmprlSpecs116200 DOC Renton Municipal Airport 16200 Update: Change 13: 1/01 err 3 Notice 14: 1102 This page was left blank intentionally. No fm DIVISION 16 - ELECTRICAL SECTION 16511 CONSTANT CURRENT REGULATORS ow PART 1: GENERAL ..,, 1.1 SCOPE This section covers the work necessary for the installation of new air cooled constant current regulator for the taxiway lighting circuit. The equipment shall be installed as shown in the accompanying plans and in accordance with these specifications and the directions of the Owner's Representative. dw 1.2 DEPARTURES FROM PLANS AND SPECIFICATIONS Any proposed departures from these plans and specifications shall be requested in writing to the Engineer for acceptance. The request shall be made as soon as practicable and within 5 days after contract award, stating the reasons for the .. proposed departures. Make no such departures without the prior acceptance of the Engineer. 1.3 COORDINATION The work shall be coordinated with the Owner and work of other trades to avoid conflicts, errors and delays. Refer to all of the plans, specifications and shop drawings of the other trades for additional details which could affect the work covered under this section. Cutting of structural members will not be permitted except as noted on the plans or approved by the Engineer. In the event of any conflicts, the Engineer shall be consulted and his decision shall govern. Necessary changes shall be made at no cost to the Owner. 1.4 MATERIALS AND WORKMANSHIP Materials and equipment shall be new and shall be installed in a workmanlike manner, in accordance with the manufacturer's recommendations and with respect to applicable codes and regulations. All incidental items not specifically shown or specified shall be furnished to provide the complete systems as described herein. Measurements and dimensions shall be verified at the building site. Variations apparently necessary due to existing conditions shall be made only upon the approval of the Engineer. Where trenching is done through existing paving, walks, curbs, etc., responsibility for patching and repair to the original conditions rests with the electrical contractor. W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy 1mpASpecs116511.DOC Renton Municipal Airport 16511 Update: Change 13: 1/01 1 Notice 14: 1102 1 DIVISION 16 - ELECTRICAL Section 16511 Constant Current Regulators (Cont.) PART 2: PROJECTS 2.1 REGULATOR Shall be an L-828 (AC 150/5345-10E) constant current 15 KW, 240 V, 6.6 Amp regulators from a manufacturer listed in AC 150/5345-53B "Approved Airport +► Equipment." PART 3: EXECUTION 3.1 GENERAL Obtain all permits and pay all fees required by any government agency having jurisdiction over the work. Arrange all inspections required by those agencies. Arrange for obtaining a temporary electric power service. Pay all costs for electric power used during construction. Remove all temporary wiring at completion of the work. Down time shall be a minimum of one day unless this provision is waived by the Owner. 3.2 SECURING HARDWARE Check all nuts, bolts and other hardware to determine if the components are secure and of correct size, type and finish. 3.3 INSTALLATION Check the system installation to determine conformance with environmental requirements. Check equipment to insure it meets applicable sections of AC 150/5354-10E. Check all equipment to determine that it has been assembled and placed in accordance with the manufacturer's instructions. 3.04 TESTING The Contractor shall test and demonstrate to the satisfactions of the Owner's Representative the following: +rr A. That all circuits are properly connected. B. That all circuits are operable. Tests shall be conducted that include operating each control not less than ten times and the continuous operation ` of each lighting and power circuit. W&H Pacific, Inc. I:IProiecWQty of Renton130669 2003 Airport TxwyjmprASPeCS116511.D0C Renton Municipal Airport 16511 Update: Change 13: 1/01 2 Notice 14: 1102 on to DIVISION 16 - ELECTRICAL Section 16511 Constant Current Regulators (Cont.) PART 4: MEASUREMENT AND PAYMENT 4.1 MEASUREMENT AND PAYMENT Payment shall be made at the contract lump sum price for Constant Current .r Regulators as stated in the Proposal. This price shall be full compensation for removal of the existing regulator and for furnishing all materials, labor, equipment, tools, restoration, miscellaneous wiring and other incidentals necessary to install 4W the regulator complete. 4W END OF SECTION 16511 w. W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecs116511 DOC Renton Municipal Airport 16511 Update: Change 13: 1/01 +r 3 Notice 14: 1102 Sri w wrY This page was left blank intentionally. 40 err DIVISION 16 - ELECTRICAL SECTION 16560 AIRFIELD LIGHTING PART 1: GENERAL ,., 1.1 This item includes the installation of lighting fixtures, lamps, transformers, base cans, connectors and related items in accordance with FAA Advisory Circular (AC) 150\5345-46A and the modifications set forth in the contract documents for .,� this project. Care shall be exercised throughout this work, including all excavations and .w diggings required for any part of this contract, to avoid damage to any existing cables, lighting units or underground facilities. The Contractor shall be responsible for the proper repair or replacement of any existing facilities go damaged by his work with restoration to be made as directed by the Engineer without added cost to the contract. The Engineer will make available any existing records of the existing installations to aid the Contractor, but this No information shall not relieve the Contractor of his responsibility for protecting the existing facilities. Damaged cables may not be spliced but shall be replaced in full lengths between existing terminations. .r PART 2: PRODUCTS ift 2.1 GENERAL All materials and workmanship shall meet the National Electrical Code, state and local codes and serving electric utility company requirements and comply with FAA advisory circulars as indicated in these specifications. 2.2 CONDUIT A. Conduit indicated for direct earth burial shall be PVC Schedule 40. Couplings, adapters, and other fittings shall be compatible with the duct installed. B. Indoor conduit shall be threaded rigid galvanized steel (RGS) as noted on the drawings bearing the UL label on each section. Couplings, adapters and other fittings shall be compatible with the duct installed. 2.3 CABLE AND CONNECTORS .i All cable and connectors shall be as specified in section L-108 "Installation of Underground Cable for Airports." W&H Pacific, Inc. I IPrcjecWCdy of Renton130669 2003 Airport Txwy ImpASpees116560.DOC Renton Municipal Airport 16560 Update: Change 13: 1/01 1 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section 16560 Airfield Lighting (Cont.) �r 2.4 BASE CANS A. All light bases shall be FAA approved L-868 (for in-pavement lights) or L- t,,,,, 867 (for signs and elevated lights) base cans and related supplies meeting the requirements of FAA AC 150/5345-42 (latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." B. Class 1, steel; Size B, 12-inch diameter, 24-inches deep with 1/2-inch rww diameter drain hole in the bottom. Conduit connections shall be the screw type with coupling for 2-inch Schedule 40 PVC conduit. C. Base cans with two 2-inch 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. 2.6 ISOLATING TRANSFORMERS " A. Isolating 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." 2.7 LIGHT FIXTURES A. Taxiway edge lights shall be L-861T meeting the requirements of FAA AC 150/5345-46 (latest edition) "Specification for Runway and Taxiway Light Fixtures." Lights shall be base can mounted, 30 watt, 6.6 amp lamp units and shall be 14 inches high. Each light shall be furnished complete with omni directional blue lens, lamp, socket, wiring, L-823 connector, support structure, frangible coupling, L-867 base can, base plate, and gasket. All runway edge lights shall be of the same manufacturer. B. Elevated runway edge lights shall be L-861 meeting the requirements of FAA A/C 150/5345-46 (latest edition) "Specification for Runway and Taxiway Light Fixtures." Lights shall be base can mounted, 45 watt, 6.6 amp lamp units and shall be 14 inches high. Each light shall be furnished complete with clear lens, lamp, socket, wiring, L-823 connector, support structure, frangible wr coupling, L-867 base can, base plate, and gasket. All runway edge lights shall be of the same manufacturer. wr WBH Pacific, Inc. 1:1Projects10ty o1 Renton130669 2003 Airport Txwy Impr%Specs116560.DOC Renton Municipal Airport 16560 Update: Change 13: 1/01 2 Notice 14: 1102 to wr DIVISION 16 - ELECTRICAL r. Section 16560 Airfield Lighting (Cont.) C. Threshold lights shall be same as L-861 runway edge lights except that the lens supplied shall be as indicated on the drawings. D. In-pavement Runway Edge lights shall be L-850C meeting the requirements of FAA A/C 150/5345-46 (latest edition) "Specification for Runway and ,. Taxiway Light Fixtures." Lights shall be base can mounted, (2) 120 watt, 6.6 amp lamp units. Each light shall be furnished complete with lenses as indicated on the Plans, lamps, sockets, wiring, L-823 connector, support aw structure, L-868 base can and gasket. All runway edge lights shall be of the same manufacturer. 2.8 MISCELLANEOUS MATERIALS Miscellaneous material shall be suitable for the purpose intended, and shall be �. approved prior to use. PART 3: EXECUTION ow 3.1 GENERAL No See section 16100 for related work specified elsewhere. ow 3.2 TRENCHING AND DUCT PLACEMENT All trenching, duct placement and backfilling shall be conducted in accordance with section L-110 "Installation of Airport Underground Electrical Duct." 3.3 BASE CAN INSTALLATION A. Details for the installation of base cans are shown on the drawings. dw B. Excavate a hole only as large as necessary to install the base can with a minimum of backfill material. No 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 aw shall not cover exposed duct ends unless sealed. D. PVC ducts 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. W&H Pacific, Inc. IlProjectslCdy of Renton130669 2003 Airport Txwy Impr%Specs116560.DOC Renton Municipal Airport 16560 Update: Change 13: 1/01 ,,,,, 3 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section 16560 Airfield Lighting (Cont.) +r E. Backfill to the level shown on the drawings with concrete conforming to the requirements of Section P-610. A drain hole shall be constructed to ensure proper drainage. Supports shall be placed under the can during „ leveling to assure that undo strain is not created at the connections during backfilling. + F. 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. 3.4 TESTING A. All circuits affected by this contract shall be tested by the Contractor in the Engineer's presence. B. The start-up procedure as defined by the manufacturer of the constant current regulator shall be followed explicitly. C. All circuits shall be tested to assure freedoms from grounds. �lr D. Demonstrate operation of the taxiway lighting system to the satisfaction of the Engineer. E. Record the load on each circuit at the panel board, as well as total load with all circuits operating. w 3.5 GROUND INSTALLATION Specified counterpoise ground wires shall be installed as indicated on the drawings and these specifications. w 3.6 MAINTENANCE The Contractor shall be responsible for all maintenance including lamp oNr replacement until final acceptance. W&H Pacific, Inc. 1A ProjectslCityofRenton1306692003 Airport TxwyImpr%SpecsW6560.DOC Renton Municipal Airport 16560 Update: Change 13: 1/01 4 Notice 14: 1102 err DIVISION 16 - ELECTRICAL Section 16560 Airfield Lighting (Cont.) PART 4: MEASUREMENT AND PAYMENT • 4.1 MEASUREMENT A. Taxiway Edge Lights will be measured by the unit for each light including .. base can, trenching, conduit, wire, backfill, isolation transformer, connection kits, and incidentals necessary to provide a complete and operational light unit in accordance with these specifications and as indicated on the drawings. B. Elevated Runway Edge/Threshold Lights will be measured by the unit for each light including base can, trenching, conduit, wire, backfill, isolation transformer, connection kits, and incidentals necessary to provide a complete and operational light unit in accordance with these specifications and as indicated on the drawings. C. In-Pavement Runway Edge Lights will be measured by the unit for each light including base can, trenching, conduit, wire, backfill, isolation transformer, connection kits, and incidentals necessary to provide a complete and operational light unit in accordance with these specifications and as indicated on the drawings. 4.2 PAYMENT 40 Payment will be made at the contract unit price per unit installed as per these specifications and indicated on the drawings. Payment shall be full compensation for all labor, equipment, materials, excavation, backfilling and connections. END OF SECTION 16560 ow W&H Pacific, Inc. I:IProjecWCdy of Renton130669 2003 Airport Txwy imprlSpeCS06560.DOC Renton Municipal Airport 16560 Update: Change 13: 1/01 rr 5 Notice 14: 1102 Mr wil rw This page was left blank intentionally. 4r 40 DIVISION 16 - ELECTRICAL SECTION 16970 TAXIWAY AND RUNWAY SIGNS .r PART 1: GENERAL 1.1 WORK INCLUDED A. Furnish and install new runway and taxiway signs according to the contract drawings. B. Relocation and/or modification of existing signs. 1.2 RELATED WORK See Section 16100 - Electrical General Requirements, for related work specified elsewhere. 1.3 QUALITY ASSURANCE A. All signs shall be the end product of one manufacturer and one supplier. B. Codes and standards: Comply with the following codes, standards, and specifications for manufacturing and testing, except where more stringent requirements are shown or specified: 1. FAA- Federal Aviation Administration a) AC 150/5345-53B Approved Airport Equipment b) AC 150/5345-44F Specification for Taxiway and Runway Signs 2. NEC - National Electrical Code D. The sign manufacturer shall provide a five (5) year warranty for all electronic components, circuit boards and electrical devices in the sign, excluding lamps. This warranty shall include the replacement parts and delivery of them to the Airport at no cost to the Sponsor. E. Paint on the sign shall not peel. w 1.4 SUBMITTALS 00 A. Submit product data in accordance with section 01340. The Contractor shall submit test reports, certified by a Registered Professional Engineer, 40 stating the electrical characteristics of each sign. The reports shall provide total volt- .. W&H Pacific, Inc. k ProjectslCity of Renton130669 2003 Airport Txwy 1mpr%Specs116970.D0C Renton Municipal Airport 16970 Update: Change 13: 1/01 "W 1 Notice 14: 1102 w DIVISION 16 - ELECTRICAL , Section 16970 Taxiway and Runway Signs (Cont.) amperes, watts, power factor, lamp current and voltage for each brightness step (example: style 2, 4.8, 5.5, 6.6 amperes; style 5, 5.5 amperes). PART 2: PRODUCTS 2.1 MATERIALS A. All lighted signs shall of the size, type, style and class as indicated below and on the contract plans. Each sign shall also be: 1. Lighted using 45-Watt quartz lamps. 2. Double sided as indicated, or with one unused face. The unused face shall be non-transparent, un-reflective black. 3. Manufactured by one of the manufacturers listed in AC 150/5345-53B. 4. Signs shall have sections or panels that are removable for relamping and to allow for cleaning the complete interior of the sign. The removable portion shall completely separate from the remainder of the sign. All sign lamps shall be incandescent design and the same type. Approved lamps shall be manufactured by at least two sources and shall be readily available from commercial electrical supply dealers. «r 2.2 LIGHTED HOLDING POSITION SIGNS A. New lighted holding position signs are indicated on the contract drawings as Hold Signs (HOLD). All signs shall be L-858 R: 1. Size 2 as indicated on the drawings 2. Style 2 3. Class 1 4. Mode 2 5. White legend on red retroreflective background wr 2.3 LIGHTED TAXIWAY LOCATION SIGNS A. New lighted taxiway location signs are indicated on the contract drawings as Taxiway Location Signs (LOC). All signs shall be L-858 L: 1. Size 2 as indicated on the drawings �r 2. Style 2 W&H Pacific, Inc. NProjectslCity of Renton130669 2003 Airport Txwy ImpriSpecs116970.D0C Renton Municipal Airport 16970 Update: Change 13: 1/01 2 Notice 14: 1102 Hi r 4W DIVISION 16 - ELECTRICAL Section 16970 Taxiway and Runway Signs (Cont.) 3. Class 1 4. Mode 2 �.. 5. Yellow legend on black background 2.4 LIGHTED TAXIWAY DIRECTION SIGNS, RUNWAY EXIT SIGNS, AND DESTINATION SIGNS A. New lighted taxiway direction signs, runway exit signs, and destination signs are indicated on the contract drawings as Taxiway Direction Signs (TWD), Exit Signs (EXIT), or Destination Signs (DES). All signs shall be L-858 Y: 1. Size 2 as indicated on the drawings 2. Style 2 3. Class 1 4. Mode 2 5. Black legend on yellow retroreflective background 2.6 CONSTRUCTION A. 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. A concrete erosion pad, the size and dimensions of which are shown on the contract drawings, shall be constructed around each new and modified sign. The concrete shall conform to Section P-610. B. Frangible couplings shall break along the designed line without sharp edges or protruding points. Floor flanges shall not break and anchor bolts shall not pull out before failure of the frangible coupling. The top of the signs shall not wobble or move more than one (1) percent of the overall height when pushed by hand. C. Wiring shall be secured and protected from rubbing and chaffing. D. If lamp current or voltage adjustments are to be made, access shall be provided so one person can do the work without kneeling or lying down. Screw type adjustments shall include guides and barriers to prevent contact with any live components. E. 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. W&H Pacific,Inc. 1:ProiecW0ty of Rentonk30669 2003 Airport Txwy Impr%Specs116970.DOC Renton Municipal Airport 16970 Update: Change 13: 1/01 3 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section 16970 Taxiway and Runway Signs (Cont.) PART 3: EXECUTION 3.1 INSTALLATION ,w A. The signs shall be installed according to manufacturers specifications and in the locations indicated on the drawings. wr 3.2 CONNECTIONS A. All signs shall be equipped with new cable in direct buried conduit, L-867 base can with isolation transformers and L-823 splices. The connections shall be made as shown on the contract drawings. PART 4: MEASUREMENT AND PAYMENT + 4.1 MEASUREMENT A Lighted Signs - Size 2: New lighted signs will be measured by the unit for each new sign including sign foundation and excavation, base can, isolating transformer, sign frame and face plate, erosion pad, and connections necessary to provide a complete and operational sign in accordance with these specifications and as indicated on the drawings. 4.2 PAYMENT Payment will be made at the contract unit price per each unit installed as per these specifications and as indicated on the drawings. Payment shall be full compensation for all materials, excavation, backfilling, and connections. END OF SECTION 16970 W&H Pacific, Inc. 19ProjectMCity o/Renton130669 2003 Airport Txwy ImpASpecs116970.D0C Renton Municipal Airport 16970 Update: Change 13: 1/01 4 Notice 14: 1102 r DIVISION 16 - ELECTRICAL SECTION L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS PART 1: DESCRIPTION 1. 1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing, cable marking, and testing of the installation 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 the duct or conduit. PART 2: EQUIPMENT AND MATERIALS 2.1 GENERAL A. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/0345-53B, Approved Airport Equipment. B. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. 2.2 CABLE .W Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. Lighting cable for runway and taxiway lighting circuits shall be Type B, #6 AWG, 5kV. ill Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J-C-30, Type TW, 600 volt, may be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. W&H Pacific,Inc. dProjectslCdy of Renton130669 2003 krpotl Txwy 1mpr%SpecsV.-106.DOC Renton Municipal Airport L-108 Update: Change 13: 1/01 1 Notice 14: 1102 so DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) 2.3 BARE COPPER WIRE (COUNTERPOISE) Bare copper wire for counter-poise installations shall be stranded wire conforming to ASTM Specifications B 3 and B 8. 2.4 CABLE CONNECTIONS crr< In-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. A. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82-A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. B. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes shall be used. C. 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 approved for field attachment to single conductor cable. D. The Factory-Molded Plug-in Splice. Specification for L-823 Connectors, Factory-Molded to Individual Conductors, are approved. E. The Taped Splice. Taped splices employing field-applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape should meet the requirements of Mil. Spec. MIL-1-3825 and the err plastic tape should comply with Mil. Spec. MIL-1-7798 or Fed. Spec. HH-1- 595. 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. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type Connector, or equal, or by a method approved by the Engineer. W&H Pacific, Inc. I:IProjectslQty of Renton130669 2003 Airport Txwy Impr%SpecsV_-108 DOC Renton Municipal Airport L-108 Update: Change 13: 1/01 2 Notice 14: 1102 1 aw DIVISION 16 - ELECTRICAL low Section L-108 Underground Electrical Cable (Cont.) a& PART 3: CONSTRUCTION METHODS ,., 3.1 GENERAL The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. aw Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable Aw in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. O. 3.2 INSTALLATION IN DUCT OR CONDUIT This item includes the installation of the cable in duct 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 having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall dw make sure that the duct is open, continuous, and clear of debris before installing cable. 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 do covering. The ends of all cables shall be sealed with moisture-seal tape 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 duct under the same contract, 40 all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed ow by recommended standard practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. aw W&H Pacific, Inc. I IPro/ectslQty of Renton130669 2003 Airport Txwy 1mpr%SpeeslL-108.D0C Renton Municipal Airport L-108 Update: Change 13: 1/01 go 3 Notice 14: 1102 r DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) 3.3 TRENCHING Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum .r depth of 18 inches (45 cm) below finished grade, except as follows: A. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm) unless otherwise specified. B. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless otherwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6 mm) sieve. The Contractor shall ` ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 3.4 INSTALLATION IN TRENCHES The Contractor shall not use a cable plow for installing the cable. Mechanical cable-laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. W&H Pacific, Inc. bProjectslC ty of RentonQ0669 2003 Airport Txwy 1mpASpeoslL-108.DOC Renton Municipal Airport L-108 Update: Change 13: 1/01 4 Notice 14: 1102 1 dw to, DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches (75 mm) apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3-inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. •. Not less than 1 foot (30 cm) of cable slack shall be left on each side of all connections, insulating transformers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the aw trench in a series of S curves. Additional slack cable shall be left in runway light bases, handholes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 3.5 BACKFILLING After the cable has been installed, the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6 m) sieve. This layer shall not be compacted. the second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a 1- '"` inch (25.0 mm) sieve. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill .� shall not exceed 8 inches (200 mm) in maximum depth, loose measurement. A The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during aw backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the aw 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. ow W&H Pacific, Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImpASpecsV--106.D0C Renton Municipal Airport L-108 Update: Change 13: 1/01 5 Notice 14: 1102 err DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) ,r 3.6 RESTORATION Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, ,,, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 3.7 SPLICING Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: A. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. r B. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instructions and to the satisfaction of the Engineer. C. 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'/z inches (37 mm) on each side of the joint. D. 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'/2 inches (37 mm) on each side of the joint. E. Taped Splices. A taped splice shall be made in the following manner: W&H Pacific, Inc. k ProjecWCdy o/RentonO0669 2003 Airport Txwy 1mprlSpecsV_.108.D0C Renton Municipal Airport L-108 Update: Change 13: 1/01 6 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) 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. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. .. Care must be taken to avoid nicking or injuring the conductor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall aw 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'/2 times cable diameter over the body of the splice with ends 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. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch (9 mm) over connector. Next wrap one-half lapped layer of semi-conducting tape (Scotch No. 13 Semi-Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. W&H Pacific, Inc. 1:1ProjectslCity of Renton130669 2003 Airport Txwy Impr%SpecsU_-108.D0C Renton Municipal Airport L-108 Update: Change 13: 1/01 ,,, 7 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capacity of the metallic shield, should have the individual strands wrapped around the „ metallic shield at both ends of the splice. These strands should be tack soldered to the shield in several places. The cable sheath should be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. The above described is for a straight-through splice with continuity of wr+ shielding. 3.8 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION A stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches (100 mm) from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper-clad ground rods installed not more than 1,000 feet (300 m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in 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. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 3.9 TESTING The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and wr; demonstrate to the satisfaction of the Engineer the following: A. That all lighting power and control circuits are continuous and free from short circuits. B. That all circuits are free from unspecified grounds. W&H Pacific, Inc. HProjectsk0ty of Rentonk30669 2003 Airport Txwy/mpr%SpecsV_-108.DOC Renton Municipal Airport L-108 Update: Change 13: 1/01 8 Notice 14: 1102 tM DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) C. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 megohms. D. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. E. That all circuits are properly connected in accordance with applicable wiring diagrams. F. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous AW operation of each lighting and power circuit for not less than 1/2 hour. PART 4: METHOD OF MEASUREMENT AND PAYMENT 4.1 Trenching, cable, bare counterpoise wire, and conduit, shall be measured by the linear foot of trench between the light and sign units, including the excavation, backfill and reconditioning, completed, measured as excavated, ready for operation, and accepted as satisfactory. PART 5: METHOD OF MEASUREMENT AND PAYMENT 5.1 Payment will be made at the contract unit price for trenching, cable, bare counterpoise wire, and conduit installed by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials, including, but not limited to lengths of wire and cable beyond the dimensions noted in "Method of Measurement", and for all preparation and installation of these materials, and for all labor, equipment, tools and incidentals necessary to 9W complete this item. Payment will be made under: wr Item L-108-5.1 Trenching, Cable and Conduit— per linear foot PART 6: MATERIAL REQUIREMENTS 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 wr Connectors .. W&H Pacific, Inc. HProjectslCdy of Renton00669 2003 Airport Txwy rmpr%SpecSV--f06.D0C Renton Municipal Airport L-108 Update: Change 13: 1/01 aw 9 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-108 Underground Electrical Cable (Cont.) Fed. Spec. J-C-30 Cable and Wire, Electrical Power, Fixed Installation HH-1-595 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic, for Low-Temperature Application ASTM B 3 Soft or Annealed Copper Wire 16 ASTM B 8 Concentric-Lay-Stranded Cooper Conductor, Hard, Medium-Hard, or Soft +0 MILI-3825 Insulation Tape, Electrical, Self-Fusing, For Use in Electronics, Communications, and Allied Equipment MIL-1-7798 Insulation Tape, Electrical, Pressure Sensitive Adhesive, Plastic to END OF ITEM L-108 .w 4W W&H Pacific, Inc. kV 1rojecWQtyofRentonk306692003 Airport Txwy/mpr%SpecsV.-108.D0C Renton Municipal Airport L-108 Update: Change 13: 1/01 10 Notice 14: 1102 40 DIVISION 16 - ELECTRICAL SECTION L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT PART 1: DESCRIPTION 1.1 This item shall consist of underground electrical ducts installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encasement, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. wr PART 2: EQUIPMENT AND MATERIALS 2.1 GENERAL 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. rr 2.2 STEEL CONDUIT Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 2.3 CONCRETE Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1-inch (25 mm) maximum size coarse aggregate. 2.4 PLASTIC CONDUIT Plastic conduit and fittings shall be schedule ASTM 40 PVC conduit. 2.5 HANDHOLES Handholes shall be 30 inches square by 24 inches deep concrete. Lid shall be hinged, galvanized, diamond plate steel with locking latch. Handholes shall be Utility Vault 3030-LA with Base 3030-SB and Cover No. 3030-P, or approved equal. Base shall have a two inch diameter open drain hole. W&H Pacific, Inc. I:IProjecWQty of RentonQ0669 2003 Airport Txwy Impr%SpecsV..110.D0C Renton Municipal Airport L-110 Update: Change 13: 1/01 .,., 1 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-110 Underground Electrical Duct (Cont.) rrr PART 3: CONSTRUCTION METHODS 3.1 GENERAL rr The Contractor shall install underground ducts at the approximate locations indicated in the airport layout plans. The Engineer shall indicate specific rw locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 3 inches (75 mm) inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. 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 lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An iron-shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. rw All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the , duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4-inch (6 mm) greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully ► stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be W&H Pacific,Inc. I:IProjectslCity of Renton130669 2003 Airport Txwy ImprlSpecsV-110.DOC Renton Municipal Airport L-110 Update: Change 13: 1/01 2 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-110 Underground Electrical Duct (Cont.) used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. �wr 3.2 DUCTS ENCASED IN CONCRETE Unless otherwise shown in the plans, concrete-encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade 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. Ducts under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any w underdrains which may be installed alongside the paved area. Trenches for concrete-encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made +� to avoid them. All ducts for concrete encasements 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 ducts are encased in concrete, the Contractor shall space them not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. '■' 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 otherwise 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. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay conduit shall be of the single-bore type. Where the self-centering socket-joint type of single clay duct is used, conduit shall be built up, tier by tier, and separated only by sufficient mortar or fine ' aggregate concrete to bed the ducts evenly and fill all voids between ducts. Single ducts shall be jointed together and the joints grouted with portland cement 4W mortar. A suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation, in order to exclude all mortar from the duct. �r Where the square bore butt-joint type of clay duct, single or multicell, is used, sections shall be aligned with at least four steel dowel pins and joints wrapped W&H Pacific, Inc. 1APmjecW0ty of Rentonl30669 2003 Airport Txwy 1mpr%SpecsV_-110.D0C Renton Municipal Airport L-110 Update: Change 13: 1/01 V. 3 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-110 Underground Electrical Duct (Cont.) with duct tape 6 inches (150 mm) wide and lapped 6 inches (150 mm). All joints in a bank of single-bore ducts shall be staggered, beginning evenly from the manhole or handhole, by means of short lengths 6, 8, 9, 12, and 15 inches (150, 200, 230, 300, 380 mm) long. Cement mortar shall be troweled around each and every joint. Voids in the duct bank, caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of wr soapstone duct shall be done in accordance with the manufacturer's recommendations. 3.3 DUCTS WITHOUT CONCRETE ENCASEMENT Trenches for single-duct lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. 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 duct. 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. Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches (45 cm) below the finished grade. When two or more ducts 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. Trenches shall be opened the complete length before duct is installed so that if ,,rr any obstructions are encountered, proper provisions can be made to avoid them. 3.4 BACKFILLING The trench shall be backfilled in at least two layers with excavated material not larger than 4 inches (100 mm) in diameter and thoroughly tamped and compacted to at least the density of the surrounding undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. W&H Pacific, Inc. IAProjectslCdy of RentonU0669 2003 Airport Txwy ImprlSpealL-110.DoC Renton Municipal Airport L-110 Update: Change 13: 1/01 4 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-110 Underground Electrical Duct (Cont.) Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when 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. ..► For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 3.5 RESTORATION Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 3.6 HANDHOLES Handholes shall be installed on 2 inches of firm packed half-inch minus fill. Handholes shall be set with top of base flush to surrounding grade. Sand, soft earth, or other fine fill shall be placed around the handhole and carefully tamped. PART 4: METHOD OF MEASUREMENT 4.1 Underground ducts without concrete backfill shall be considered incidental to other items and no separate measurement or payment will be made. 4.2 Ducts in concrete shall be measured by the linear feet of duct installed, measured in place, completed, and accepted. 4.3 Handholes shall be measured per each unit installed, completed, and accepted. W&H Pacific, Inc. t ProjectslCity of RentonQ0669 2003 Airport Txwy Impr%SpecsV-.110 DOC Renton Municipal Airport L-110 Update: Change 13: 1/01 5 Notice 14: 1102 DIVISION 16 - ELECTRICAL Section L-110 Underground Electrical Duct (Cont.) PART 5: BASIS OF PAYMENT 40 5.1.1 PAYMENT will be made at the contract unit price for ducts in concrete and handholes completed and accepted. This price shall be full compensation for furnishing all materials including, but not limited to, cable, conduit, counterpoise 10 wire, and concrete, and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete these items. Payment will be made under: Item L-110 Underground Ducts Encased in Concrete Item L-110 Hand Holes PART 6: MATERIAL REQUIREMENTS Fed.Spec.W-C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos- Cement or Fire-Clay Cement), (For Electrical Purposes) Fed.Spec.W-C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic) Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Wo Standard 514 Underwriters Impregnated-Fiber Electrical Conduit Laboratories Standard 543 w Underwriters Intermediate Metal Conduit Laboratories Standard 1242 END OF SECTION L-110 W&H Pacific, Inc. 1:IProjectslCity of Renton130669 2003 AirpoR Txwy lmpr%specsV-410.00C Renton Municipal Airport L-110 Update: Change 13: 1/01 6 Notice 14: 1102 4r w 4 SECTION V s APPENDIX 7 7 l 3 3 J 3 y l 7 7 �r+ .rr rrr ar TEST PIT LOGS Northern, Inc. Kirkland, Yakima,Kennewick, Troutdale&Hermiston(OR) Project No 202-954 Renton Municipal Airport Rainier Ave.&Airport Way S. Renton,Washington. PARTICLE SIZE ANALYSIS (ASTM C-136-93;D-1140-92) Test Boring!TestiPlt Number TP,-1' Major= Sieve %Passing Fraction Sample Identifigtlon. ; 3 Ihviuons_ Des3ahon by Weight Passing#4 Sample Depth(ft.BGS 33', -.4.0': 3". Date Sampled w L 10/23102; 2" Atterbera Limits(ASTM D 4318) Gravel 1" 29% 3/4" 100 Liquid Limit: N/A 1/2" 82 Plastic Limit: N/A 3/8" 75 Plasticity Index: N/A No.4 71 100% No. 10 68 --95% Specific Gravity(ASTM C 127): N/A Sand No.20 .66 93% Moisture Content (ASTM D 2216): 0.0% 38% No.40 60 83% _ No.80 46 '` 65% Soil Classificatton`(ASTM D 2487] SIK No. 100 44 61% Description Silty Sand with Gravel Fines No.200 34 47% Sieve Analysis Hydrometer Analysis 100% 80% Sieve Anl. •� 70°k -2 - - -- - — by Weight 60% .9 50°i6 - — , -- --- -- a"a 40°k p, I Fraction 30% -- -- — — — _- -°-__ ' passing#4 d i 20°k - -- --- - - -- -- - -- d p' 10% -- - -- - - ----- 0% 100 10 1 0.1 0.01 0.001 Particle Size(mm) C F C I M I F * Silt Gravel Sand * Larger than 3" Reviewed by: A0� XtA. Date: Nove4.+-4 1141-7002 ra. - rrr Northern, Inc. Kirkland, Yakima,Kennewick, Troutdale&Hermiston(OR) Prgject N0 202x954: Renton Municipal Airport- Rainier Ave.&Airport Way S. Renton,Washington. wr PARTICLE SIZE ANALYSIS (ASTM C-136-93;D-1140-92) r, r k r y , Fraction .Test Boring/Tesf Pit Number• A c ; TP 2; � Major:- ` Sieve %.Passfi� ,.�. '� DivLdom Deaip�ation bjWeizht P�.LS�n=A� Sample Date3ampled `: b F �r 6sMr10/Z3/02: 2"- 100 89 _ Gravel 1" 89 Atterbere Limits(ASTM D 4318) 45% 3/4" 89 Liquid Limit: N/A 12" 79 Plastic Limit: N/A 3/8" 65 Plasticity Index: N/A No.4 55 100% No. 10 46 84% Specific Gravity(ASTM C 127): N/A Sand No.20 42 76% rr Moisture Content (ASTM D 2216): 0.0% 48% No.40 28 51% No.80 14 26%- Sail Classification(ASTMD 2487) � n " pSW; No.100 12 23% 71!escnption 's " ,Well Graded Sandwlth�Gravel;. Fines No.200 7 13°/. Sieve Analysis Hydrometer Analysis S 8 8 100% t•' �+ � r g 90% - -_ 60% 1 Sieve AnL 70% \� — -- I by Weight 60% — .5 50% - - --� -- — i '- a 40% Fraction rsrr Pr . a 30% passing#4 i 20% -- -- —�- -- — - ONO 0% 100 10 1 0.1 0.01 0.001 Particle Size(mm) C F C M F Sat * Gravel Sand 40 * Larger than 3" Reviewed by: qgbiAg Date: Novi+►. l it 2002 w Northern, Inc. Kirkland, Yakima,Kennewick, Troutdale&Hermiston(ON PCOJCCt N0. 202.-954_ Renton Municipal Airport , Rainier Ave.&Airport Way S. Renton,Washington. PARTICLE SIZE ANALYSIS (ASTM C-136-93;D-1140-92) o Sieve %.Passln= Fraction Test Boring/Test Ptt Number 3 MaJ r.k: - .,, S 2' Divlaons Designation `by Weight YassLig#4 Sample Identification '° �„ - r ZS 30, 311 Sample�epth k L 211. Date Sampled .r_s: •_ .w , -. R, m 1.5" Gravel 111 Atterberg Limits(ASTM D 4318) 1% 3/4" a0 Liquid Limit: N/A Plastic Limit: N/A 3/8 100 Plasticity Index: N/A No.4 99, 100% 40 No. 10 - 99 - 100% Specific Gravity(ASTM C 127): N/A Sand No.20 98 100% Moisture Content (ASTM D 2216): 0.0% 33%. No.40 96. 91-P/O 0 No. 80 88 89% Soil Clas3ification(ASTM D 248'1){�n� i ML No.100 85 86% I) cnption - r 'SandySilt Fines No.200 66 67% Sieve Analysis Hydrometer Analysis C to r 3 8 S 100% _ 90°� - --- - -- - -- - --- eD 80% - - -- -- Sieve AnL 70% -- - - -- --- - --- by Wei& a 60% 50°k -- - -- -- - - - - 40% - --- - I Fradi. a 30% - - - - - -- - -- passing#4 20% - d Pr 10% - - — - - - -- - -- -------- 0% 100 10 1 0.1 0.01 0.001 Particle Size(mm) C F C M F SIIt * Gravel Sand * Larger than 3" Reviewed by: A N"'�d Date: Nav�?yam 2002 �a. +r+ Northern, Inc. Kirkland, Yakima,Kennewick Troutdale&Hermiston(Old PI ect;No di r 202-954 wr Renton Municipal Airport Rainier Ave.&Airport way S. Renton,Washington. PARTICLE SIZE ANALYSIS (ASTM C-136-93;D-1140-92) ow Test Boring/Test Pit Number r TP 3' Major` ° Steve %P.wint praetlon Sample Identification T RX,S,#3. `Divisiotu DesitaaBon by Wei=ht Pasdm=#4` Sample Depth(tit.7sGS) �, 5 5' 6.Or_' 3" Date Atterbere Limits(ASTM D 4318) Gravel / Liquid Limit: N/A 1/211 Plastic Limit: N/A 3B" 100 - o+ Plasticity Index: N/A No.4 100:- 100% No.10 100 ; 100% Specific Gravity(ASTM C 127): N/A Sand No.20 100 : 1000/0 r Moisture Content (ASTM D 2216): 0.0% 62•/. No.40 99 990/0 No.80 81 81% Soil Classification(ASTbI D 2487) a SM No.100 72 72% Descnpt>ion v k t. , `'Silty Ssnd Fines No.200 37 37% ar. war Sieve Analysis pp p Hydrometer Analysis 100% wa 90% - - - - 80% -- - -- - -- --- - Sieve Ani. .� 70% -- — -- by weight w 60% - -- - — - - - .8 50°i6 - — - - - n 9 40% .ow pr - -- I F.W. 30% - — - - - - - - passing#4 d 20% - - - - -- - - - .w A4 - 0°k 100 10 1 0.1 0.01 0.001 Particle Size(MID) VO C F C M F * Silt Gravel Sand * Largv than 3" Reviewed by: •mod KfA- Date: Noyti*411 j;g 2002 +a• Northern, Inc. Kirkland, Yakima Kennemck Troutdale&Hermiston(Old PCO)ect No R ` 202-954; Renton Municipal Airport Rainier Ave.&Airport Way S. Renton,Washington. PARTICLE SIZE ANALYSIS (ASTM C-136-93;D-1140-92) Test Boring/Test Pit Number TP-5 Major Steve %Passin= Fraction Sample Identification' S#2. ,'Dsj� D�E6on by weight PassinZ tf4 Sample Depth(ft.BGS) 2.0!:,:';3.0' 31' Date Sampled '10/Z3/02 2" Atterbere Limits(ASTM D 4318) Gravel 0% 3/4 1lr Liquid Limit: N/A '12 Plastic Limit: N/A 3/8" Plasticity Index: N/A No.4 100 ' 100% No.10 .100:: 100% Specific Gravity(ASTM C 127): N/A Sand No.20 99 99%_ Moisture Content (ASTM D 2216): N/A 85% No.40 87 87% No.80 39 39% Soil Classif_catioii(ASTMD 2487): ' SP-SM No.100 33 33% Desrnphoa >5�,_n- Poorly Graded Sand With Silt Fines No.200 15 15% Sieve Analysis Hydrometer Analysis 100% 10 d 90% --- --- — — - - - — w .� 80% -- - - —----- — _,_ Sieve An]. 3 70% - -- -- -- - by Weight .8 50°k — --. — -- _ 40% 30% passing#4 i 20% -- -- - - - _ a 10% -f — -- -- - -- 0% 100 10 1 0.1 0.01 0.001 Particle Size(mm) C F C M F Silt * Gravel Sand Larger than 3" Reviewed by: Afti d am*- Date: Novi—Ift 11;V 2002 wr rrr Northern, Inc. Kirkland Yakima,Kennewiel; Troutdale&Hermiston(Old PrOJCCt'NO 2Q2-954 Renton Municipal Airport Rainier Ave.&Airport Way S. Renton,Washington. aw PARTICLE SIZE ANALYSIS (ASTM C-136-93;D-1140-92) Test Boring/Test PIt Numbers TP 5 Major Sieve c ✓.Paasin= Fraction - Sample�dentificatton rk:{ r -` S#3 _ Sample Depth(tt.YBGS) k M 3 5' .0' 301 IHwiona on K Date Sampled Z.. Atterbere Limits(ASTM D 4318) Gravel 1" ar 0% 3/4" Liquid Limit: N/A Mgt Plastic Limit: N/A 3/8" Plasticity Index: N/A No.4 100 .100% . No. 10 100 100%." Specific Gravity(ASTM C 127): N/A Sand No.20 100 100% WON Moisture Content (ASTM D 2216): 0.0% 96% No.40 95 95% _ No.80 24 24% Soil Classification(ASTM D'1497 SP No. 100 15 15% Description ; ° Poorly Galled Sind Fines No.200 4 4% .Or low Sieve Analyst+ Hydrometer Analysis � 8 8 100% 90% -- ar w - -- --- - 80% — -- -- - Sieve Ant. .� 70°i6 — -- — - - — } by Weight wr 60% -=--: - - .� 50% - --- a 40% - - — - - +rr F.c ian 30% -- -- - ---- - - I passing#4 20% — --- — --- - — -- — A, 10°k - — — --- — - -- - - - 0°h 100 10 1 0.1 0.01 0.001 Particle Size(mm) err C F C M F * ravel Silt G Sand * Iarswthan 3" OWN Reviewed by: Aftidi Kf.'.� Date: Now44ft J 2002 "It 1w �f SPILL PREVENTION AND CONTINGENCY PLAN 40 a to ' CITY OF RENTON SPILL PREVENTION AND CONTINGENCY PLAN for the Renton Municipal Airport 2003 Taxiway, Lighting and Signing Improvements ++* Prepared for: City of Renton Renton City Hall—50'Floor 1055 South Grady Way Renton,Washington 98055 r�r Prepared by: rr W&H Pacific 3350 Monte Villa Parkway ow Bothell,Washington 98021 February 2003 rr w +rr rr r. City of Renton Spill Prevention and Contingence Plan Renton Municipal Airport Table of Contents 1.0 Project Overview and Location .................................................................................. 1 r 2.0 Project Description....................................................................................................... I 3.0 Construction Phasing and Equipment.......................................................................2 4.0 Spill Hazard Assessment..............................................................................................2 5.0 Spill Prevention ............................................................................................................2 6.0 Spill Containment Measures 7.0 Emergency Response Procedures...............................................................................4 ■r 8.0 Closing of the Spill Incident........................................................................................6 Appendix A: Spill Notification Checklist +r�r i February 2003 wrr City of Renton Spill Prevention and Contingenc y Plan Renton Municipal Airport wo 1.0 PROJECT OVERVIEW AND LOCATION rr The Renton Municipal Airport plans to make necessary maintenance improvements to the airport as the 2003 Taxiway, Lighting and Signing Improvements Project. An asphalt pavement overlay a• will be placed on Taxiways A, G and H. Taxiways E and L will be reconstructed. The lighting and signing systems throughout the airport are non-standard will be replaced with standard equipment. Deteriorating taxiway shoulder pavement will be removed and replaced with hold as aprons of approximately 200 feet by 80 feet in 4 locations. A slurry seal will be placed on the southern portion of Taxiway B. Existing storm drainage pipes underneath the taxiways to be overlaid or reconstructed will be replaced, in kind, with the same pipe size and slope as the dw existing pipes. The proposed project is located at the 169-acre Renton Municipal Airport in King County, w" Washington. The airport is located in downtown Renton in portions of Section 7 and 18, Township 23N, Range 5E. The project area is throughout the airfield portion of the Renton Municipal Airport. aw 2.0 PROJECT DESCRIPTION w� The improvement project includes the following key components: 1. An asphalt pavement overlay will be placed on Taxiways A, G and H. The existing asphalt pavement will be milled a nominal 2-inch depth and the millings will be disposed of off-site. The 2-inches of asphalt will be replaced along with a 2-inch to 6-inch surface course. The taxiways will be re-striped with the completion of the asphalt pavement overlay. 2. Taxiways E and L, an area of approximately 35,000 square feet, will have the top 6- �` inches of the existing pavement and base pulverized. This material will be used as subbase in the new pavement section. An additional volume of approximately 1000 CY will be excavated below the six-inch depth for the new pavement section and the new wm pavement section constructed. The new taxiways will be constructed in the same location as the existing pavement. ww 3. All existing lighting and signing throughout the airfield will be removed and replaced with the exception of the distance-to-go signs. The existing REILs will be relocated to .► the appropriate distance from the runway pavement edge. 4. Deteriorating taxiway shoulder pavement will be removed by pulverizing the top six .. inches of asphalt surface course and base. The area will be regraded and additional native material will be placed from the excavated material at other locations of the airport. The final graded area will be hydroseeded. The taxiway shoulder pavement will be replaced .� with hold aprons of approximately 200 feet by 80 feet in 4 locations along the parallel taxiways. This improvement will result in a net negative impervious surface of approximately 210,000 square feet (4.8 acres). aw 1 February 2003 aw City of Renton Spill Prevention and Contingency Plan Renton Municipal Airport 5. A slurry seal will be placed on the southern 2300 feet of Taxiway B. 6. Existing storm drainage pipes underneath the taxiways to be overlaid or reconstructed will be replaced, in kind,with the same pipe size and slope as the existing pipes. 3.0 CONSTRUCTION PHASING AND EQUIPMENT Construction of the improvement project will be accomplished in multiple phases to minimize construction impacts on airport operations and limit the area of exposed subgrade at any one time. Prior to any work on the site, temporary erosion and sedimentation control measures including filter fabric fencing and batch basin silt protection will be placed per the project's erosion control plan. All disturbed areas will be revegetated using a hydroseed mix at the ' completion of the project. Equipment to be used on the improvement project will include excavators, backhoes, paving " machines, dump trucks, and other typical construction equipment. All storm drainage pipe and electrical conduit installation will be accomplished using typical trenching methods. No boring -' will be used during this project. 4.0 SPILL HAZARD ASSESSMENT Other than the usual petroleum products and hydraulic fluid products used for construction equipment, this project does not entail the use of hazardous materials. Spill hazards would be present due to the presence of gasoline, diesel, engine oil, lubricants and hydraulic fluid on the site in association with the construction equipment. These materials can cause soil, groundwater and surface water contamination if released into the environment. It is the contractor's responsibility to follow the measures detailed below to prevent spills of hazardous materials during the construction of this project. 5.0 SPILL PREVENTION Measures to be taken by the contractor to prevent a spill include, but not limited to: ❑ Maintain all vehicles and construction equipment in good working condition. ❑ Visually inspect all vehicles daily for leaks or drips or other maintenance problems. o Store all vehicle fluids off-site or at the staging area, adjacent to Renton Airport's maintenance facility. ❑ Limit all vehicle maintenance activities to an off-site location or at the designated staging area. ❑ Stop work immediately if a problem occurs and have emergency equipment on-site to respond to any potential spills. If any indication of vehicle fluid loss is observed during construction, work will be stop and measures to identify,prevent, and contain any spilled fluids will be initiated. 2 February 2003 aw City of Renton Spill Prevention and Contingency Plan Renton Municipal Airport .W 6.0 SPILL CONTAINMENT MEASURES 6.1 General Measures .. Several measures can be taken to prepare for quick and effective containment of any potential spill prior to undertaking construction activities. Contractors may propose additional measures 40 to supplement this plan. First and foremost, each contractor will keep adequate supplies of spill containment equipment at the construction sites. These will include both specialized spill containment equipment listed below in Section 6.2, and excess supplies of straw bales, silt "` fencing, and portable vacuum pumps, to be available if needed. a, 6.2 Spill Containment Equipment The following equipment should be on-site in the event prevention techniques are not adequate and a spill of petroleum products occurs. Wo 1. Emergency Spill Kit - (general contents may vary with manufacturer) contains at a minimum; ow ❑ three absorbent socks ❑ three disposal bags and ties w. ❑ one pair of safety glasses ❑ one pair of rubber gloves �r. ❑ one absorbent drip pillow ❑ absorbent pads, 18"x18" .w ❑ one Emergency Response Guide Book ❑ two absorbent spill pillows, 24"x 18" .,, ❑ four hazardous labels ❑ one bag Lite-Dri Absorbent (or equal) ❑ dedicated shovel and broom 2. Absorbent Pads - These pads (18"x18") are 100% polypropylene fabric and absorb 11 times .r. their weight in liquids. Pads absorb 10 gallons of liquid per bale of 100 pads. I Absorbent Skimmer Booms - Skimmers will float indefinitely before or after saturation with oils. Skimmers are made of 100% meltdown polyproplene fill that repels water. They absorb ten times their weight and can be used in lakes, streams, swamps, and on the ground. Each skimmer has a harness kit attached that is made of yellow polypropylene rope with grommets "W that are used to connect skimmers. Each boom is 8 inches X 10 feet. 4. One 55-gallon clean drum, lined with polypropylene material (overpak). The drum can be used to store spill response materials until needed. When a spill occurs, all soiled pads, `o pillows, skimmers, contaminated soil, etc. will be placed in the drum for disposal after the cleanup is accomplished. aw 3 Februmy 2003 e.w City of Renton Spill Prevention and Contingency Plan Renton Municipal Ai port It is the contractor's responsibility to make sure these materials are on-site at all times and personnel are trained, in their use and disposal, prior to spill response. 7.0 EMERGENCY RESPONSE PROCEDURES as 7.1 Notification �r A formal notification process will be initiated when a spill or potential spill is first observed. Immediate actions are necessary. The first individual who discovers a spill (observer) will be responsible for initiating notification and response procedures. All personnel responsible for responding to spills must have completed training in recognition and response to spills of hazardous materials. The contractor is responsible for providing spill recognition and response training for all contractor employees. City of Renton representatives will be responsible for providing spill recognition and response training for their personnel. The project personnel who must be notified and will assist hazardous spill response include, but are not limited to: 1. Spill Observer 2. Contractor's Representative 3. Spill Response Team 4. Construction Inspector 5. Project Manager 6. City of Renton ar General responsibilities of the designated personnel are outlined as follows: Spill Observer is the first person to witness a spill. They must immediately: 1. Make an immediate assessment of the incident as observed. rw 2. If the incident can be safely controlled, take immediate steps to do so. For example, shut off the source of the spill. 3. Notify the Contractor's Representative and the City's Construction Representative. Provide as much information as possible. 4. Fill out the Spill Notification Checklist (See Appendix A). Contractor's Representative will initiate the following actions: 1.Make sure all personnel are removed from the spill area. 4 February 2003 aw City of Renton Spill Prevention and Contingency Plan Renton Municipal Airport 1W 2. Take immediate actions to minimize any threat to public safety (cordon off the spill area). ,,. 3. Secure the source of the spill, if safely possible to do so; and 4. Maintain close observation of the spill. «wr City's Construction Representative will initiate the following actions: 1. Notify W&H Pacific's Project Manager and the City of Renton's Project Manager. ,, 2. Coordinate with the Contractor's Representative regarding level of spill response required. sw 3. Notify governmental agencies if necessary. to Contractor's Representative is the owner, the construction crew supervisor, or other Contractor personnel designated to fulfill the Contractor's responsibilities. They will: 1. Determine if the spill response team is needed to accomplish cleanup. 2. Determine if additional spill response support is necessary. wr 3. Coordinate with the Project Manager to initiate spill response. 4. Initiate Spill Response Team. 5. Complete containment, cleanup, and disposal of hazardous materials. OW 6. Complete Spill Notification Checklist (See Appendix). 7. Complete all reporting to Project Manager. Spill Response Team consists of Contractor employees or outside companies hired by the Contractor who are designated to respond to spills. The Spill Response Team will: "0 1. Follow the Spill Response procedures outlined in the Contractor's Plan. 2. Take direction from the Contractor's Representative for additional actions needed for spill response. w. 5 February 2003 r Cite of Renton Spill Prevention and Contingency Plan Renton Municipal Airport 7.2 Specific Response Procedures Some response procedures common to all spills are to keep people away from the spilled material, secure the source of the spill if this can be done safely, and determine the material spilled and the volume, extent, and potential for danger of the spill. The first step at the discovery of any spill is keep people away from the spilled material. Cordon off the area and do not leave the site unattended. Another key element in early response to all spills is the determination of the material spilled and at the volume and extent of the spill. This should be determined as soon as possible in order to facilitate planning and initiate proper response operations. The volume will be needed to evaluate equipment and personnel needs, as well as requirements for storage and disposal of recovered waste. A rough estimate of the spill volume can be generated from visual observation and source identification. Minor spills are those that have the least probability of environmental damage, not necessarily the smallest volume. 7.3 Reporting of Major Spills At the recognition of a major spill, notification is critical to immediate response. The first notification will be given to the nearest construction crew Inspector and the Construction Manager so that appropriate spill response can begin immediately. After initial spill response , r has begun, notification and reporting to governmental agencies will occur. The following guidelines should be followed when reporting major spills: wr 1. Never include information that has not been verified. 2. Never speculate as to the cause of the incident or make any acknowledgement of liability. 3. Do not delay reporting because of incomplete information. 4. Notify persons/agencies as outlined on the Spill Notification Checklist, document notification, and the content of the message. 5. Complete the Spill Notification Checklist as information is confirmed. (See Appendix A) 8.0 CLOSING OF THE SPILL INCIDENT 8.1 Disposal of Waste Following the cleanup of a spill, the waste, absorbent materials, protective clothing, and any soil that has been contaminated must be removed to a designated hazardous waste disposal area. All contaminated materials will be sealed in 55-gallon drums and labeled with the contents. If the contaminant is unknown, a sample of the material must be sampled and analyzed before disposal. 6 February 2003 ON City of Renton Spill Prevention and Contingency Plan Renton Municipal Ai7port 10 A permit or approval in writing must be obtained prior to disposal of the drum, depending on the contents. A copy of the permit and a chain-of-custody form (obtained from the disposal contractor or testing laboratory) must accompany the material and copies must be attached to the aw Spill Notification Checklist submitted to the City of Renton and the Construction Manager. It is advisable for contractors to establish a relationship with a disposal facility before an incident occurs. Local landfills may be able to receive some petroleum products, however it is up to the contractor to perform sampling, testing, and coordination with landfills or a disposal company. Transporting hazardous waste is regulated by federal and state agencies under the Resource Conservation and Recovery Act (RCRA) and other statutes. The contractor is responsible for the proper disposal of all waste and understanding the responsibilities under federal and state statutes. 8.2 Final Reporting All spill incidents that require some cleanup, no matter how small, must be reported on the Spill sw Notification Checklist. Notification must begin as soon as the incident occurs. The checklist will be submitted to the City of Renton and the Construction Manager as soon as it is complete. Forms must be submitted no longer than five days after an incident is closed. A copy of the permit or disposal approval and the chain-of-custody for the disposal must be attached to the Spill Notification Checklist. The forms will be reviewed and filed in the contractor's file. No exceptions will be tolerated. If a situation arises involving an unknown hazardous material, the Spill Notification checklist rw can be used to report the incident. This incident may require a very different approach to removing the hazard and the contractor may, or may not, be required to remove the material. The incident must still be reported by the contractor. 40 0 aw .. w 7 February 2003 APPENDIX A SPILL NOTIFICATION CHECKLIST Date and Time of Spill rr Spill Observer Name Spill Observer Phone Number Location of Spill Did spill enter waterway? Yes No If so, name Type of material spilled Estimated quantity spilled Description of Spill (color, length, width) Description of Spill Incident: " Source of Spill Cause of Spill Injuries Describe Initial Containment/Cleanup Weather Immediate Notification Needed Personnel Name Phone Date/Time Construction Inspector: +w� Project Manager: David Williams. W&H Pacific (425) 951-4800 Contractor's Representative: City of Renton's Representative:Ryan Plut (425)430-7372 Subsequent Notification as necessary by Construction Manager 8 February 2003 ow r wwr r ow wwr ow STORMWATER POLLUTION PREVENTION PLAN wo No www wr M ,40 wr ,w. 4aw �wr CITY OF RENTON STORMWATER POLLUTION PREVENTION PLAN for the Renton Municipal Airport 2003 Taxiway, Lighting and Signing Improvements Prepared for: City of Renton Renton City Hall—5"'Floor 1055 South Grady Way Renton, Washington 98055 Prepared by: W&H PACIFIC �Ilr 3350 Monte Villa Parkway Bothell,Washington 98021 February 2003 "' Cit);of Renton StMnwater Pollution Prevention Plan Renton Municipal Ai7p0rt up TABLE OF CONTENTS PART1: DESCRIPTION....................................................................................................... 2 PART 2: INSPECTION AND MAINTENANCE.................................................................2 PART 3: CONTRACTOR'S TESCP RECORD..................................................................2 PART 4: STABILIZE SOILS AND PROTECT SLOPES..................................................3 PART 5: SEDIMENT CONTROLS......................................................................................3 PART 6: CONTROL DEWATERING..................................................................................4 ow PART 7: CONTROL POLLUTANTS..................................................................................4 Aw PART 8: CONSTRUCTION ACCESS.......................... ...............4 ........................................ PART 9: AFTER FINAL SITE STABILIZATION.............................................................5 aw qw i February 2003 City of Renton Stornwater Pollution Prevention Plan to Renton Municipal Airport PART 1: DESCRIPTION 1.1 This Stormwater Pollution Prevention Plan (SWPPP) is provided to assist the contractor with the prevention of stormwater pollution that could potentially occur as a result of the proposed project. The contractor is advised that the project area drains to Lake Washington and the Cedar River, salmonid and bull trout bearing waters, and that the contractor is responsible to protect the receiving waters from deleterious effects of construction. 1.2 The contractor is responsible for providing the Temporary Erosion and Sedimentation Control Plan (TESCP) measures shown on page C4 of the construction plans and as described in the contract documents. The contractor is responsible for any additional measures that may be required by the contractor's means and methods of construction as needed to control erosion and sediment at the construction site and to prevent violation of surface water quality, ground water quality, or sediment management standards. Erosion control measures shall be maintained during the course of construction. PART 2: INSPECTION AND MAINTENANCE 2.1 The City's Construction Project Representative shall be either on-site or on call at all times �r to review the erosion and sediment control measures. All best management practices (BMPs) shall be inspected, maintained, and repaired as needed to assure continued i�so performance of their intended function. 2.2 All on-site erosion and sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event greater than 0.5 inches of rain per 24 hour period. 2.3 Sediment must be removed from silt fences before it reaches approximately one-third the height of the fence, especially if heavy rains are expected. PART 3: CONTRACTOR'S TESCP RECORD 3.1 Weekly reports summarizing the scope of inspections, the personnel conduction the inspection, the dates(s) of the inspection, major observations relating to the implementation of this SWPPP, and actions taken as a result of these inspections shall be prepared and actions retained on-site by the contractor. In addition, a record of the following dates shall be included in the reports: a. When major grading activities occur. ] February 2003 .r City of Renton Stormwater Pollution Prevention Plan Renton Municipal Airport VW b. Dates of rainfall events either exceeding 2 hours duration or more than 0.5 inches/24 hours. c. When construction activities temporarily or permanently cease on site, or on a portion of the site. sw d. When stabilization measures are initiated for portions of the site. 3.1 SWPPP required reports shall be made available to the owner and engineer on request and �. shall be provided for review and approval prior to application for payment. ar PART 4: STABILIZE SOILS AND PROTECT SLOPES 4.1 From May 1 through September 30, all disturbed areas to remain unworked for more than .� seven (7) days shall be provided with temporary cover. Any areas to remain unworked for more than 30 days shall be seeded or sodded. From October 1 to April 30, all disturbed areas to remain unworked for more than two (2) days shall be provided with temporary cover. Any areas to remain unworked for more than 30 days shall be seeded or sodded. . Soils shall be stabilized before a holiday or weekend if needed based on the weather forecast. Soil stockpiles must be stabilized and protected with sediment trapping measures. Hydroseed as soon as practical all disturbed areas not indicated in the contract documents for other permanent stabilization measures. Design, construct and phase cut and fill areas +W in a manner that will minimize erosion. Reduce velocities on disturbed areas by providing temporary barriers as shown in the TESCP. Stormwater from off-site should be handled separately from stormwater generated on-site. PART 5: SEDIMENT CONTROLS .. 5.1 The contractor shall mark all areas that are not to be disturbed, including setbacks, sensitive/critical areas and their buffers. No 5.2 The contractor may elect to construct temporary sedimentation ponds, tanks, and other facilities as necessary to control runoff and/or to filter dewatering discharge. The "' contractor may make temporary connections to the existing storm drainage system as necessary to convey flow from temporary facilities. Temporary on-site conveyance channels required by the contractor's means and methods shall be designed, constructed, No and stabilized to prevent erosion from the expected velocity of a 2-year, 24-hour frequency storm for the developed condition. In lieu of design, the contractor may elect to line temporary channels with erosion control mat at contractor's expense. 2 February 2003 City of Renton Stormwater Pollution Prevention Plan Renton Municipal Airport �r PART 6: CONTROL DEWATERING 6.1 Highly turbid or contaminated dewatering water from construction equipment operation shall be handled separately from stormwater. Disposal options for dewatering discharge include: a. Infiltration b. Transport off-site in a vehicle, such as a vacuum flush truck, for legal disposal in a at manner that does not pollute state waters. c. On-site treatment using approved chemical treatment. d. Use of a sedimentation bag (dirtbag) with outfall to a ditch or swale for small volumes of localized dewatering. PART 7: CONTROL POLLUTANTS 7.1 Contractor shall comply with the Spill Prevention and Contingency Plan (SPCP) prepared for the project and shall implement required measures to control pollutants (included in these specifications). Contractor shall keep a copy of the SPCP on-site at all times during construction. 7.2 All pollutant discharges other than sediment that occur on-site during construction shall be handled and disposed of in a manner that does not cause contamination of stormwater, groundwater, or soils to remain on-site. 7.3 The use of lime, flyash, or other soil amendments that could alter the pH of discharge waters is prohibited. PART 8: CONSTRUCTION ACCESS 8.1 Limit construction vehicle access and exit to the routes shown on Sheets C2 and C3A-D. Construction access restoration shall be equal to or better than the preconstruction condition. 8.2 Public rights-of-way shall be kept in a clean and serviceable condition at all times. In the event materials are inadvertently deposited on roadways, the material shall be promptly removed. Materials are to be swept and removed prior to any street flushing. 3 February 2003 YAW City of Renton Stormwater Pollution Prevention Plan Renton Municipal Airport w PART 9: AFTER FINAL SITE STABILIZATION All temporary erosion and sedimentation control measures shall be removed within 30 days after final site stabilization is achieved or after the temporary BMPs are no longer needed, as determined by the City's Construction Project Representative and the City of Renton. Trapped sediment shall be removed from the site. Disturbed soil areas resulting from removal shall be permanently stabilized. ow ..w 00 No 4W on 4 February 2003 illiii AC 150/5370-2E OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION 46 rr �� Advisory U.S. Department of Transportation Federal Aviation Circular av Administration +r Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 1/17/03 AC No: 150/5370-2E I DURING CONSTRUCTION Initiated by: AAS-300 Change: r - I. THE PURPOSE OF THIS ADVISORY 4. WHO THIS AC AFFECTS. CIRCULAR(AC). This AC assists airport operators in complying with 14 AW Aviation safety is the primary consideration at airports, Code of Federal Regulations(CFR),part 139, especially during construction.This AC sets forth Certification and Operation:Land Airports Serving guidelines for operational safety on airports during Certain Air Carriers,and with the requirements of „ construction.It contains major changes to the following airport construction projects receiving funds under the areas: "Runway Safety Area,"paragraph 3-2; "Taxiway Airport Improvement Program or from the Passenger Safety Areas/Object-Free Areas,"paragraph 3-3; Facility Charge Program While the FAA does not "Overview,"paragraph 34;"Marling Guidelines for require noncertificated airports without grant •' Temporary Threshold,"paragraph 3-5; and"Hazard agreements to adhere to these guidelines,we Marking and Lighting,"paragraph 3-9. recommend that they do so as it will help these airports maintain a desirable level of operational safety during wr 2. WHAT THIS AC CANCELS. construction. This AC cancels AC 150/5370-2D, Operational Safety 5. ADDITIONAL BACKGROUND on Airports During Construction, dated May 31,2002. INFORMATION. wr 3. READING MATERIAL RELATED TO THIS Appendix 2 contains definitions of terms used in this AC. AC. Appendix 3 provides airport operators with rrr boilerplate format and language for developing a safety Appendix 1 contains a list of reading materials on plan for an airport construction project. Appendix 4 is airport construction,design, and potential safety a sample Notice to Airmen form hazards during construction, as well as instructions for ordering these documents. Many of them,including 6. HAZARD LIGHTING IMPLEMENTATION this AC,are available on the Federal Aviation TIME LINE. Administration(FAA)Web site. Supplemental hazard lighting must be red in color by October 1,2004. See paragraph 3-9 for more information. 1W DAVID L.BENNETT rim Director,Office of Airport Safety and Standards rrr 1/17/03 AC 15015370-2E CONTENTS Paragraph Paae tA CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES..................................................1 vi 1-1. Overview. .................................................................................................................................................................1 1-2. Who Is Responsible for Safety During Construction................................................................................................l 1 CHAPTER2. SAFETY PLANS.................................................................................................................................3 Section 1. Basic Safety Plan Considerations.......................................................................................................3 2-1. Overview. .................................................................................................................................................................3 2-2. Safety Plan Checklist................................................................................................................................................3 Section 2. Safety and Security Measures .............................................................................................................4 2-3. Overview. .................................................................................................................................................................4 2-4. Vehicle Operation and Marking and Pedestrian Control..........................................................................................4 2-5. Construction Employee Parking Areas.....................................................................................................................5 2-6. Construction Vehicle Equipment Parking. ...............................................................................................................5 2-7. Radio Communication Training...............................................................................................................................5 2-8. Fencing and Gates.....................................................................................................................................................5 Section 3. Notification of Construction Activities.................................................................................................5 2-9. General. ....................................................................................................................................................................5 2-10. Assuring Prompt Notifications. ................................................................................................................................6 2-11. Notices to Airmen(NOTAMs).................................................................................................................................6 2-12. Aircraft Rescue and Fire Fighting(ARFF)Notification...........................................................................................6 2-13. Notification to the FAA............................................................................................................................................6 2-14. Work Scheduling and Accomplishment...................................................................................................................6 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES......................................................................................7 W Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas.......................7 3-1. Overview. .................................................................................................................................................................7 3-2. Runway Safety Area(RSA)/Obstacle-Free Zone(OFZ)..........................................................................................7 3-3. Taxiway Safety Areas/Object-Free Areas. ...............................................................................................................7 Section 2. Temporary Runway Thresholds...........................................................................................................8 3-4. Overview. .................................................................................................................................................................8 3-5. Marking Guidelines for Temporary Threshold.........................................................................................................8 3-6. Lighting Guidelines for Temporary Threshold.........................................................................................................9 Section 3. Other Construction Marking and Lighting Activities.......................................................................10 3-7. Overview. ...............................................................................................................................................................10 3-8. Closed Runway and Taxiway Marking and Lighting.............................................................................................10 3-9. Hazard Marking and Lighting.................................................................................................................................10 3-10. Construction Near Navigational Aids(NAVAIDs)................................................................................................11 3-11. Construction Site Access and Haul Roads..............................................................................................................11 3-12. Construction Material Stockpiling..........................................................................................................................11 to 3-13. Other Limitations on Construction.........................................................................................................................11 3-14. Foreign Object Debris(FOD)Management................................................................................................:..........12 Section 4. Safety Hazards and Impacts...............................................................................................................12 3-15. Overview. ...............................................................................................................................................................12 iii � AC 150/5370-2E 1/17/03 r�rr Appendices rwr APPENDIX 1. RELATED READING MATERIAL APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC...................................................................................A-2 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GLIDE..............................................................A-3 vw APPENDIX 4. SAMPLE NOTAM............................................................................................................................A-7 s r r rr wrr up to err ftw wr ow frr No IV 1/17/03 AC 150/5370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. (S) Ensure that construction contractors and subcontractors undergo training required by the safety Hazardous practices and marginal conditions created by plan. construction activities can decrease or jeopardize (9) Develop and/or coordinate a construction operational safety on airports. To minimize disruption of vehicle plan with airport tenants,the airport traffic control normal aircraft operations and to avoid situations that tower(ATCT),and construction contractors. Include the compromise the airport's operational safety,the airport vehicle plan in the safety plan. See Chapter 2, section 2, operator must carefully plan,schedule,and coordinate of this AC for additional information. construction activities. While the guidance in this AC is primarily used for construction operations,some of the (10) Ensure tenants and contractors comply methods and procedures described may also enhance day- with standards and procedures for vehicle lighting, to-day maintenance operations. marking, access,operation,and communication. (11) At certificated airports,ensure that each 1-2. WHO IS RESPONSIBLE FOR SAFETY tenant's construction safety plan is consistent with 14 DURING CONSTRUCTION. CFR part 139,Certification and Operations:Land Airports Serving Certain Air Carriers. 61 An airport operator has overall responsibility for construction activities on an airport. This includes the (12) Conduct frequent inspections to ensure predesign, design,preconstruction, construction, and construction contractors and tenants comply with the inspection phases. Additional information on these safety plan and that altered construction activities do not responsibilities can be found throughout this AC. create potential safety hazards. a. Airport operator's responsibilities— (13) Resolve safety deficiencies immediately. (1) Develop internally or approve a (14) Ensure construction access complies with construction safety plan developed by an outside the security requirements of 49 CFR part 1542,Airport consultant/contractor that complies with the safety Security. guidelines in Chapter 2,"Safety Plans,"and Appendix 3, (15) Notify appropriate parties when "Airport Construction Safety Planning Guide,"of this conditions exist that invoke provisions of the safety plan AC. (e.g.,implementation of low-visibility operations). (2) Require contractors to submit plans b. Construction contractor's responsibilities— indicating how they intend to comply with the safety requirements of the project. (1) Submit plans to the airport operator on (3) Convene a meeting with the construction how to comply with the safety requirements of the contractor,consultant,airport employees,and,if project. appropriate,tenant sponsor to review and discuss project (2) Have available a copy of the project safety safety before beginning construction activity. plan. (4) Ensure contact information is accurate for (3) Comply with the safety plan associated each representative/point of contact identified in the with the construction project and ensure that construction safety plan. personnel are familiar with safety procedures and (5) Hold weekly or,if necessary,daily safety regulations on the airport. meetings to coordinate activities. (4) Provide a point of contact who will (6) Notify users,especially aircraft rescue and coordinate an immediate response to correct any, construction-related activity that may adversely affect the fire fighting(ARFF)personnel, of construction activity operational safety of the airport. and conditions that may adversely affect the operational safety of the airport via Notices to Airmen(NOTAMs) or (5) Provide a safety officer/construction other methods,as appropriate. Convene a meeting for inspector familiar with airport safety to monitor review and discussion if necessary. construction activities. (7) Ensure that construction personnel know (6) Restrict movement of construction of any applicable airport procedures and of changes to vehicles to construction areas by flagging and barricading, those procedures that may affect their work. erecting temporary fencing, or providing escorts, as appropriate. 1 � AC 150/5370-2E 1/17103 low (7) Ensure that no construction employees, construction-related activity that may adversely affect the aw employees of subcontractors or suppliers, or other persons operational safety of the airport. enter any part of the air operations areas(AOAs)from the construction site unless authorized. (3) Ensure that no tenant or construction employees,employees of subcontractors or suppliers,or c. Tenant's responsibilities if planning any other persons enter any part of the AOA from the construction activities on leased property— construction site unless authorized. (1) Develop a safety plan,and submit it to the (4) Restrict movement of construction No airport operator for approval prior to issuance of a Notice vehicles to construction areas by flagging and barricading to Proceed. or erecting temporary fencing. (2) Provide a point of contact who will coordinate an immediate response to correct any Aw rr +rr arr sir �r r wr Vw r ww *w 2 1/17/03 AC 150/5370-2E CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. 2-2. SAFETY PLAN CHECKLIST. Airport operators should coordinate safety issues with the To the extent applicable,the safety plan should address air carriers,FAA Airway Facilities,and other airport the following: tenants before the design phase of the project. The airport operator should identify project safety concerns, a. Scope of work to be performed,including requirements, and impacts before making arrangements proposed duration of work. +Ili with contractors and other personnel to perform work on an airport. These safety concerns will serve as the b. Runway and taxiway marking and lighting. foundation for the construction safety plan and help maintain a high level of aviation safety during the project. c. Procedures for protecting all runway and taxiway The airport operator should determine the level of safety areas,obstacle-free zones(OFZs),object-free areas complexity of the safety plan that is necessary for each (OFAs), and threshold citing criteria outlined in AC construction project and its phases. The safety plan may 150/5300-13,Airport Design, and as described in this AC. be detailed in the specifications included in the invitation This includes limitations on equipment height and for bids,or the invitation for bid may specify that the stockpiled material. contractor develop the safety plan and the airport operator ► approve it. In the latter case,the invitation for bid should d. Areas and operations affected by the contain sufficient information to allow the contractor to construction activity,including possible safety problems. develop and determine the costs associated with the safety plan. In either case,safety plan costs should be e. NAVAIDs that could be affected,especially incorporated into the total cost of the project. The airport critical area boundaries. operator has final approval authority and responsibility for all safety plans. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. Coordination will vary from formal predesign conferences This may include fencing off construction areas to keep to informal contacts throughout the duration of the equipment operators in restricted areas in which they are construction project. authorized to operate. Fencing, or some other form of Details of a specified safety plan,or requirements for a restrictive barrier,is an operational necessity in some contractor-developed safety plan,should be discussed at cases. the predesign and preconstruction conferences and should include the following, as appropriate: g. Procedures and equipment,such as barricades (identify type),to delineate closed construction areas from a. Actions necessary before starting construction, the airport operational areas,as necessary. including defining and assigning responsibilities. h. Limitations on construction. b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the i. Required compliance of contractor personnel u11► contractor's personnel. with all airport safety and security measures. c. Means of separating construction areas from j• Location of stockpiled construction materials, aeronautical-use areas. construction site parking,and access and haul roads. d. Navigational aid(NAVAID)requirements and k. Radio communications. weather. 1. Vehicle identification. e. Marking and lighting plan illustrations. m. Trenches and excavations and cover L Methods of coordinating significant changes in requirements. airport operations with all the appropriate parties. 3 AC 150/5370-2E 1/17/03 wr n. Procedures for notifying ARFF personnel if w. Procedures for contacting responsible . water lines or fire hydrants must be deactivated or if representatives/points of contact for all involved parties. emergency access routes must be rerouted or blocked. This should include off-duty contact information so an immediate response may be coordinated to correct any o. Emergency notification procedures for medical construction-related activity that could adversely affect and police response. the operational safety of the airport. Particular care should be taken to ensure that appropriate Airways p. Use of temporary visual aids. Facilities personnel are identified in the event that an w unanticipated utility outage or cable cut occurs that q. Wildlife management. impacts FAA NAVAIDs. to r. Foreign object debris(FOD)control provisions. x. Vehicle operator training. s. Hazardous materials(HAZMAT)management. y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan(e.g.,if a ow t. NOT-AM issuance. vehicle is involved in a runway incursion). u. Inspection requirements. z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan No to be activated e. low-visibility operations,snow v. Procedures for locating and protecting existing ( g•� �' p underground utilities, cables,wires,pipelines,and other removal). underground facilities in excavation areas. to Section 2. Safety and Security Measures err 2-3. OVERVIEW. 24. VEHICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. Airport operators are responsible for closely monitoring w tenant and construction contractor activity during the Vehicle and pedestrian access routes for airport construction project to ensure continual compliance with construction projects must be controlled to prevent all safety and security requirements. Airports subject to inadvertent or unauthorized entry of persons,vehicles,or 49 CFR part 1542,Airport Security,must meet standards animals onto the AOA. This includes aircraft movement " for access control,movement of ground vehicles,and and nonmovement areas. The airport operator should identification of construction contractor and tenant develop and coordinate a construction vehicle plan with personnel. In addition,airport operators should use safety airport tenants, contractors,and the ATCT. The safety m program standards,as described in Chapter 3 of this AC, plan or invitation for bid should include specific vehicle to develop specific safety measures to which tenants and and pedestrian requirements. construction contractors must adhere throughout the to duration of construction activities. The vehicle plan should contain the following items: General safety provisions are contained in AC a. Airport operator's rules and regulations for 150/5370-10,Standards for Specking Construction of vehicle marking,lighting,and operation. Airports,paragraphs 40-05,"Maintenance of Traffic"; wr 70-08,`Barricades,Warning Signs, and Hazard b. Requirements for marking and identifying Markings";and 80-04, "Limitation of Operations."At any vehicles in accordance with AC 15015210-5,Painting, time during construction,aircraft operations,weather, Marking, and Lighting of Vehicles Used on an Airport. a*security,or local airport rules may dictate more stringent c. Description of proper vehicle operations on safety measures. The airport operator should ensure that movement and nonmovement areas under normal,lost both general and specific safety requirements are communications,and emergency conditions. coordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in d. Penalties for noncompliance with driving rules the coordination(,-` bid documents,construction plans, and regulations. and specification )n-airport construction projects. e. Training requirements for vehicle drivers to an ensure compliance with the airport operator's vehicle rules and regulations. L Provisions for radio communication training for 1W construction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers, fto 4 1/17/03 AC 150/5370-2E such as construction drivers under escort,may not require areas observe the proper procedures for communications, this training. including using appropriate radio frequencies at airports g. Escort procedures for construction vehicles with and without ATCTs. Training of contractors on requiring access to aircraft movement areas. A vehicle in proper communication procedures is essential for the movement area must have a working aviation-band, mamtarnrng airport operational safety. When operating vehicles on or near open runways or taxiways, two-way radio unless it is under escort. Vehicles can be construction personnel must understand the critical in closed areas without a radio if the closed area is importance of maintaining radio contact with airport properly marked and lighted to prevent incursions and a NOTAM regarding the closure is issued. operations,ATCT, or the Common Traffic Advisory 16 Frequency,which may include UNICOM,MULTICOM, h. Monitoring procedures to ensure that vehicle or one of the FAA Flight Service Stations(FSS),as drivers are in compliance with the construction vehicle directed by airport management. plan. 00 Vehicular traffic crossing active movement areas must be i. Procedures for,if appropriate,personnel to controlled either by two-way radio with the ATCT,escort, control access through gates and fencing or across aircraft flagman,signal light,or other means appropriate for the go movement areas. particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their 2-5. CONSTRUCTION EMPLOYEE PARKING position when given clearance to cross a runway. In AREAS. addition,it is the responsibility of the escort vehicle driver 16 to verify the movement/position of all escorted vehicles at Designate in advance vehicle parking areas for contractor any given time. employees to prevent any unauthorized entry of persons Even though radio communication is maintained,escort 0 or vehicles onto the airport movement area. These areas vehicle drivers must also familiarize themselves with should provide reasonable contractor employee access to ATCT light gun signals in the event of radio failure(see the job site. the FAA safety placard"Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be 2-6. CONSTRUCTION VEHICLE EQUIPMENT ordered through the Runway Safety Program Web site at PARKING. http://www.faarsp.org or obtained from the Regional 1f1 Construction employees must park and service all Airports Division Office. construction vehicles in an area designated by the airport 2-8. FENCING AND GATES. operator outside the runway safety areas and OFZs and never on a closed taxiway or runway. Employees should Airport operators and contractors must take care to also park construction vehicles outside the OFA when not maintain a high level of safety and security during in use by construction personnel(e.g.,overnight,on construction when access points are created in the security weekends, or during other periods when construction is fencing to permit the passage of construction vehicles or not active). Parking areas must not obstruct the clear line personnel. Temporary gates should be equipped so they of sight by the ATCT to any taxiways or runways under can be securely closed and locked to prevent access by air traffic control nor obstruct any runway visual aids, animals and people(especially minors). Procedures signs,or navigational aids. The FAA must also study should be in place to ensure that only authorized persons those areas to determine effects on 14 CFR part 77, and vehicles have access to the AOA and to prohibit Objects Affecting Navigable Airspace,surfaces(see °piggybacking"behind another person or vehicle. The paragraph 2-13 for further information). Department of Transportation(DOT)document DOT/FAA/AR-00/52,Recommended Security Guidelines 2-7. RADIO COMMUNICATION TRAINING. for Airport Planning and Construction,provides more specific information on fencing. A copy of this document The airport operator must ensure that tenant and can be obtained from the Airport Consultants Council, construction contractor personnel engaged in activities Airports Council International, or American Association involving unescorted operation on aircraft movement of Airport Executives. to Section 3. Notification of Construction Activities 2-9. GENERAL. plan should contain the notification actions described below. In order to maintain the desired levels of operational safety on airports during construction activities,the safety 5 AC 150/5370-2E 1117103 ow 2-10. ENSURING PROMPT NOTIFICATIONS. Deactivation of Airports,requires that the airport operator W notify the FAA in writing whenever a non-Federally The airport operator should establish and follow funded project involves the construction of a new airport; procedures for the immediate notification of airport users the construction,realigning,altering, activating, or and the FAA of any conditions adversely affecting the abandoning of a runway,landing strip, or associated to operational safety of an airport. taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 2-11. NOTICES TO AIRMEN(NOTAMS). 7480-1,Notice of Landing Area Proposal, to the nearest ow FAA Regional Airports Division Office or Airports The airport operator must provide information on closed District Office. or hazardous conditions on airport movement areas to the Also,any person proposing any kind of construction or V0 FSS so it can issue a NOTAM. The airport operator must alteration of objects that affect navigable airspace,as coordinate the issuance,maintenance, and cancellation of defined in 14 CFR part 77 must notify the FAA. This NOTAMs about airport conditions resulting from includes construction equipment and proposed parking construction activities with tenants and the local air traffic w facility(control tower, approach control, or air traffic areas for this equipment(i.e.,cranes,graders, etc.). FAA Form 7460-1, Notice of Proposed Construction or control center. Refer to AC 150/5200-28,Notices to Alteration,can be used for this purpose and submitted to Airmen (NOTAMs)for Airport Operators, and Appendix the FAA Regional Airports Division Office or Airports r 4 in this AC for a sample NOTAM form Only the FAA District Office. (See AC 70/7460-2,Proposed may issue or cancel NOTAMs on shutdown or irregular operation of FAA-owned facilities. Only the airport Construction or Alteration of Objects that May Affect the Navigable Airspace.) operator or an authorized representative may issue or tier cancel NOTAMs on airport conditions. (The airport If construction operations require a shutdown of an airport owner/operator is the only entity that can close or open a owned NAVAID from service for more than 24 hours or runway.) The airport operator must file and maintain this in excess of 4 hours daily on consecutive days,we list of authorized representatives with the FSS. Any recommend a 45-day minimum notice prior to facility person having reason to believe that a NOTAM is shutdown. Coordinate work for a FAA owned NAVAID missing,incomplete, or inaccurate must notify the airport shutdown with the local FAA Airways Facilities Office. operator. In addition,procedures that address unanticipated utility lrr outages and cable cuts that could impact FAA NAVAIDs 2-12. AIRCRAFT RESCUE AND FIRE must be addressed. FIGHTING(ARFF)NOTIFICATION. No 2-14. WORK SCHEDULING AND The safety plan must provide procedures for notifying ACCOMPLISHMENT. ARFF personnel,mutual aid providers,and other emergency services if construction requires shutting off or Airport operators—or tenants having construction on their 40 otherwise disrupting any water line or fire hydrant on the leased properties—should use predesign,prebid, and airport or adjoining areas and if contractors work with preconstruction conferences to introduce the subject of hazardous material on the airfield. Notification airport operational safety during construction(see AC procedures must also be developed for notifying ARFF 150/5300-9,Predesign,Prebid, and Preconstruction and all other emergency personnel when the work Conferences for Airport Grant Projects). The airport performed will close or affect any emergency routes. operator,tenants,and construction contractors should Likewise,the procedures must address appropriate integrate operational safety requirements into their notifications when services are restored. planning and work schedules as early as practical. Operational safety should be a standing agenda item for 2-13. NOTIFICATION TO THE FAA. discussion during progress meetings throughout the W project. The contractor and airport operator should carry For certain airport projects, 14 CFR part 77 requires out onsite inspections throughout the project and notification to the FAA. In addition to applications made immediately remedy any deficiencies,whether caused by For Federally funded construction, 14 CFR part 157, negligence,oversight,or project scope change. ImNotice of Construction,Alteration,Activation,and tw rr 6 1/17/03 AC 150/5370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas 3-1. OVERVIEW. In addition, all personnel,materials, and/or equipment must remain clear of the applicable threshold siting Airport operators must use these safety guidelines when surfaces, as defined in Appendix 2, "Threshold Siting preparing plans and specifications for construction Requirements,"of AC 150/5300-13.1 Consult with the activities in areas that may interfere with aircraft appropriate FAA Regional Airports Division Office or operations. The safety plan should recognize and address Airports District Office to determine the appropriate these standards for each airport construction project. approach surface required. + ► However,the safety plan must reflect the specific needs (2) Personnel,material, and/or equipment of a particular project, and for this reason,these safety must not penetrate the OFZ, as defined in AC 150/5300- guidelines should not be incorporated verbatim into 13. project specifications. For additional guidance on meeting safety and security requirements,refer to the (3) The safety plan must provide procedures planning guide template included in Appendix 3 of this for ensuring adequate distance for blast protection,if AC. required by operational considerations. 3-2. RUNWAY SAFETY AREA(RSA)/ (4) The airport operator must coordinate OBSTACLE-FREE ZONE(OFZ). construction activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or A runway safety area is the defined surface surrounding appropriate Airports District Office and issue a local the runway prepared or suitable for reducing the risk of NOTAM. damage to airplanes in the event of an undershoot, c. Excavations. overshoot, or excursion from the runway(see AC (1) Construction contractors must 150/5300-13,Airport Design). Construction activities prominently mark open trenches and excavations at the within the standard RSA are subject to the following construction site with red or orange flags,as approved by conditions: the airport operator, and light them with red lights during a. Runway edges. hours of restricted visibility or darkness. (1) No construction may occur closer than (2) Open trenches or excavations are not 200 feet(60m)from the runway centerline unless the permitted within 200 feet(60m)of the runway centerline runway is closed or restricted to aircraft operations, and at least the existing RSA distance from the runway requiring an RSA that is equal to the RSA width available threshold while the runway is open. If the runway must during construction, or 400 feet,whichever is less(see be opened before excavations are backfilled,cover the AC 150/5300-13,Tables 3-1 through 3-3). excavations appropriately. Coverings for open trenches or excavations must be of sufficient strength to support (2) Personnel,material,and/or equipment the weight of the heaviest aircraft operating on the must not penetrate the OFZ,as defined in AC 150/5300- runway. 13. (3) The airport operator must coordinate the 3-3. TAXIWAY SAFETY AREAS/OBJECT- construction activity in the RSA as permitted above with FREE AREAS. the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a a. Unrestricted construction activity is permissible local NOTAM. adjacent to taxiways when the taxiway is restricted to aircraft such that the available taxiway safety area is equal b. Runway ends. (1) An RSA must be maintained of such dimensions that it extends beyond the end of the runway a 'If a full safety area cannot be obtained through declared distance equal to that which existed before construction distances and partial closures,or other methods such as alternate activity,unless the runway is closed or restricted to runway use,construction activity may operate in the RSA as aircraft operations for which the reduced RSA is adequate long as conditions cited in paragraph 3-1 b(2)thru(4)are met.In (see AC 150/5300-13). The temporary use of declared addition,various surfaces outlined in AC 150/5300-13 and Terminal Instrument Procedures(TERPS)must be protected distances and/or partial runway closures may help provide through an aeronautical study. the necessary RSA. wit 7 No AC 150/5370-2E 1/17/03 to at least%z of the widest wingspan of the aircraft main landing gear at the edge of the pavement),then it we expected to use the taxiway and the available taxiway will be necessary to move personnel and equipment for object-free area is equal to at least.7 times the widest each passing aircraft. In these situations,flag persons will wingspan plus 10 feet. (See AC 150 15300-13 for be used to direct construction equipment, and wing guidance on taxiway safety and object-free areas.) walkers may be necessary to guide aircraft. Wing walkers No Construction activity may be accomplished closer to a should be airline/aviation personnel rather than taxiway,subject to the following restrictions: construction workers. ++ (1) The activity is first coordinated with the b. Construction contractors must prominently mark airport operator. open trenches and excavations at the construction site,as approved by the airport operator,and light them with red (2) Appropriate NOTAMs are issued. lights during hours of restricted visibility or darkness (3) Marking and lighting meeting the c. Excavations and open trenches may be permitted provisions of paragraph 3-9 are implemented. up to the edge of a structural taxiway and apron pavement (4) Adequate clearance is maintained between Provided the dropoff is marked and lighted per paragraph rrr equipment and materials and any part of an aircraft. If 3-9, `Hazard Marking and Lighting." such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width(with its r Section 2. Temporary Runway Thresholds 34. OVERVIEW. such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance Construction activity in a runway approach area may available in the opposite direction. If project scope go result in the need to partially close a runway or displace includes personnel, equipment,excavation, etc.within the the existing runway threshold. In either case,locate the RSA of any usable runway end,we do not recommend a threshold in accordance with Appendix 2 of AC displaced threshold unless arrivals and departures toward 150/5300-13,Airport Design. Objects that do not the construction activity are prohibited. Instead, 00 penetrate these surfaces may still be obstructions to air implement a partial closure. navigation and may affect standard instrument approach procedures. Coordinate these objects with the FAA's 3-5. MARKING GUIDELINES FOR so Regional Airports Office or appropriate Airports District TEMPORARY THRESHOLD. Office, as necessary. Refer to the current edition of AC 150/5300-13 for guidance on threshold siting Ensure that markings for temporary displaced thresholds requirements. The partial runway closure,the are clearly visible to pilots approaching the airport to to displacement of the runway threshold, as well as closures land. When construction personnel and equipment are of the complete runway and other portions of the located close to any threshold,a temporary visual movement area also requires coordination with NAVAID,such as runway end identifier lights(REIL), appropriate ATCT personnel and airport users. may be required(even on unlighted runways)to define Caution regarding partial runway closures:When the new beginning of the runway clearly. A visual filing a NOTAM for a partial runway closure,clearly state vertical guidance device,such as a visual approach slope to FSS personnel that the portion of pavement located indicator(VASI),pulse light approach slope indicator 4W (PLASI),or precision approach path indicator(PAPI), prior to the threshold is not available for landing and may be necessary to assure landing clearance over departing traffic. In this case,the threshold has been moved for both landing and takeoff purposes(this is personnel,vehicles,equipment,and/or above-grade W different than a displaced threshold). stockpiled materials. If such devices are installed,ensure an appropriate descriptive NOTAM is issued to inform Example NOTAM: "North 1,000 feet of Runway 18/36 is pilots of these conditions. The current edition of AC closed;7,000 feet remain available on Runway 18 and 150/5340-1,Standards for Airport Markings, describes wN Runway 36 for arrivals and departures."There may be standard marking colors and layouts. In addition,we situations where the portion of closed runway is available recommend that a temporary runway threshold be marked for taxiing only. If so,the NOTAM must reflect this using the following guidelines: condition. Caution regarding displaced thresholds: a. Airport markings must be clearly visible to Implementation of a displaced threshold affects runway pilots;not misleading,confusing,or deceptive;secured in length available for aircraft landing over the place to prevent movement by prop wash,jet blast,wing r vortices,or other wind currents; and constructed of displacement. Depending on the reason for the displacement(to provide obstruction clearance or RSA), 8 1/17/03 AC 150/5370-2E materials that would minimise damage to an aircraft in 3-6. LIGHTING GUIDELL ES FOR the event of inadvertent contact. TEMPORARY THRESHOLD. (1) Pavement markings for temporary closed A temporary runway threshold must be lighted if the portions of the runway should consist of yellow chevrons runway is lighted and it is the intended threshold for night to identify pavement areas that are unsuitable for legs or instrument meteorological conditions. We takeoff/landing(see AC 150/5340-1). If unable to paint recommend that temporary threshold lights and related the markings on the pavement, construct them from any visual NAVAIDs be installed outboard of the edges of the of the following materials: double-layered painted snow full-strength pavement with bases at grade level or as low fence,colored plastic,painted sheets of plywood,or as possible,but not to exceed 3 inches(7.6cm)above similar materials. They must be properly configured and ground. When any portion of a base is above grade,place secured to prevent movement by prop wash,jet blast, or properly compacted fill around the base to minimise the other wind currents. rate of gradient change so aircraft can,in an emergency, to (2) It may be necessary to remove or cover cross at normal landing or takeoff speeds without runway markings, such as runway designation markings incurring significant damage(see AC 150/5370-10). We and aiming point markings,depending on the length of recommend that the following be observed when using construction and type of activity at the airport. temporary runway threshold lighting: (3) When threshold markings are needed to a. Maintain threshold and edge lighting color and identify the temporary beginning of the runway that is spacing standards as described in AC 150/5340-24, W available for landing,use a white threshold bar of the Runway and Taxiway Edge Lighting System. dimensions specified in AC 150/5340-1. Battery-powered, solar,or portable lights that meet the (4) If temporary outboard elevated or flush criteria in AC 150/5345-50,Specification for Portable threshold bars are used,locate them outside of the runway Runway Lights,may be used. These systems are intended pavement surface,one on each side of the runway. They primarily for visual flight rules(VFR)aircraft operation should be at least 10 feet(3m)in width and extend but may be used for instrument flight rules(IFR)aircraft outboard from each side of the runway so they are clearly operations,upon individual approval from the Flight visible to landing and departing aircraft. These threshold Standards Division of the applicable FAA Regional bars are white. If the white threshold bars are not Office. discernable on grass or snow,apply a black background ► with appropriate material over the ground to ensure the b. When the runway has been partially closed, markings are clearly visible. disconnect edge and threshold lights with associated (5) A temporary threshold may also be isolation transformers on that part of the runway at and marked with the use of retroreflective, elevated markers. behind the threshold(i.e.,the portion of the runway that is closed). Alternately, cover the light fixture in such a way One side of such markers is green to denote the approach as to prevent light leakage. Avoid removing the lamp end of the runway;the side that is seen by pilots on from energized fixtures because an excessive number of rollout is red. See AC 150/5345-39,FAA Specification L- isolation transformers with open secondaries may damage 853, Runway and Taxiway Retroreflective Markers. the regulators and/or increase the current above its normal (6) At 14 CFR part 139 certificated airports, value. temporary elevated threshold markers must be mounted with a frangible fitting(see 14 CFR part 139.309). c. Secure, identify,and place any temporary However, at noncertificated airports,the temporary exposed wiring in conduit to prevent electrocution and elevated threshold markings may either be mounted with fire ignition sources. a frangible fitting or be flexible. See AC 150/5345-39. d. Reconfigure yellow lenses (caution zone), as b. The application rate of the paint to mark a short- necessary. If the runway has centerline lights,reconfigure term temporary runway threshold may deviate from the the red lenses,as necessary,or place the centerline lights standard(see Item P-620,"Runway and Taxiway out of service. Painting,"in AC 15015370-10,Standards for Specking Construction of Airports),but the dimensions must meet e. Relocate the visual glide slope indicator(VGSI), the existing standards,unless coordinated with the such as VASI and PAPI;other airport lights,such as appropriate offices. REIL; and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any c. When a runway is partially closed,the distance equipment that would give misleading indications to 1emaining signs for aircraft landing in the opposite pilots as to the new threshold location. Installation of direction should be covered or removed during the temporary visual aids may be necessary to provide construction. adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, 9 AC 150/5370-2E 1/17/03 rrr coordinate its installation or disabling with the local f. Issue a NOTAlv1 to inform pilots of temporary r Airway Facilities Systems Management Office. lighting conditions. Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. b. Temporarily closed runway and taxiways. Ensure that construction areas,including closed runways, For runways that have been temporarily closed,place an are clearly and visibly separated from movement areas "X"at the each end of the runway. With taxiways,place and that hazards,facilities, cables, and power lines are an"X"at the entrance of the closed taxiway. identified prominently for construction contractors. wrr Throughout the duration of the construction project, c. Temporarily closed airport. verify that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in When the airport is closed temporarily,mark the runways place and operational. Routine inspections must be made as closed and turn off the airport beacon. of temporary construction lighting, especially battery- powered lighting since weather conditions can limit d. Permanently closed airports battery life. When the airport-is closed permanently,mark the 3-8. CLOSED RUNWAY AND TAXIWAY runways as permanently closed,disconnect the airport MARKING AND LIGHTING. beacon,and place an"X"in the segmented circle or at a central location if no segmented circle exists. rrw Closed runway markings consist of a yellow"X"in compliance with the standards of AC 150/5340-1, 3-9. HAZARD MARKING AND LIGHTING. Standards for Airport Markings. Avery effective and Orr preferable visual aid to depict temporary closure is the Provide prominent, comprehensible warning indicators lighted"X"signal placed on or near the runway for any area affected by construction that is normally designation numbers. This device is much more accessible to aircraft, personnel, or vehicles. Using discernible to approaching aircraft than the other appropriate hazard marling and lighting may prevent im materials described. If the lighted"X"is not available, damage, injury, traffic delays, and/or facility closures. construct the marking of any of the following materials: Hazard marking and lighting must restrict access and double-layered painted snow fence, colored plastic, make specific hazards obvious to pilots, vehicle drivers, to painted sheets of plywood, or similar materials. They and other personnel. Barricades, traffic cones (weighted must be properly configured and secured to prevent or sturdily attached to the surface), or flashers are movement by prop wash,jet blast,or other wind currents. acceptable methods used to identify and define the limits In addition,the airport operator may install barricades, of construction and hazardous areas on airports. aWraffic cones,activate stop bars, or other acceptable visual Provide temporary hazard marking and lighting to prevent devices at major entrances to the runways to prevent aircraft from taxiing onto a closed runway for takeoff and aircraft from entering a closed portion of runway. The to identify open manholes, small areas under repair, ,,placement of even a single reflective barricade with a"do stockpiled material, and waste areas. Also consider less not enter"sign on a taxiway centerline can prevent an obvious construction-related hazards and include aircraft from continuing onto a closed runway. If the markings to identify FAA, airport, and National Weather taxiway must remain open for aircraft crossings, Service facilities cables and power lines; instrument ewarricades or markings,as described above or in landing system (ILS) critical areas; airport surfaces, such paragraph 3-9,should be placed on the runway. as RSA,OFA,and OFZ;and other sensitive areas to make go it easier for contractor personnel to avoid these areas. a. Permanently closed runways. The construction specifications must include a provision For runways and taxiways that have been permanently requiring the contractor to have a person on call 24 hours losed,disconnect the lighting circuits. For runways, a day for emergency maintenance of airport hazard to bliterate the threshold marking,runway designation lighting and barricades. The contractor must file the marking,and touchdown zone markings,and place"X's"at contact person's information with the airport. each end and at 1,000-foot(300-m)intervals. For taxiways, lace an"X"at the entrance of the closed taxiway. a. Nonmovement areas. dw Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades that are marked with diagonal,alternating orange and white err stripes. Barricades may be supplemented with alternating 1/17/03 AC 150/5370-2E do orange and white flags at least 20 by 20 inches(50 by 50 to movement and parking of equipment that may interfere cm)square and made and installed so they are always in an with line of sight from the ATCT or with electronic extended position,properly oriented,and securely fastened emissions. Interference from construction may require to eliminate jet engine ingestion. Such barricades may be NAVAID shutdown or adjustment of instrument approach many different shapes and made from various materials, minimums for IFR. This condition requires that a including railroad ties,sawhorses,jersey barriers,or NOTAM be filed. Construction activities and barrels. During reduced visibility or night hours, materials/equipment storage near a NAVAID may also supplement the barricades with red lights, either flashing or obstruct access to the equipment and instruments for steady-burning,which should meet the luminance maintenance. Before commencing construction activity, wy requirements of the State Highway Department(yellow parking vehicles, or storing construction equipment and lights are not acceptable after October 1,2004). The materials near a NAVAID,consult with the nearest FAA intensity of the lights and spacing for barricade flags and Airway Facilities Office. lights must adequately and without ambiguity delineate the hazardous area. 3-11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. b. Movement areas. Use orange traffic cones; red lights, either flashing or Determine the construction contractor's access to the steady-burning, which should meet the luminance construction sites and haul roads. Do not permit the requirements of the State Highway Department (yellow construction contractor to use any access or haul roads 16 lights are not acceptable after October 1, 2004); other than those approved. Construction contractors must collapsible barricades marked with diagonal, alternating submit specific proposed routes associated with orange and white stripes; and/or signs to separate all construction activities to the airport operator for construction/maintenance areas from the movement area. evaluation and approval as part of the safety plan before Ili beginning construction activities. These proposed routes All barricades, temporary markers, and other objects must also provide specifications to prevent inadvertent placed and left in safety areas associated with any open entry to movement areas. Pay special attention to ensure runway, taxiway, or taxilane must be as low as possible to that ARFF right of way on access and haul roads is not the ground; of low mass; easily collapsible upon contact impeded at any time and that construction traffic on haul with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement roads does not interfere with NAVAIDs or approach from prop wash, jet blast, wing vortex, or other surface surfaces of operational runways. 16 wind currents. If affixed to the surface, they must be 3-12. CONSTRUCTION MATERIAL frangible at grade level or as low as possible, but not to STOCKPILING. exceed 3 inches (7.6cm) above the ground. Do not use 16 nonfrangible hazard markings, such as concrete barriers and/or metal-durum-type barricades, in aircraft movement Stockpiled materials and equipment storage are not areas. Do not use railroad ties on runways. permitted within the RSA and OFZ of an operational runway. The airport operator must ensure that stockpiled Use highly reflective barriers with flashing or steady- materials and equipment adjacent to these areas are burning red lights to barricade taxiways leading to closed prominently marked and lighted during hours of restricted runways. Evaluate all operating factors when determining visibility or darkness. This includes determining and how to mark temporary closures that can last from 10 to verifying that materials are stored at an approved location 15 minutes to a much longer period of time. However, to prevent foreign object damage and attraction of wildlife. we strongly recommend that even for closures of relatively short duration, major taxiway/runway 3-13. OTHER LIMITATIONS ON intersections be identified with barricades spaced no CONSTRUCTION. greater than 20 feet(6m) apart Mark the barricades with a flashing or steady-burning red light. At a minimum use Contractors may not use open-flame welding or torches a single barricade placed on the taxiway centerline. unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no 3-10. CONSTRUCTION NEAR NAVIGATIONAL circumstan ces should flare pots be used within the AOA AIDS (NAVAIDS). at any time. The use of electrical blasting caps must not 16 be permitted on or within 1,000 feet(300m)of the airport Construction activities,materials/equipment storage,and property(see AC 150/5370-10,Standards for Specking vehicle parking near electronic NAVAIDs require special Construction of Airports). consideration since they may interfere with signals essential to air navigation. Evaluate the effect of construction activity and the required distance and direction from the NAVAID for each construction project. rf Pay particular attention to stockpiling material,as well as 11 AC 150/5370-2E 1/17/03 r 3-14. FOREIGN OBJECT DEBRIS (FOD) not leave or place FOD on or near active aircraft jW MANAGEMENT. movement areas. Materials tracked onto these areas must be continuously removed during the construction project. Waste and loose materials, commonly referred to as FOD, We also recommend that airport operators and are capable of causing damage to aircraft landing gears, construction contractors carefully control and propellers, and jet engines. Construction contractors must continuously remove waste or loose materials that might attract wildlife. Section 4. Safety Hazards and Impacts 3-15. OVERVIEW, sand,mud,paving materials, etc.)on airport pavements may result in aircraft propeller,turbine engine,or tire The situations identified below are potentially hazardous damage. Also,loose materials may blow about, conditions that may occur during airport construction potentially causing personal injury or equipment damage. projects. Safety area encroachments,unauthorized and improper ground vehicle operations,and unmarked or i. Inappropriate or poorly maintained fencing uncovered holes and trenches near aircraft operating during construction intended to deter human and animal surfaces pose the most prevalent threats to airport intrusions into the AOA. Fencing and other markings that wo operational safety during airport construction projects. are inadequate to separate construction areas from open Airport operators and contractors should consider the AOAs create aviation hazards. following when performing inspections of construction activity: j. Improper or inadequate marking or lighting of runways(especially thresholds that have been displaced a. Excavation adjacent to runways,taxiways, and or runways that have been closed)and taxiways that could aprons. cause pilot confusion and provide a potential for a runway M incursion. Inadequate or improper methods of marling, b. Mounds of earth,construction materials, barricading,and lighting of temporarily closed portions of temporary structures,and other obstacles near any open AOAs create aviation hazards. IN runway,taxiway,or taxilane;in the related object-free area and aircraft approach or departure areas/zones; or k. Wildlife attractants—such as trash(food scraps obstructing any sign or marking. not collected from construction personnel activity),grass ft c. Runway resurfacing projects resulting in lips seeds,or ponded water—on or near airports. exceeding 3 inches(7.6cm)from pavement edges and 1. Obliterated or faded markings on active ends. operational areas. II* d. Heavy equipment(stationary or mobile) operating or idle near AOAs,in runway approaches and m. Misleading or malfunctioning obstruction lights. departures areas,or in OFZs. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. im e. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring n. Failure to issue,update,or cancel NOTAMs about airport or runway closures or other of navigational and visual aids. Unauthorized or m improper vehicle operations in localizer or glide slope construction-related airport conditions. critical areas,resulting in electronic interference and/or o. Failure to mark and identify utilities or power facility shutdown. cables. Damage to utilities and power cables during construction activity can result in the loss of f. Tall and especially relatively low-visibility units runway/taxiway lighting;loss of navigational,visual,or (i.e.,equipment with slim profiles)—cranes, drills,and approach aids; disruption of weather reporting services; similar objects—located in critical areas,such as OFZs and/or loss of communications. + and approach zones. p. Restrictions on ARFF access from fire stations to g. Improperly positioned or malfunctioning lights the runway-sway system or airport buildings. or unlighted airport hazards,such as holes or excavations, q. Lack of radio communications with construction on any apron,open taxiway, or open taxilane or in a vehicles in airport movement areas. related safety,approach,or departure area. to h. Obstacles,loose pavement,trash, and other r. Objects,regardless of whether they are marked debris on or near AOAs. Construction debris(gravel, or flagged,or activities anywhere on or near an airport wr 12 1/17/03 AC 150/5370-2E r that could be distracting, confusing, or alarming to pilots v. Failure to provide for proper electrical lockout during aircraft operations. and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors S. Water,snow, dirt, debris, or other contaminants should make provisions for coordinating work on circuits. that temporarily obscure or derogate the visibility of runway/taxiway marking,lighting, and pavement edges. w. Failure to control dust. Consider limiting the Any condition or factor that obscures or diminishes the amount of area from which the contractor is allowed to visibility of areas under construction. strip turf. t. Spillage from vehicles(gasoline, diesel fuel, oil, x. Exposed wiring that creates an electrocution or Mi etc.) on active pavement areas,such as runways, fire ignition hazard. Identify and secure wiring,and place it in conduit or bury it. taxiways,ramps,and airport roadways. y. Site burning,which can cause possible u. Failure to maintain drainage system integrity obscuration. during construction(e.g.,no temporary drainage provided when working on a drainage system). z. Construction work taking place outside of designated work areas and out of phase. 1A 1A 1A 16 13 1/17/03 AC 150/5370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free h. AC 150/5340-18,Standards for Airport Sign r publications from the FAA on its Web site at Systems. Contains FAA standards for the siting and http://www.fan.gov/arp/. In addition,these ACs are installation of sins on airport runways and taxiways. available by contacting the U.S.Department of Transportation, Subsequent Distribution Office,SVC- i. AC 150/5345-28,Precision Approach Path "� 121.2'),Ardmore East Business Center,3341 Q 75th Indicator(PAPI)Systems. Contains the FAA standards Avenue,Landover,MD 20785. for PAPI systems,which provide pilots with visual glide slope guidance during approach for landing. ,rr a. AC 150/5200-28,Notices to Airmen (NOTAM) for Airport Operators. Provides guidance for the use of j. AC 150/5380-5,Debris Hazards at Civil the NOTAM System in airport reporting. Airports. Discusses problems at airports,gives information on foreign objects,and explains how to b. AC 150/5200-30,Airport Winter Safety and eliminate such objects from operational areas. Operations. Provides guidance to airport owners/operators on the development of an acceptable k. AC 70/7460-2,Proposed Construction or rW airport snow and ice control program and on appropriate Alteration of Objects that May Affect the Navigable field condition reporting procedures. Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace c. AC 150/5200-33,Hazardous Wildlife Attractants and explains the need to notify the FAA before On or Near Airports. Provides guidance on locating construction begins and the FAA's response to those certain land uses having the potential to attract hazardous notices,as required by 14 CFR part 77. wildlife to public-use airports. a� 2. Obtain copies of the following publications from the d. AC 15015210-5,Painting,Marking, and Lighting Superintendent of Documents,U.S. Government Printing of Vehicles Used on an Airport. Provides guidance, Office,Washington,DC 20402. Send a check or money specifications,and standards for painting,marking,and order made payable to the Superintendent of Documents lighting vehicles operating in the airport air operations in the amount stated with your request. The Government areas. Printing Office does not accept C.O.D. orders. In addition,the FAA makes these ACs available at no charge e. AC 150/5220-4, Water Supply Systems for on the Web site at http://www.faa.gov/arp/. Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the a. AC 15015300-13,Airport Design. Contains design of a distribution system to support aircraft rescue FAA standards and recommendations for airport design, and fire fighting service operations on airports. establishes approach visibility minimums as an airport design parameter,and contains the object-free area and L AC 150/5340-1,Standards for Airport Markings. the obstacle free-zone criteria. ($26. Supt.Docs.) Contains FAA standards for markings used on airport SN050-007-01208-0. runways,taxiways, and aprons. b. AC 150/5370-10,Standards for Specifying g. AC 150/5340-14B,Economy Approach Lighting Construction ofAirports. Provides standards for Aids. Describes standards for the design, selection,siting, construction of airports. Items covered include and maintenance of economy approach lighting aids. earthwork, drainage,paving,turfing, lighting,and me incidental construction. ($18. Supt.Docs.) SN050-007- 0821-0. rw A-1 AC 150/5370-2E 1/17103 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERATIONS AREA(_AOA). Any area of 8. OBJECT-FREE AREA(OFA). An area on the the airport used or intended to be used for the landing, ground centered on the runway,taxiway, or taxilane takeoff, or surface maneuvering of aircraft. An air centerline provided to enhance safety of aircraft operations area includes such paved or unpaved areas that operations by having the area free of objects except for are used or intended to be used for the unobstructed those objects that need to be located in the OFA for air movement of aircraft in addition to its associated navigation or aircraft ground maneuvering purposes(see runways,taxiways, or aprons. AC 15015300-13,Airport Design, for additional guidance 2. CONSTRUCTION. The presence and movement of on OFA standards and wingtip clearance criteria). construction-related personnel, equipment,and materials 9. OBSTACLE-FREE ZONE(OFZ). The airspace in any location that could infringe upon the movement of below 150 feet(45m) above the established airport aircraft. elevation and along the runway and extended runway 3. CERTIFICATED AIRPORT. An airport that has centerline that is required to be clear of all objects, except been issued an Airport Operating Certificate by the FAA for frangible visual NAVAIDs that need to be located in under the authority of 14 CFR part 139,Certification and the OFZ because of their function,in order to provide Operation: Land Airports Serving Certain Air Carriers,or clearance protection for aircraft landing or taking off from its subsequent revisions. the runway and for missed approaches(refer to AC 150/5300-13 for guidance on OFZs). 4. FAA FORM 7460-1,NOTICE OF PROPOSED 10. RUNWAY SAFETY AREA(RSA). A defined CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic or Airports surface surrounding the runway prepared or suitable for Division Office as formal written notification of any kind reducing the risk of damage to airplanes in the event of an undershoot of construction or alteration of objects that affect overshoot, or excursion from the runway,in navigable airspace, as defined in 14 CFR part 77, Objects accordance with AC 150/5300-13. ■Il Affecting Navigable Airspace(see AC 70/7460-2, 11. TAXIWAY SAFETY AREA. A defined surface Proposed Construction or Alteration of Objects that May alongside the taxiway prepared or suitable for reducing Affect the Navigable Airspace, found at the risk of damage to an airplane unintentionally fit http://www.faa.gov/arpo. departing the taxiway,in accordance with AC 150/5300- 5. FAA FORM 7480-1,NOTICE OF LANDING 13. AREA PROPOSAL. Form submitted to the FAA 12. THRESHOLD. The beginning of that portion of the Airports Regional Division Office or Airports District runway available for landing. In some instances,the Office as formal written notification whenever a project landing threshold may be displaced. without an airport layout plan on file with the FAA 13. DISPLACED THRESHOLD. The portion of involves the construction of a new airport;the p construction,realigning, altering,activating,or pavement behind a displaced threshold that maybe abandoning of a runway,landing strip, or associated available for takeoffs in either direction or landing from taxiway; or the deactivation or abandoning of an entire the opposite direction. airport(found at http://www.faa.gov/arp/). 14. VISUAL GLIDE SLOPE INDICATOR(VGSI). 6. MOVEMENT AREA. The runways,taxiways, and This device provides a visual glide slope indicator to other areas of an airport that are used for taxiing or hover landing pilots. These systems include precision approach taxiing, air taxiing,takeoff,and landing of aircraft, path indicators(PAPIs),visual approach slope indicators exclusive of loading ramps and aircraft parking areas (VASIs),and pulse light approach slope indicators (reference 14 CFR part 139). (PLASIs). 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, subpart C. III! A-2 1/17/03 AC 150/5370-2E a* APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction .rr PURPOSE. This appendix provides airport operators Notice to Airmen(NOTAM)System] of proposed with boilerplate format and language for developing a location,time, and date of commencement of safety plan for an airport construction project. Adapt this construction. Upon completion of work and return of all appendix, as applicable, to speck conditions found on such areas to standard conditions, the contractor must, the airport for which the plan is being developed. through the airport operator,verify the cancellation of all Consider including a copy of this safety plan in the notices issued via the NOTAM System Throughout the construction drawings for easy access by contractor duration of the construction project,the contractor must— personnel. Plans should contain the following: a. Be aware of and understand the safety problems 1. GENERAL SAFETY REQUIREMENTS. and hazards described in AC 150/5370-2, Operational Safety on Airports During Construction. Throughout the construction project,the following safety b. Conduct activities so as not to violate any safety and operational practices should be observed: standards contained in AC 150/5370-2 or any of the Operational safety should be a standing agenda references therein. item during progress meetings throughout the construction project. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. • The contractor and airport operator must perform onsite inspections throughout the project,with d. Promptly take all actions necessary to prevent or immediate remedy of any deficiencies,whether remedy any unsafe or potentially unsafe conditions as iW caused by negligence,oversight,or project scope soon as they are discovered. change. • Airport runways and taxiways should remain in 3. APPROACH CLEARANCE TO RUNWAYS. it use by aircraft to the maximum extent possible. Runway thresholds must provide an unobstructed • Aircraft use of areas near the contractor's work approach surface over equipment and materials. (Refer to should be controlled to minimi a disturbance to Appendix 2 in AC 150/5300-13,Airport Design, for iw the contractor's operation. guidance in this area.) • Contractor,subcontractor,and supplier 4. RUNWAY AND TAXIWAY SAFETY AREA aw employees or any unauthorized persons must be restricted from entering an airport area that (RSA AND TSA . would be hazardous. Limit construction to outside of the approved RSA,as Aw • Construction that is within the safety area of an shown on the approved airport layout plan—unless the active runway,taxiway,or apron that is runway is closed or restricted to aircraft operations, performed under normal operational conditions requiring a lesser standard RSA that is equal to the RSA must be performed when the runway,taxiway,or available during construction(see AC 150/5370-2 for iW apron is closed or use-restricted and initiated exceptions). Construction activity within the TSA is only with prior permission from the airport permissible when the taxiway is open to aircraft traffic if operator. adequate wingtip clearance exists between the aircraft and equipment/material; evacuations,trenches, or other � • The contracting officer, airport operator, or other conditions are conspicuously marked and lighted;and designated airport representative may order the local NOTAMs are in effect for the activity(see AC contractor to suspend operations;move i 150/5300-13 for wingtip clearance requirements). The personnel, equipment, and materials to safe NOTAM should state that, "personnel and equipment are location; and stand by until aircraft use s working adjacent to Taxiway " completed. Z. CONSTRUCTION MAINTENANCE AND a. Procedures for protecting runway edges. rr FACILITIES MAINTENANCE. Limit construction to no closer than 200 feet (60m)from the runway centerline—unless Before beginning any construction activity,the contractor the runway is closed or restricted to aircraft �. must,through the airport operator,g ive notice [using the operations,requiring a lesser standard RSA r. A-3 AC 150/5370-2E 1/17/03 that is equal to the RSA available during Coordinate construction activity with the construction. Airport Traffic Control Tower(ATCT)and • Prevent personnel,material,and/or FAA Regional Airports Division Office or f11 equipment, as defined in AC 150/5300-13, Airports District Office, and through the Paragraph 306, "Obstacle Free Zone airport operator, issue an appropriate (OFZ),"from penetrating the OFZ. NOTAM. Complete the following chart to determine the area that must be protected along the runway edges: .Runway Aircraft Approach'- Airplane w RSA.Width,in'Feet Divided by 2 Category* Desia'Group*;-` A,B C,.or.D: I,.II,III,or IZF.,j: *See AC 150/5300-13,Airport Design, to complete the chart for a specific runway. b. Procedures for protecting runway ends. Prevent personnel,material,and/or equipment, Maintain the RSA from the runway as defined in AC 150/5300-13,from penetrating • the obstacle-free zone. threshold to a point at least the distance fromI the runway threshold as existed before • Ensure adequate distance for blast protection is construction activity—unless the runway is provided,as needed closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA 0 Coordinate construction activity with the ATCT length available during construction in and FAA Regional Airports Division Office or accordance with AC 150/5300-13. This Airports District Office,and through the airport —ma7-inva1Pethe�'ofdeClazet�dzStatices npprat�r_ iasLe an appropriate NOTAM no and partial runway closures(see AC Provide a drawing showing the profile of the 150/5370-2 for exceptions). appropriate surfaces of each runway end where • Ensure all personnel,materials,and/or construction will take place. Where operations 46 equipment are clear of the applicable by turbojet aircraft are anticipated,review threshold siting criteria surface,as defined takeoff procedures and jet blast characteristics of in Appendix 2, "Threshold Siting aircraft and incorporate safety measures for Requirements,"of AC 15015300-13. construction workers in the contract documents. A-4 1/17103 AC 150/5370-2E rrr Complete the following chart to determine the area that must be protected before the runway threshold: Runway End Airplane Aircraft- Minimum Safety Area Minimum Unobstructed Number Design Group* Approach Priorto the Threshold* Approach Slope Category* I,II;III,or IV FEET : 1 to(threshold) FEET : 1 to(threshold) nr FEET : 1 to(threshold) FEET : 1 to(threshold) *See AC 15015300-13,Airport Design, to complete the chart for a specific runway. " 5. MARKING AND LIGHTING FOR the airport operator/contractor,as specified in the TEMPORARY THRESHOLDS. contract,and will be depicted on the plans. wr Marking and lighting for a temporary threshold is /is 8. TEMPORARY LIGHTING AND MARKING. not required. The airport owner or contractor,as specified in the contract,will furnish and maintain Airport markings,lighting,and/or signs will be altered in markings for temporary thresholds. Precision approach the following manner(specify)during the period from path indicators(PAPIs)or runway end identification to The alterations are depicted on the lights (REIL)are /are not required. The airport plans. owner or contractor, as specified in the contract,will err furnish and install all temporary lighting. Include 9. VEHICLE OPERATION MARKING AND appropriate items per AC 150/5370-2,Chapter 3, "Safety CONTROL. Standards and Guidelines." If marking and lighting for rm the temporary threshold is not required, delete this Include the following provisions in the construction section of the safety P lan. If visual aids and/or markings contract,and address them in the safety plans: are necessary,provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents) a. When any vehicle,other than one that has prior to lsprovatfrum-thu-atpmT-o I er y 6. CLOSED RUNWAY MARKINGS AND portion of an aircraft movement area,it will be escorted LIGHTING. and properly identified. To operate in those areas during daylight hours,the vehicle must have a flag or beacon The following must be specified for closed runways. attached to it. Any vehicle operating on the movement Closed runway marking are /are not required. areas during hours of darkness or reduced visibility must Closed runway markings will be as shown on the be equipped with a flashing dome-type light,the color of arr plans /as furnished by the airport which is in accordance with local or state codes. owner /other (specify). Barricades,flagging, and flashers are /are not required at Taxiway b. It may be desirable to clearly identify the tm and Runway and will be supplied by the airport vehicles for control purposes by either assigned initials or /other (specify). numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at 7. HAZARDOUS AREA MARKING AND minimum 8-inch(20-cm)block-type characters of a LIGHTING. contrasting color and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate Hazardous areas on the movement area will be marked removal. Magnetic signs are also acceptable. In addition, with barricades,traffic cones,flags, or flashers(specify). vehicles must display identification media,as specified in These markings restrict access and make hazards obvious the approved security plan. (This section should be to aircraft,personnel, and vehicles. During periods of low revised to conform to the airport operator's visibility and at night,identify hazardous areas with red requirements) flashing or steady-burning lights(specify). The hazardous area marling and lighting will be supplied by rr. A-5 AC 15015370-2E 1/17/03 c. Employee parking shall be b. Prominently marking open trenches, excavations, (specify and stockpiled materials at he construction and lighting location), as designated by the airport manager / these obstacles during hours of restricted visibility and project engineer /other (specify). darkness. d. Access to the job site shall be via c. Marking and lighting closed, deceptive, and (specify route),as shown on the plans /designated hazardous areas on airports, as appropriate. by the engineer /designated by the superintendent /designated by the airport d. Constraining stockpiled material to prevent its manager /other (specify). movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. e. At 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the 12. RADIO COMMUNICATIONS. ` movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences Vehicular traffic located in or crossing an active of noncompliance. movement area must have a working two-way radio in contact with the control tower or be escorted by a person L If the airport is certificated and/or has a security in radio contact with the tower. The driver,through plan,the airport operator should check for guidance on personal observation,should confirm that no aircraft is the additional identification and control of construction approaching the vehicle position. Construction personnel equipment. may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the 10. NAVIGATIONAL AIDS. area and the area is properly marked to prevent incursions. Two-way radio communications are /are The contractor must not conduct any construction activity not required between contractors and the Airport within navigational aid restricted areas without prior Traffic Control Tower /FAA Flight Service approval from the local FAA Airway Facilities sector Station /Airport Aeronautical Advisory Stations representative. Navigational aids include instrument (UNICOM/CTAF) . Radio contact is /is landing system components and very high-frequency not required between the hours of and omnidirectional range,airport surveillance radar. Such Continuous monitoring is required /or is required restricted areas are depicted on construction plans. only when equipment movement is necessary in certain areas . (This section may be tailored to suit the 11. LLNMAT IONS ON CONSTRUCTION. specific vehicle and safety requirements of the airport sponsor.) Additional limitations on construction include- 13. DEBRIS. a. 11–r6sbia-g–open-flame welding or torcYl cutting operations unless adequate fire safety precautions are Waste and loose material must not be placed in active provided and these operations have been authorized by movement areas. Materials tracked onto these areas must the airport operator(as tailored to conform to local be removed continuously during the work project. requirements and restrictions). i A-6 rrr 1/17/03 AC 150/5370-2E APPENDIX 4. SAMPLE NOTAM AIRPORT err FAA NOTAM# DATE: AIRPORT I.D.# TIME: NOTAM TEXT: NOTIFICATON: ####TOWER PHONE# INITIALS TIME CALLED IN BY �w ####FSS PHONE# INITIALS TIME CALLED IN BY AIRLINES air -a CANCELLED: NOTIFICATON: io ####TOWER PHONE# INITIALS TIME CALLED IN BY ####FSS PHONE# INITIALS TIME CALLED IN BY rr AIRLINES r go br ..r A-7 40 go so go to rrr CONSTRUCTION BADGE REQUEST FORM AIN DATE OF REQUEST CONSTRUCTION BADGE ACCESS GATE/LOBBY REQUEST (Paper Badges only) AID This form must be typed or printed legibly by Construction Management only. CSR S Start Date Expiration Date ❑NEW RENEWAL 111011 Boeing Rep fPR 1 NT/7YPp (SIGNATURE) Phone M/S Contractor Subcontractor art Description of Duties 1. Be certain Contractor understands he/she should report to the designated Access Gate/Lobby. ft 2. Keep duplicate copy for Boeing Representative File, 3. Submit form to the 11WO riata Office: Auburn Badge Room M/S SF-10 931-3708; Renton Badge Room' M/S 60-78 237-0074; Everett Badge Room WS OM-20 342-0330; Plant 2 Security Office M/S 7E-78 393-8215. A Submit FIVE days In advance.of start date to eliminate-any problems. aaI Forsman7 p YES O No Full Legal Name SSN dome address LAST FIRST MIDDLE DOB `lace of 84-th, Country of citizenship eaNON-U.S. CITIZEN P SIOENT ALIENS MUST SUBMIT A PHOTOCOPY (FRONT AND BACK) OF THE 1.181 OR 1-551 IRESIOENT ALIEN CARD) 'ype of visa Alien Reg number Expiration Date of card as :CO3 remanl YES O No Full Legal Name LAST FIRST MIDDLE SSN IIIrbine address 008 -'ace of Birth Country of citizenship t11r1ON—U.S. C1TME* RESIOEN7 ALIENS MUST SUBMIT A PHOTOCOPY FRONT AND BACK) OF THE t-151 OR 1-551 (RESIDENT ALIEN CARD► Tvpe of visa Allen Reg. number Expiration Date of card i)s - Foremen? r7 Yes Q NO Full Legal Name ar LAST FI SSN FIRST MIDDLE Moms address - DOB F :e of Birth - 40 Country of citizenship NON-U.S, CITIZEM RESIDENT ALIENS MUST SUBMIT A PHOTOCOPY FRONT AND BACIO OF THE 1-151 OR 1-551 (RESIDENT ALIEN CAFa T e of viss Alien Reg. number Expiration Onto of card Foreman? YES ❑ NO —NO Full Legal Name SSN LAST FIRST MIDDLE 10RLe address DOB 'hwo of Birth NON-U.S. CITIZEN Country of citizenship RESIOEM ALIENS MUST SUBMIT A PHOTOCOPY (FRONT AND BACK) OF THE 1-151 OR 1.551 (RESIDENT ALIEN CARD) yl of visa up — Alien Re Expiration Reg. number Date of card l This page was left blank intentionally. r iii SECTION VI STANDARD DRAWINGS 61 t ;3 JA 7 3 3 3 7 7 7 7 it .� L E W C N c 0 W z0 a ° 3 0- a c W DX v E' \ _ °- MO + a o A WW h hq L aW t uj}L w cc(a t!k N L c O N O W O WO [ h Q 4- L C U NO7 U O t W C� Q'L W U N V W+ L W.\\• 3 k O W N-W C Wd = U O p N �- nU O- W- 3 LU C t +- ° X+ +V 40-- C P C C_ O OW +NO V _ NN }O O � p E NO U WL OC W.0 C V Q �r'�C♦'II 4� Z A W 0. O 'a C p OEn W 1] + N- O C L T .N_•�- + O O L 10- U U) E +O ° W W E y L C N Wo 4- }W+ 2 1 C ON LW U C0 <s a W 0 L) c E ° a jN O} OtL E- O N d N E N L U '00 Wa +U - 7aLi - - W W 'C+ L W O•- O •O+ O C X aN 1) 1)L Y W Y W O L ° - .3 + UaU E E W + y W m + W 0 0 0 0 W> W N O N o N + O C L•- LO c L: Cr CL C•- W "'C F--W ac N Y V r._ r L 1� U r cc o G Z .... N , ow v Ul �p o T i Y u V Y O 4 � O L W Q C O + o C C C ° } o n Ow +W--^ O t L n c L L'- In + O r ��} W °L > > Q C W L 0 } W a +-� N N m CL r W E N OL K +.. E+ 0 W V- ON L N t0 N ° L W Aw p o jz In D \ M CL a O O S, 0 O L (+ L m O � C 3 m L in M Q U L U t U O U W O L N W L O O m L m O M m M a a M a stir ow lob �r 06 U O LLJ w O U) w m U E— U_; Q U z ca J Z W Q U OU a rl U� V) Q Nt W N Q O o z o, I I rz q z a N • W O W C4 ca w O z 0 o z �¢ 0 z W qF aE- W v � a m Q �D a + w z w + � o C) O cn I o Q1 T � 0' U? M LLi � O w LL- C) z 1� w (n _ ::D w w 00 w Z LL U O JQ� Z i� co Q ::D x > O U) U � Lij ~ O W O rj O O Q w ff) O Q U > U) _ Q T- � J Z o LLJ O U O w Uw =F- LLI U rnw r<- Q No 0 LL Q z C� Q U F O . Z Z � Q p = Q 0 GO Q U ZU w Q� � c L- <L �-- m (n w Q Q Q O cn w - J CL O >O < U) Q U LLJ T- > J r U U C-) Q Q Q Q � � LLj w O :E � zQ �LLJ O' w U) J cn Q N n M _1 N = m wCf-� z �- � � Ln � o Q U) O w 0 f-- J Uj U F- WU D W LL. ww0 m ( > Qm I (f) LL Q � Q � O Q Q w Z >-- www Uw F- O U w U 2 z m > w wLLO wQ w rYOU (Y 0- to �� ..... ■rr.� iir..�r �.... ..... ...r w... .�. �... �r �.wr ,.,.r�,r �� �.r.r �r ��r a..rl ..r.r O O m W C.� � Q E- d E- Cf) �D W C4 o a � W � Qw acv E-+ �w E- d cl, R Q m CN V 7 Q v F a O f� m � m C!) LLi z ^00 > Z CD r rJ + 4 t JN 1 � i E 1 om / ° / Q w = Q w z cl� O W Q CD r- V) Y W U Of z _" W M i OUTFALL TO STREAM z 0 0 = or-- 3 o L / m m W W ►- N W CO 0 W d U) O / QO ° Z Li w DUMP NO POLLUTANTS 0 W Q Q o > w r / a_ U U U � Z, ►- O a_ OOW � U No OU) �nWW OQ / F- w J Ln m U V) LLJ U z F O d ° CD F WQW00 :>:: 0' < > FOUNDRY NAME ) ° w : Q = U v0Qt- z C) < U) Z Q Lf� U) F- L-Li F--Q U) N Z � �' WCO � W �.2 -� O W Z d FF- = O Ln -J �- � � U �ZQa_cl VjQ 4 m D W r CON f- li O O CD W I Q ZU) cn LC)zQ ° V) ° ° X O ` 0 z J Q d ° 0 -1 � r,- d Q D_ � � °� ' D � UtW- N > ° O QC� N � ° W ~ •- W z x z — _1 0J -J " O — � W � � Od C� O > � oUJr- W � � > 0 J w w '- WO0OU � dF- U) m ::) cf) U W tY C)> 0o° OOOZ _J � 000 Y ~ w � ~ ZU) Q � UGH = QJ (-) coM LL. � JwI Jztnd LLJ LLJ w Cnn ::D f)n � °w D O Z N rq Lc) Cfl r- 00 CD CN 0 m L > n C) V) � U z U) Z z Ww a4 c:l L) E- X E- 0 z L) qE. -< CN C:t E- co u C/) m + < tiA z CD ♦ I ac 00 LrIl 03 L > CN v v V V V V, co Z 0 cn 00 _x -Z>- u.f "I, -- LLJ LO ;z cr- 0 0 LLJ [if < m Ld [if Z 0 0 I7- Llj Li < ,C/i_ U (0 bE 0 cn n C cn F-- m cn (n Li No cn a- 0 Ld CD Crl cn Z I Z < ii I o 0, C) < Of 0 00 < — < z V) F-< Z L LL- 0 cn < LLJ w m o- -. < Q �Qaoo(N C) LL, LLJ r-) (/) = z Ln C\j Z F-- 0 C:) cj� 00 t- < 0 LL z I L)f o L-Li J Lli I M -J C() r) L.Li -J cn U LLJ < N < LiJ a_ (-)< U� < x 0' YO LLJ O z d n U < U) 0 LLI C) 0 LLJ > LLJ i = i < LLJ -�E < 0 > x < 0 �- - _j LJ Li -- Of O:f I 00 Q,- LLJ LLJ L, -i Y F- Z < C) < 0 0 j Ld LLJ -i LLJ 0i LLJ L'i LLJ > < > Li cf) Cf) �-- 0 -F 0 0 a.-N.-Ww qmwffm r ""Now lonow vmm. Q. Room" �4 o O W m E- CN > z Q Q N W W o N z a- W w m ° c w C:6 O E- < ° w H .-� Q a z CD Li w � z w a Z z0 U d w a o a d Y U U U O ~ F- z U44 ,x QH ¢ Q OO Q V) I � z Z � v aia � W W a '-' of w U U z pp d O m LL ~ n- `nom `� � ~ \� x �� ♦ 11th bi Q Q EO N z Q m \ `- w m n � v, � Ul Q z r\ u Q "- Q = Q = U mo U �r � �� w 0 n o I � z U Li , p 0 Q a cc ( o 01 r o m x ° o� W O Q Q mx z o F— w "� ( \ O w I I � ► M ~ c 1 O LLJ � I F- (n w Q :i U ° LJ O z _( ail l N O��PAL N W Q af rn � Q Li 8dno of Y w N a Lli C) CL m , L-_J O D N r U) O \O (2 LL F- J _ N < O C x 0 D d M z -► Q U F- r. ::D \ o U) I ° O r- - w w N I = m o M F-- -J z a W _ W L Q O N > O 0 O o \ Ln Ln z Q �L W O — w � � li Z N Lf) Z CC/')m z N 0 p p J p O 0 � w — o� mz } 0 r U) LL, mQo II W -� U U Z :- c U F- w z � ? (f) O z z can C) J O W Z U_ QmpmLLJ < 0 J L _ cL r--� p O W Q J LL. -� w < z p w 0 dJ�l ° O � � � Q < m oo Li Li > ll. W \ � -iQ W cj� = (f) 0af b/� L cn o -.CD (n > > 0 z Ln (D r.r.r rr.rr. r.. + ... .r..r rr..w w.... ... .. .+..r .....r .r... ....... ..r ■rr�rr ��r ummr Z N Fn O m a H CO r�-- U J E— W W C) v a W O (� W (2 N .I' ba I o E- � a < W a o Q Q J �+ r Q U �M4 x Q H E- co U) Z m U � U i U � W W O U Q 0 F- ( Q o j J m Q v �O _ E- z CD (, W X U LL!, J + 4 CE m r z 0 U) N LLJ CD \ �- ►`) W \ n Li a Un Of z T-- Q Q � o F- (n = U)N � �n Z Z L J F- L� \ O z n O W W M m Q oo Of O N Li _ x _x Lj Ln (n p0 N CO Ln W Z O Ur \ ',,,(N N � ONF- J Un D _ m= Q 0 'f -} C) NUD Y F- � Q Q 00 < Ur F— Q QF- 0 = O � o Lti za— > ° > W ZUn p J ZOO a < QY 0 Of OF- Z0 U.D 00 OZQVIQZ �\ Q = UWO (11 0 � X � w - � U Y J U Q d � UQ \ QOtr � � F- (nLLJWO N Ow `= � N Q Q — JX J U) W � W w Of O fY W UY F- Q fl) LL Un LL- 0 Z �nrr �rrr rrrr �r rwrr +rmum-ri for ..r...r ■nm~ C c U) c U) c ti W a o -C - - CQ) v ~ F N a) QU) oN n � � C 0- p z � C C 10 C c] U U)-- L C u C Q a H. r•+ A w � LU) C Q) a-C 4- cn dC E 4- U a U L o Cl.- L Z� ii c�� O '" G q a Y — Q L U + UU O+ O v E: Q) N - + r"q : V a ��ap A U n • C + L- a O N EvL � D U q 3 a.i U U n U •� i E•- U u) c •-z U) 0 i z •- Q C Q — co: '48 c O o � H�g.- U U) E to (D a) O zim U) a) -v) CO- dV) C v c + � D d a) 4-- 0Q) 0LC � � Ul C VQ 3i 4 Q L U > O C+ O N + Un Q L a L a) a) �( C) Q) Q 4- N U) Q U N Q) OU- v)g L � UZUU 3 D Q) -0 V) 4-• 0) L C U --z - O aL: co Q) C 0 a T L � a L C O LZ: C QY O+�vD 0t- Q V) d m Q U t- N E - •_ Off` L U+-- 'D N L L +- < (n•- — L C U O 4- t a) c o t — pnC 4- O m� 1) N 7 .+ } O L 4- o z CL (Y C, C: Go (1) - C)co a Q 3 Q - Q)�-11�•- •- L C E C> D = + . ) v U +m- v (1) C) (n + ri L'i (n � E (n a -+-70 C vc cc vc 0 _ L 4- - n C C d O (D (1) O U °'v U-)•_- r E -r 77 i ti U - n �� - ' 1, U • C E C E 7 > ` - v u �1 u •- L i - � 0 c oaci�`�1 Ic ov( I( uv: IO ri -i O I or o•- 0o va! cl at ate d d d N H Q ^ COVO L L Q in tD Q) d a) ° U (n L L L L O O O L , >O L 4- 4- 4- a U - C C C Q LO D C 4 - •- . U) O a) U U U +- O • + a) C- c (D C L l_ L 0- L U) r L L a) + o U U U 3 0 Q) 3 0 0 0 - Qi +- L L Q) N � V) U + (n Q) p Q) In C C C C 4- d a) O D U E T Q 0) -u U En l- I- F- 4- O O - D d LL- LL- (n D U C u) D stn \ \ \ O C C O Z Z Z U 0 + d d d O O O O U Q) -. Q) NZ (n Q �'� - 0 Q) L C > N U E Q) 'C) { (n L L 0 O V) p U) N C. U to C Q p O a to N In L: C L Cl-co v O L •- Q + c L Ln Cr) to C� tD D a Q) v- Ln t.0 tl 0:� _ cn - O -+ N v + 0 L L L W 0 0 0 Q D 0 0 0 L 4- 4- 4- CL + C C C ------------ 000 Q) Q v P .p L a U U U P, f O Q) Q) Q) N Un L L L O L � � � -C L -C \ r, a U U U d Q Q � ccc \ to v 0 0 F- 0 tLLL- o' LO - ---------------------------------- U C \ \ \ _ Z z Z d NIN , ° 0 o Q o aaa XdN „9I 00 ( Q 4- U) V) V) X,x v fp C � mLn o N Q) N XVN „8Z NIN „0- ,Z f' , � 000 o , F- z v . d ° •o t. 0 ------ ------ o. qj a N Q 0 mH v — L 0- W w w co 0- C 4 I I I a) •- Q 0 Q d dd U) C L - 4- _ W d D D O LO C) + tl. U (XVN ,ZI ) „8„ L O ao v O � O v U-) LO arrrrr err r..�r �r Q r *MEOW sw. .r.r �� irn` ... �r rrY rn.r rrr �r �r Irrrrrr ��rIY