Loading...
HomeMy WebLinkAboutContract as Award Date: 9/15/2014 CAG-14-088 Awarded to: Gary Merlino Construction Company 9125-10th Avenue South No Seattle,WA 98108 Phone: 206.762.9125 Fax: 206.763.4178 �. Y Bidding Requirements, City of Renton + . �r Forms, Contract Forms, Conditions of the Contract, Plans and Specifications �' N City of Renton Construction of- Runway £Runway Blast Wall Replacement CITY OF RENTON PROJECT NO. CAG-14-088 FAA AIP GRANT NO. 3-53-0055-024 - Bid Set City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle, P.E. 425-430-7471 ® Printed on Recycled Paper w .r ADDENDUM NO. 3 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS For we CONSTRUCTION OF RUNWAY BLAST WALL REPLACEMENT CAG-14-088 Date of Issue: July 14, 2014 +r. The following changes, additions, and/or deletions are considered as Addendum No. 3, and are hereby made a part of the contract documents. Bidders shall base their bid upon the information furnished in this addendum; and as required in the contract documents. The Contractor is required to acknowledge Addendum No. 3 in their err proposal. Failure to acknowledge addendum on the bid form will result in bid being declared non-responsive. THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: 1. Planting Plan Schedule and Notes wr REPLACE Sheet L2.01 in the bid documents with the attached sheet L2.01. 2. Temporary Equipment Staging inside Project work Area Sheet G2.01 shows contractor staging area north-west corner of the airport. As discussed in the pre- bid meeting, the contractor may stage construction equipment at their own risk in the project work ri area on the airside provided the equipment is secure and does not cause foreign object debris (FOD), block the access to Gate V9 west of the project area, and provided the equipment is not staged within 10-ft from the primary security line(PSL)fence. PSL fence is defined as existing perimeter fence during Phase 1 of the project and new security fence during Phase 2 as shown in Sheet G2.10 of the`Bid Set'.Additionally the construction equipment and/or the stockpiled material would be subject to vertical height restriction and wingtip clearance of adjacent areas. rrr 3. SP-4: Construction Site Field Office Owner Representative(URS Corporation)office would be located on the second floor of the former Chamber of Commerce Building, 300 Rainier Ave N, Renton, WA 98057. The first floor space at the same address is available for the contractor. Furniture, services and equipment listed in Table 4-1 of special provisions shall be made available for the Owner Representative. W 4. New Blast Deflector Foundation The foundation thickness for the new blast deflector would depend upon the weight of the blast deflector. Please refer to geotechnical report included with the specifications for soil conditions. "" Previous experience with similar blast deflectors suggest 12 to 36-inch depth for the foundation placed on a minimum 6-inch thick Crushed Surface Base Course(CSBC). r.. END OF ADDENDUM NO. 3 .r ow M rrr aw Addendum No. 3 Page 1 of 1 tunow tawwwo ew linrrw ft� 400ow SOON" ei tvmww OWAVO wrm +wu" som D gloom soma rnrrr WINE" gogam womm l f!E Ndidf'...,.�rfli�ry{v132e Fan aitpxt �,..,yx,a P''."J _Ft£.Vi'k<�ma.#a\,W�:ki..a i, zcrT.-s.i.z...f=b '4taac! aimv m N g CD D xpDy �b 3 moF=� N - o/�� o o ® ® 0 0 0 0 0 0 ® O o ® � o o 0 0 o N --1 `V C7 �W�ZA o CL S NwpIC'Im Q 9w' <QC OmNn<Co x Ad< m m 3 Ox A nm nmw.�Nwn 33 V ,O C aw ° oO33 3 xm3oc n _ o rOyzn 0rn'I S m z FD* w £ _ o x a T m O o �.m m F O m x 3 -aa n p '2 w'3 \ ox i i 0 3 < 3 ° �<2, v o = o 3 c m a , o - z s N N ((lV� W In O1 N lD W O 0 .o w m m R' R. m m P. 9. Ro 1p m m k R. Ru R� m m k fA w Ip w w w w Tw w - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O o 0 0 0 0 o n e€r F £ F £ z O O O O O O O ? 0 O ? O O O O O ? O O O ? O O O N • O y c c c c c c c c c c c c c c c c c a 3 z<_ N w 3 �0 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a z 3 3 3 3 3 33 3 3 3 3 3 3 3 3 33 3 3 m m m m m m - - pA DN a a a a d v d v w v a a v v a a a v w n A o' 0 0 0 'o 'o 'o '0 0 0 0 0 0 00 0 0 0 0 0 3 0 0 01 0m O O o 0 0 0 0 0m 0m 00 0m m 0 0 0 m T m T OI A ALAIA O Cli A OI A O A _ O T O O O O O O O Q O O O O O O O l") = o o ® O o o O © o o O O O O+ O O 0 1 A v x Ll Ll G m m D = v S n Ll G1 N n c O Q m d<> > ry° Da y a = O O n D oc ?o '- o> >> m'- °c� 'ma -c Z AO °c 3 a3 3a c- u - a3 < 3 � 3 �3 ov m n - . - 'ma 2 4 H H � w N D-T o.�^. p� d 3 d'Oi u o 0 N of nx '" o� n^- Ta m 30 °Ta o w �N �S L1n O < °i w m w = °° =a m = - E z 3 v, w 'a'a m m 0 c. v 'm m 0 - mo 0 rt 0 N j o a M a 3m u M `< zi c ' a 3 rn QQ� >0W_awOo vaw>tWwOnn d�tpnwO oc`^-yN-!O���,'o!�tiFrrmAx�mw���=uoYzmauN=n",-tt,rzrnmA��nDavooo-o��?m�omvti�vNoAOWon n_c oC?�owno_�<�ZmD�=m�-o�r<=maz-mnvZs<Nzx��2zma�z n"-i�vwaWnOOa en�ooDD0?otizyno pnoAmz=rmm�pro1cmvy-zzx�ontAn0nOpo aa -mpnZzm wOnOK�rmxmozzz<o=ZN uzzn•r roCZNnn»o>r�omr�ozVrmOAwnro�maZ�rzp_�'�N-V¢AOn^\i I moNoz-ZnNrnomv�sz;Narv�y-i 1.0 m Om oNo�mo��nUpizt omooAoSz�Coro�mr�Zn„?mrA'<vv-v-N��i omwOmfmczZcOOVropn�Z�mc�f�n'II c O D Z z 30 mrOZ M, m- s3xao aw ooA0aODOo3o 2 e m mvwa NanaFW Qwx, \w0spmzmnwNm<mnn ZZc 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 OO O O O O O O O Z a naM n n a n a n N M M M m M I< 1. c < < < m _ ° ° ° 0 a ° ° °° 0 ° r n an IM 1. 9 n n 0 0 0 0 0 0 0 0 0 0 0 0 0 00 r > ; Z O ?O O O 0 O o n < D M v� MAm LA a c) zZ D= o 3 3 z % 3Z ^ o 0 3CO m r CD D = Z 2 oFi 3 mZ DC) z o O ZOZ D w . m rri ao0W w M M a i:4 a M F z v 'o 0 0 0 0 0 N N E! M o 0 0 o a no n n a a OZCL ^ O OO ti mzzon O O O n v m � ? j 5 p o 0 0 0 � a c to QQ ° ', o z w z a cr is N m � .q r� 0Co N IS Jlb Z w m � � o rrr VA aw 00 W av •-, � r ,i, N d I a p voi m - - X Cp io v � a fjw L rw _ Q `^^ m w -1 rrt c � 4 G m so a o =`_ - c 3 m CL .r a a o w `J taD W 0a i 0 n 3D i O N f 7b ro ; m Q; ao go co a z � d^i o °° 14 N ` z Ul w C ' z a m v_ 01- jA m s m ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS for CONSTRUCTION OF RUNWAY BLAST WALL REPLACEMENT CAG-14-088 Dated of Issue: June 17,2014 irr The following changes, additions, and/or deletions are considered as Addendum No. 1, and are hereby made a part of the contract documents. Bidders shall base their bid upon the information furnished in this addendum; and as required in the contract documents. The Contractor is required to acknowledge Addendum No. 1 in their proposal. Failure to acknowledge addendum on the bid form will result in bid being declared non-responsive. +r THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: err The following documents shall be ADDED to the bid documents: 1. City of Renton Summary of Fair Practices Policy INSERT the City of Renton"Summary of Fair Practices Policy"following the Part I Bidding Information divider sheet. ' 2. Part II Contract Forms divider page INSERT the"Part 11 Contract Forms"divider page following page 12 of the bid specifications. r 3. City of Renton Fair Practices Policy Affidavit of Compliance INSERT the City of Renton"Fair Practices Policy Affidavit of Compliance"following page 24 of the bid specifications. 4. Washington State Department of Labor and Industries Policy Statement INSERT the"Washington State Department of Labor and Industries Policy Statement'following page Wages-62 of the bid specifications. The Contract Documents shall be MODIFIED as follows: 1. Table of Contents, under Part II—Contract Forms. DELETE the last item: "❖City of Renton Standard Endorsement Form" 2. Table of Contents, under Part II—Contract Forms. MODIFY the second to last item to read: "City of Renton Insurance Information" +rr 3. Part IV- Federal Requirements, Disadvantaged Business Enterprise Contract Provisions, page Fed- Req-1. e -Req-1. CHANGE the second to last sentence in the third paragraph to read: "A DBE contract goal of 4.1 percent has been established for this contract." rr 4. Part IV- Federal Requirements, DBE Attachment 1, page Fed-Req-3. CHANGE the second and third sentences to read: The bidder/offeror is committed to a minimum of 4.1 % DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of 4.1 %) is committed to a minimum of % DBE utilization on this contract and submits documentation demonstrating good faith efforts." .r. END OF ADDENDUM NO. 1 ,,,� Addendum No. 1 Page 1 of 1 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation ► or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and �r subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies ies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March , 2011 . CITY O RENTON RENTON CITY COUNCIL ,_/ Denis Law, Mayor uncil Pr ident �rw Attest: Bonnie I. Walton, City Clerk S AL �°2,•,,. TED s ������ err to afr err r r to +rr PART II CONTRACT FORMS w. THIS PAGE INTENTIONALLY LEFT BLANK D Ciittyy�of rr CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ■r hereby confirms and declares that: r (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their +� race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. +rr III. When applicable, the above-named contractor/subcontractor/consultant will seek out and ow negotiate with minority and women contractors for the award of subcontracts. +�r Print Agent/Representative's Name rrr Print Agent/Representative's Title Agent/Representative's Signature w Date Signed w. Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. 24a THIS PAGE INTENTIONALLY LEFT BLANK Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of +rr Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. +� 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, .. etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. +w r wr Supplemental to Wage Rates 1 03/03/2013 Edition, Published February 1st, 2013 r WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator w Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ri(► ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, «r and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and-covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans - — ------ -- ---- --- -- --------- --.-- ----- 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. i 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. -_ p _ pipe , 5. Concrete Pipe - Plain Concrete ip e and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. I ! ---- - - - - ---- --- - - i ----- --- vi rw Supplemental to Wage Rates 2 03/03/2013 Edition, Published February 1st, 2013 W w ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail Pedestrian handrail j ow conforming to the type and material specifications set forth in the I (: contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). -- --- -- -------- -- - ----.- -- 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. wr 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. i w. - - ---- - --- - -- --+- -- r -- 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in w accordance with Section 9-28.14(3). i 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 �r and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. ( t 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. j See Std. Plans. j 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 1 1 With adjustment sections. See Std. Plans. ( j Supplemental to Wage Rates 3 03/03/2013 Edition, Published February 1st, 2013 wr ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. ,rr See Std. Plans. - _ ------ --------- -- - - 19. Precast Grate Inlet Type 2 with extension and top units. r See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of -4 1 various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting ► 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has + annual approval for methods and materials to be used. j See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 03/03/2013 Edition, Published February 1st, 2013 W im to ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. - s -- -- 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— +rr Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed ConcreteiW { Girders for use in structures. Fabricator plant has annual approval ( (, of methods and materials to be used. Shop Drawing to be j provided for approval prior to casting girders. j See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A j rr +_-_ 31. Prestressed Precast Hollow-Core Slab — Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual r approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. l 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. err rr Supplemental to Wage Rates 5 03/03/2013 Edition, Published February 1st, 2013 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure j shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. j 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. i 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication _- 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Special, Provisions for pre-approved drawings. .r 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions forpre-approved drawings 1 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 6 03/03/2013 Edition, Published February 1st, 2013 10 W d ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to .r be installed Custom Std Message Signing e 43. Cutting & bending reinforcing steel 44. Guardrail components Custom I Standard _- End Sec I Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by - - WAC 296-127-018 47. Fiber fabrics 48. Electrical wiring/components y 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber .� 52. Irrigation components ,rr err r Supplemental to Wage Rates 7 03/03/2013 Edition, Published February 1st, 2013 «rr ITEM DESCRIPTION YES NO 53. Fencing materials i 54. Guide Posts 55. Traffic Buttons 56. Epoxy I ilii 57. Cribbing 58. Water distribution materials -- ------ --- - _l 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard i 62. Steel pile tips, custom Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual ` prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are as applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/03/2013 Edition, Published February 1st, 2013 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally +r.. used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers �. Power Equipment Operators - Underground Sewer &Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) 9W The following occupations may be used only as outlined in the preceding text concerning ' "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products +w Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. rr rr Supplemental to Wage Rates 9 03/03/2013 Edition, Published February 1st, 2013 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section r Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, "e gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works + project site: (i) At one or more point(s) directly upon the location where the material will be „ incorporated into the project; or (ii)At multiple points at the project; or (iii)Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this di section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. dd (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2013 Edition, Published February 1st, 2013 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4)Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which �. the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] r. Supplemental to Wage Rates 11 03/03/2013 Edition, Published February 1st, 2013 r THIS PAGE INTENTIONALLY LEFT BLANK yrr ADDENDUM NO.2 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS for CONSTRUCTION OF RUNWAY BLAST WALL REPLACEMENT CAG-14-088 Dated of Issue: June 30,2014 The following changes, additions, and/or deletions are considered as Addendum No. 2, and are hereby made a part of the contract documents. Bidders shall base their bid upon the information furnished in this addendum; and as required in the contract documents. The Contractor is required to acknowledge Addendum No. 2 in their proposal. Failure to acknowledge addendum on the bid form will result in bid being declared non-responsive. THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: rir The Contract Documents shall be MODIFIED as follows: 1. SECTION 02860 -JET BLAST DEFLECTING FENCE FOR TAKEOFF VELOCITIES, page 02860-2. CHANGE the following 1.04.0 paragraphs 1. through 5. to read as follows: o' 111. Results of full scale field proof tests in which the proposed JBD was subjected to the specified aircraft operating at takeoff power settings. Equivalent computer simulations are an acceptable alternative. 2. Not used. 3. Evidence of satisfactory operation at multiple installations of the proposed model, each with at least three(3)years of actual field service of continued use with similar aircraft, application and engines. 4. Evidence of three(3)past projects with landside cladding/aesthetic treatment. 5. Detailed structural design analysis of the proposed JBD, showing loads and stresses in structural members, deflecting surfaces and any bolted joints, using the worst case ■ aircraft velocity profiles as the calculated pressure for load calculations. Structural calculations shall comply with current IBC standards and shall be submitted by manufacturer during shop drawing review and shall be approved by owner prior to installation." rr� END OF ADDENDUM NO. 2 er Addendum No. 2 Page 1 of 1 go Award Date: 9/15/2014 CAG-14-088 Awarded to: Gary Merlino Construction Company 9125-10th Avenue South aw Seattle,WA 98108 Phone: 206.762.9125 Fax: 206.763.4178 �Y ti O Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications �� TO N City of Renton Construction of: Runway Blast Wall Replacement .. CITY OF RENTON PROJECT NO. CAG-14-088 FAA AIP GRANT NO. 3-53-0055-024 Bid Set City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle, P.E. 425-430-7471 ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Runway Blast Wall Replacement PROJECT NO. CAG-14-088 June 2014 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 ® Printed on Recycled Paper to City of as 8 ° Q CAG-14-088 Runway Blast Wall Replacement CONTRACT DOCUMENT TABLE OF CONTENTS PART I — BIDDING INFORMATION Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Instructions to Bidders *Bidder's Checklist Call for Bids r PART II —CONTRACT FORMS *Combined Affidavit & Certificate Form: rr Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form rr PART III —SPECIAL PROVISIONS SP-1: General SP-2: Construction Operation Plan SP-3: Health and Safety Plan SP-4: Construction Site Field Office SP-5: FAA Advisory Circular 150/5370-2F Operational Safety on Airports During Construction SP-6: Administrative Requirements PART IV— FEDERAL REQUIREMENTS Federal Requirements Disadvantaged Business Enterprise Contract Provisions * DBE Attachment 1 ➢DBE Attachment 2 *Certification of Bidder Regarding Equal Employment Opportunity- Nonsegregated Facilities *Lobbying and Influencing Federal Employees *Buy American Steel and Manufactured Products for Construction Contracts *Statement for Required Language in Proposals for AIP Contracts *Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion rw Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 i lire ODrug-Free Workplace Certification *Certification Regarding Foreign Trade Restrictions Special Instruction to Bidders Regarding EEO sk Section A Federal Aviation Administration (FAA) Requirements Section B Davis-Bacon Act Requirements Section C Contract Workhours and Safety Standards Act Requirements at Section D Clean Air and Water Pollution Control Requirements Section E Contractual Requirements Pursuant to Civil Rights Act of 1964, Title VI Section F Termination of Contract Section G Equal Employment Opportunity Section H Standard Federal Equal Employment Opportunity Construction Contract Specifications Section I Mandatory Requirement for All AIP Funded Construction Projects Involving Electrical Energy or Other Hazardous Energy Sources PART V— FAA GENERAL PROVISIONS Section 10 Definition of Terms Section 20 Proposal Requirements and Conditions Section 30 Award and Execution of Contract Section 40 Scope of Work Section 50 Control of Work Section 60 Control of Materials Section 70 Legal Regulations and Responsibility to Public Section 80 Prosecution and Progress Section 90 Measurement and Payment Section 100 Contractor Quality Control Program Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) Section 120 Nuclear Gages PART VI—TECHNICAL SPECIFICATIONS Section 02220 Site Demolition Section 02300 Earthwork Section 02321 Trenching, Backfilling and Compacting Section 02370 Erosion and Sedimentation Control Section 02743 Asphalt Concrete Paving Section 02860 Jet Blast Deflecting Fence for Takeoff Velocities Section 03100 Concrete Formwork Section 03210 Reinforcing Steel Section 03300 Cast-In-Place Concrete Item 06200 Runway Painting Section 121433 Runway Blast Wall Replacement Artwork Design Section 323113 Chain Link Fence Section 323114 Amego Fence System Section 328400 Irrigation Section 329113 Planting Preparation Section 329300 Planting Section 334600 Underdrainage Systems Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 ii APPENDIX A Federal— Davis Bacon Wage Rate Determinations Washington State Prevailing Minimum Hourly Wage Rates Washington State Department of Transportation Policy Statement Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certification of Payment of Prevailing Wages Geotechnical Investigation APPENDIX B Construction Safety and Phasing Plan Documents marked as follows must be submitted at the time noted and 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 authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. Submit with Bid Submit with Bid or within 1 hour after the published bid submittal time ❖ Submit at Notice of Award ➢ Submit within 24 hours of bid opening a.. 0 Submit within 30 days of award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 +rr rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 iii THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 iv rn i o w err m �r PART a* BIDDING INFORMATION a w In THIS PAGE INTENTIONALLY LEFT BLANK �rw CITY OF RENTON SUJIOd RY OFAAffMCANS WJWDLSABILITIESACTPOLICY �•+ ADOPTED BY-RF.SOLUMONNO.3007 Tho policy of the City of Renton is to promote and afford equal ftftgmt and service to all citizens and to assure „ disability a persons �dWes, when the City of Renton can reasonably accommodate the prmciples of equal amployTocat oPPommity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,soft and local laws. All eta of the City of Renton shall adhere to the following guidelines: (1) SMOMM M&=S - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be concluded in a non- discriminatory ondiscr minatory manner. Personnel decisions will be based on individual performance, staffing requirements,and is accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERAnON MM HCFA RIGHTS Q AMZATIONS - The City of Renton will cerate fully with all organizations and commissions orpm=d to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City seuvi+ces,activities and programs. (3) AMERICANS WM4 DMABILTM ACT -The City of Renton Americas err 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, ac dvides 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) CQ—NjRACTOR$' QJLIGATION - Contractors, subcontractors, consultants and 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 Pams 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 prominseatiy displayed in appropriate City facilities. CONCURRED.DV by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCM: r Mayor it President Atter 4 city Clerk THIS PAGE INTENTIONALLY LEFT BLANK lei to �r mi r CITY OF RENTON Runway Blast Wall Replacement Renton Municipal Airport— Renton, WA Project Number: CAG-14-088 FAA AIP Grant No.: 3-53-0055-024 SCOPE OF WORK �r Date: 6/5/2014 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 wo specifications, to include but not be limited to: • Remove an existing 190-foot-wide by 22-foot-tall blast wall at the south end of Runway 34 at Renton Municipal Airport including removing blast pad foundation and full-depth removal of existing airfield blast pad pavements. • Remove and relocate existing perimeter fencing. • Regrade infield, blast pad, and landside earth; adjust existing storm drains; and install new inlets. rr • Rehabilitate runway blast pad. • Replace the blast wall with a new, lower, curved blast wall, incorporating art on the pedestrian side of the wall. Install obstruction lighting on the wall. r�r • Re-stripe airfield blast pad pavement. • Landscape the pedestrian side of the blast wall. • Install culturally significant artwork to the pedestrian side of the blast wall. 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. A total of 76 calendar days will be allowed for the completion of this project. irr rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 1 THIS PAGE INTENTIONALLY LEFT BLANK of Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 2 orr 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 the time and date specified in the Call for Bids. 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. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood wr to be only approximate. Final payment will be based on 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. *r' 4. Plans may be examined and copies obtained at the Renton Municipal Airport. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. 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. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed +� advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not 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. 9. 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. 10. The bidder shall furnish with his proposal information as to his financial and practical ability to satisfactorily perform the work per FAA General Provision 20-02. 11. Payment for this work will be made in Cash Warrants. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 3 rr 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". at 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. 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. 17. 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. (Not applicable to this project.) 18. 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. As federal grant monies are being used in part to fund this project, the Contractor and subcontractors must pay the higher of either the Washington State Prevailing Wages or the Federal Prevailing Wages. The federal and state prevailing wage rates in effect at the time this project was advertised are included within these specifications as Appendix A. The Contractor is responsible for obtaining the current wage rates and any corrections to the wage rates on the date bids are submitted. The wage rates in effect on the date bids are submitted shall govern. The Contractor is responsible for downloading any corrections to the prevailing wage rates as they become available during the duration of the contract. The federal and state prevailing wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. All Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 4 err rrr 19. Pollution Control Requirements 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 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 Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. err 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all wr activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA"2012 Standard Specifications for Road, Bridge and Municipal Construction" and the "Amendments" to the 2012 Standard Specifications hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall rr be detected and the measurement and payment provisions of Section 1-09, Measurement and Payment(added herein) shall govern. C. Where any provision of the WSDOT Standard Specifications is modified or deleted by reference in the Technical Specifications of this contract, the unaltered, remaining portions remain in full force and effect. 2. In addition, all work under this contract shall be performed in accordance with all pertinent FAA Series 150 Advisory circulars (ACs) except as may be exempted or modified by the, Special Provisions or other sections of these contract documents. These ACs are hereby made a part of this contract by reference and shall control and r guide all activities within this project whether referred to directly, paragraph by paragraph, or not. A. The pertinent ACs referred to above may be reviewed and obtained from the FAA's w website at the following web address: http://rgI.faa.gov/Regulatory_and_Guidance_Library/rgAdvisoryCircular.nsf/MainFra me?OpenFrameSet 21. A geotechnical investigation has been completed, a copy of which is included in Appendix A to this document. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. err r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 5 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the go I attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including rti sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (or will you submit within 1 hour after the published bid submittal time)? ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ❑ Have you reviewed all DBE Contract Provisions? ❑ Have you included with your bid DBE Attachment#1? Note:Apparent responsive bidder will be required to provide DBE Attachment #2 within 24 hours of bid opening. ❑ Have you included with your bid a completed Combined Affidavit & Certificate Form? ❑ Have you included with your bid a completed Certification of Bidder Regarding Equal Employment Opportunity- Nonsegregated Facilities? ❑ Have you included with your bid a completed Lobbying and Influencing Federal Employees Certification? ❑ Have you include with your bid a completed Buy American Certification? ❑ Have you included with your bid a completed Statement for Required Lanquage in Proposals for AIP Contracts? ❑ Have you included with your bid a completed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion? Renton Municipal Airport Bid Setj Runway Blast Wall Replacement June 2014 6 Bidder's Checklist It is the responsibility of each bidder to ascertain if all the documents listed on the ..r attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. f� Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? �[ Has bid bond or certified check been enclosed? Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? Has the proposal been signed? I� Have you bid on ALL ITEMS and ALL SCHEDULES? Have you submitted the Subcontractors List (or will you submit within 1 hour after the published bid submittal time)? Have you reviewed the Prevailing Wage Requirements? .. Have you certified receipt of addenda, if any? Have you reviewed all DBE Contract Provisions? ■. Have you included with your bid DBE Attachment#1? Note:Apparent responsive bidder will be required to provide DBE Attachment #2 within 24 hours of bid opening. r IJ Have you included with your bid a completed Combined Affidavit& Certificate Form? Have you included with your bid a completed Certification of Bidder Regarding Equal Employment Opportunity - Nonsegregated Facilities? Have you included with your bid a completed Lobbying and Influencing Federal Employees Certification? Have you include with your bid a completed Buy American Certification? Have you included with your bid a completed Statement for Required Lanquage in Proposals for AIP Contracts? Have you included with your bid a completed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion? Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 6 Have you included with your bid a completed Certification Regarding Foreign Trade Restrictions? Have you included with your bid a Bidders Qualifications Submittal that meets requirements of FAA General Provisions 20-02? (Provide submittal in 8 1/2 X 11 format.) err Have you included this signed Bidders Checklist? Bidder acknowledges, by checking this box, that bidder has reviewed the "Report of Geotechnical Investigations" for Rehabilitation of Runway 16-34, URS Project No. 33760331 dated 11/12/2007. �r. Note: Apparent responsive bidder will be required to provide Drug-Free Workplace Certification within 30 days after award. STATEMENT OF COMPLIANCE AND CHECKLIST ACKNOWLEDGEMENT The undersigned has reviewed, read and fully understands these Bid Documents and this checklist, fully complies therein, and certifies that all required elements, as marked herein and contained within the specification are included in this Bid Proposal. , I Authorized Signature: Date: Ck�.-t,c Ol ✓c,r� ;e-e re-s;.�eL.t -Kce� �fi i 5 kcrcbL ackkcwled Jed Of addc&du.nti(S) /to. (s) Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 7 CAG-14-088 CITY OF RENTON CALL FOR BIDS Runway Blast Wall Replacement Sealed bids will be received until 2:30 p.m. on Thursday, July 17, 2014 at the City Clerk's office, 7th Floor, 1055 South Grady Way, Renton, WA 98057, and will be opened and publicly read in Conference Room 511 on the 5thfloor, Renton City Hall, 1055 South Grady Way, Renton, WA 98057, for the Runway Blast Wall Replacement Project. The work to be performed within 76 calendar days from the date of commencement under this contract shall include, but not be limited to: Remove the existing blast wall at the south end of Runway 34 at Renton Municipal Airport including removing blast pad foundation and full-depth removal of existing airfield blast pad pavements. Remove and relocate existing perimeter fencing. Regrade infield, blast pad, and landside earth; adjust existing storm drains; and install new inlets. Rehabilitate runway blast pad. Replace the blast wall with a new, lower, curved blast wall, incorporating art on the pedestrian side of the wall. Install obstruction lighting on the wall. Re-stripe airfield blast pad pavement. Landscape the pedestrian side of the blast wall. The Engineer's estimate is between $940,000 and $980,000. A mandatory pre-bid meeting will be held on July 10, 2014, at 1:00 p.m. at the former Chamber of Commerce building, 300 Rainier Ave N (building on the hill behind Boeing Apron B), Renton, WA 98057. i� Additional important bid criteria/document(s) may be found on the City website Call for Bids page, at: http://rentonwa.gov/bids/. err Bid documents, including the complete Call for Bids, will be available June 12, 2014. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects'; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. r Questions about the project shall be addressed to: Ben Dahle, City of Renton, Public Works— Renton Municipal Airport, 616 West Perimeter Road — Unit A, Renton WA 98057-5327, phone (425) 430-7476. wir J on Seth, pu y City Clerk Published: Daily Journal of Commerce - June 12, 2014, and June 26, 2014 rr �r CAG-14-088 err CITY OF RENTON CALL FOR BIDS Runway Blast Wall Replacement Sealed bids will be received until 2:30 p.m. on Thursday, July 17, 2014 at the City Clerk's office, 7th Floor, 1055 South Grady Way, Renton, WA 98057, and will be opened and publicly read in Conference Room 511 on the 5thfloor, Renton City Hall, 1055 South Grady Way, Renton, WA 98057, for the Runway Blast Wall Replacement Project. The work to be performed within 76 calendar days from the date of commencement under this contract shall include, but not be limited to: re Remove the existing blast wall at the south end of Runway 34 at Renton Municipal Airport including removing blast pad foundation and full-depth removal of existing airfield blast pad pavements. Remove and relocate existing perimeter fencing. Regrade infield, blast pad, and landside earth; adjust existing storm drains; and install new inlets. Rehabilitate runway blast pad. Replace the blast wall with a new, lower, curved blast wall, incorporating art on the pedestrian side of the wall. Install obstruction lighting on the wall. Re-stripe airfield blast pad " pavement. Landscape the pedestrian side of the blast wall. The Engineer's estimate is between $940,000 and $980,000. A mandatory pre-bid meeting will be held on July 10, 2014, at 1:00 p.m. at the former Chamber of Commerce building, 300 Rainier Ave N (building on the hill behind Boeing Apron B), Renton, WA 98057. Additional important bid criteria/document(s) may be found on the City website Call for Bids page, at: http://rentonwa.gov/bids/. Bid documents, including the complete Call for Bids, will be available June 12, 2014. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects"; ' "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Questions about the project shall be addressed to: Ben Dahle, City of Renton, Public Works— Renton • Municipal Airport, 616 West Perimeter Road — Unit A, Renton WA 98057-5327, phone (425)430-7476. r Jason Seth, Deputy City Clerk Published: Daily Journal of Commerce - June 12, 2014, and June 26, 2014 rir Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 9 rr so CITY OF RENTON Runway Blast Wall Replacement ADDITIONAL CALL FOR BID CRITERIA 86 In addition to the criteria set forth in the Call for Bid advertisement, as published in the Daily ad Journal of Commerce, the following apply: 1. This contract will be funded in part by a grant from FAA. In accordance with Federal do requirements, the City has determined that this contract has subcontracting possibilities and encourages the use of firms owned and controlled by DBEs. All bidders are directed to the Federal Requirements section of these specifications with regard to the 06 procedures the City will use to encourage DBE participation. Bidders shall furnish the "Letter of Intent"form contained in the Federal Requirements section with their bids. 2. The proposed contract is under and subject to Executive Order 11246 of September to 24, 1965, as amended; to the Equal Employment Opportunity (EEO) Clause; and to the Standard Federal Equal Employment Opportunity Construction Contract Specifications, including the goals and timetables for minority and female participation. No 3. A contractor or subcontractor who may be awarded a contract of$10,000 or more will be required to maintain an affirmative action program, the standards for which are contained in the Federal Requirements section of these specifications. To be eligible U6 for award, each bidder must comply with the affirmative action requirements in the Federal Requirements section of these specifications. as 4. Where the low bid is in the amount of$1 million or more, the Bidder and his known first- tier subcontractors that will be awarded subcontracts of$1 million or more will be subject to pre-award compliance reviews for the purpose of determining whether the Bidder and Bidder's subcontractors are able to comply with the provisions of the equal opportunity clause. 5. Bidders shall complete, sign, and furnish with their bids the following statements found in the Federal Requirements section: • "Certification of Nonsegregated Facilities" • "Buy American Certification" • "Statement for Required Language in Proposals for AIP Contracts" • "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion" • "Certification Regarding Foreign Trade Restrictions" 6. Bidders shall sign the Drug-Free Workplace Certification statement found in the Federal Requirements section within 30 days of Contract Award. 7. This project is subject to Davis-Bacon and Related Acts requirements (29 CFR Parts 1, 3, and 5) and Washington State Prevailing Wage (WAC 296-127). The Contractor and subcontractors shall pay the higher of the state or federal wage rates, on a classification-by-classification basis. w Renton Municipal Airport Bid Set so Runway Blast Wall Replacement June 2014 10 di w 8. The EEO requirements, labor provisions, and wage rates are included in the Specifications and Bid Documents and are available for inspection at the Airport office, 616 Perimeter Road Unit A, Renton, WA 98058. 9. The City of Renton, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that for any contract entered into pursuant to this advertisement disadvantaged business enterprises (DBEs)will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 10. 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. 11. Bidders shall submit bidder qualification "evidence of competency" and "evidence of financial responsibility"with their bid per FAA General Provisions Section 20-02. i rtr rr rir Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 11 THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Will Runway Blast Wall Replacement June 2014 12 CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion, Anti-Trust,and Minimum Wage (Non-Federal Aid) rr. NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or r 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 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 r 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. 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 —j I. u� J �Q S LC ICLCt IM C ti-� Name of Project Gary Merlin Construction Co.Inc. If Na B is Firm Signa ure 9f A,athored F �resedntate of Bidder lar tic D , Y r, .c c es• en. Subscribed and sworn to`Rgfpienvw,�on this h}—" day of T��- t , 201 t . RN N �� :•c f� f'�. y � t Z (N�otaryTPlic in and for the Stat of Washington Notary (Print) L( ��te•'Dp My appointment expir 3 _E_ l S " Renton Municipal Airpor¢�,� M; �� Bid Set Runway Blast Wall Replac�frr , H�a� O\ N� June 2014 13 Contractor, Gary Merlino Construction Company,Inc. CAU: 14-088 rirr BID BOND FORM +rr Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: r That we, Gary Merlino Construction Company,Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent(5%)of Total Bid Amount------------------------- Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents, The condition of this obligation is such that if the Obligee shall make any award to the Principal for Runway Blast wall Replacement,FAA AlP*according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. *Grant No.3-53-0055-024 cjoNSTRU, ;��,,,, w SIGNED, SEALED AND DATED THIS lett, /p'y�', rEF Ju o� Im 0 Gao conpa Inc. C-) p ts Princi al r 1"e o 1vew ;Ce. prte, ��L n ll TtavelersCasualty an Surety Co pany of America' SHIi t,,,S ety Jill A.Boyle,Attomey-in-Fact 0\\`�� err Received return of deposit in the sum of$ rrr w � 15 dWvided to Builders Exchange of WA; Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' .A► POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228030 Certificate No. 005929178 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States I Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a Icorporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Deanna M.French,Jill A.Boyle,Susan B.Larson,Scott Fisher,Elizabeth R.Hahn,Jana M.Roy,Scott McGilvray,Mindee Rankin,Ellen Bell,Jim Hamlin,Ron Lange,John Claeys,and Roger Kaltenbach of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 29th day of May 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company YID Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ,. wry _ O�SUq .FE „ 6 'n N N 1NSq' `o p tY ANO Y �o�0��r� iv .y�< Qo�t`.......3Gy �•�as....._u.9ti�,, go sc 4er+aur'et,rc �pF� 'WO S �(1 19/! � FDRAtED m j�COP R��F �4�i/cORPORF1'�? a ^��� � 1 9 8 2 O c�• :I --- F:n e a HARTFORD, 1 m q�go�s a 1951 N �..3EAL.O: >>t• o: CONN. YOQVM. /£ 1898 �p� D 6 ,s c a1.......�a•(•f i p,.. d b at 1 NN�� fNMN� �5,... ..:�a 1 'Ni 1 �9 '•//It� ' State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 29th day of May 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C.TI N-N In Witness Whereof,I hereunto set my hand and official seal. V�/w•• l� `J My Commission expires the 30th day of June,2016. '0l/8L * Marie C.Tetreault,Notary Public 0 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,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 „,ak of the Company and may give such appointee such authority as his or her certificate of authority may prescribe 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;and it is FURTHER RESOLVED,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;and it is FURTHER RESOLVED,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; and it is FURTHER RESOLVED,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 on the Company in the future with respect to any bond or understanding to which it is attached. s I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. + I , l� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this L day of \ 20 Kevin E.Hughes,Assistant Seciftary r„I.SVq� "F\RE 4 \^W IMy4 '.w+"".NgUq, p�TY 4N0 Elp Y •2`Qp,ppgPr b �j� QO:•........9 J ... 9 y g E; � iP iWttFORD, S 1ilRiF�6gD, a�� ` a� 1951 c ��•s E n it A: ��. o w ca+r,. � �*....r`c N less -, N To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER err CITY OF RENTON CITY OF RENTON PROJECT NUMBER: CAG-14-088 w. FAA AIP GRANT NO. 343-0055-024 RUNWAY BLAST WALL REPLACEMENT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: w 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: GONSTRUC ttt (Note: Unit prices for all items, all extensions, and e0•.•V o R••,j�O total amount of bid should be shown. Show unit .;'0 q��;2 prices in figures.) C0 o > Printed "�"` i cb• tO2 Name: Cka Dliv c -rei,;dex.� 114$141•'"�N c>�^� e 0� Si nature: Address: 915 IDtk }}Uc, So�,�,-E11 Sca..�'+Ic v,►�, �410� rr Names of Members of Partnership: +rr OR wr Name of President of Corporation GM 0-4 Iyer 1,&-0 Name of Secretary of Corporation ('aCL t_e_ 3- U--5+U.5 Corporation Organized under the laws of With Main Office in State of Washington at 17.5 1'0 -5rcL+41cl Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 w. 17 rr 9It�',P 01, -RUNWAY SAW RLP�.A NT BID ITEM UNIT PRICE EXTENDED PRICE NUMBER ITEM DESCRIPTION UNIT QUANTITY (in Nos.) (in Nos.) SCHEDULE I•AIRSIDE CML 1.01 Mobilization LS 1 Z,7 CX ° G OCC 1.02 Safety and Security LS 1 5000 5000, '- 1.03 Project Survey, Stakeout, and Record LS 1 a� Drawings )D Dao, /O off. 1.04 Temporary Fencing, Barricades, and LS 1 00 Facilities 570060. - $0 060. - 1.05 60. "1.05 Storm Water Pollution Prevention Plan LS 1 1.06 Blast Wall LS 12,72,00 C.o 0u Z7Z,c�v. 1.07 Blast Wall Foundation LS 1 ps OCO, 1.08 Fence 8-ft, Perimeter LF 233 AY-75. Z_ p G-7 1.09 Fence 8-ft, Chain Link LF 30 �. 1.10 Fence 10-ft LF 240 / 3 3G0. 1.11 Demo Existing Blast Wall LS 1 ;jp 660. q0- ow 0ow 1.12 Disposal Existing Blast Pad Pavement and SY 1693 00 .23 70a, 1.13 Demo Existing Fence LF 270 1.14 Unclassified Excavation- Export CY 215 LfS. 9 4�S 1.15 Permanent Pavement Markings, 3 Feet LF 170 Wide Chevron - 1.16 Hydroseeding AC 1 - 1.17 Sinkhole Remediation SY 120 �(5', S tfCb. 1.18 Crushed Aggregate Base Course CY 206 `l a, at7 pia 1.19 Existing Base Re-Grade and Re- SY 1238So Compaction `7. 8' (14 41. .r 1.20 1/2" Plant Mix Pavement, Class II TON 274 1.21 Manhole/Catch Basin, Adjust to Grade EA 2 1.22 Type 1 Catch Basin EA 4 1.23 Type 2 Catch Basin EA 1 Soo 1.24 Storm Drain Pipe, 6" DI LF 185 $5 1.25 Storm Drain Connection To Existing EA 2 L Co. - 1, 1200 rrr 1.26 Storm Drain Foundation Penetration EA 2 3 8Z, 1.27 Blast Wall Conduit Wire and Relocation LS 1 of Obstruction Lights p(�, Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 18 +rr 1 28 Relocate Existing Electrical Meter And EA 1 00 Panel (0 000. Co coo -- 1.29 Spare 2" Conduit in Trench LF 1130 1.30 Spare 3" Conduit in Trench LF 1560 S - -7 Y40. 1.31 Spare 4' Conduit in Trench LF 1200 (o. -7 a6 1.32 New Airfield Rated Electrical Vault EA 1 a Ods. - a Qoa TOTAL-Schedule 1-Airside Civil SC46ULi -LANDSI��CI' iIL 2.01 Mobilization LS 1 4 UGC. - OGS +• 2.02 Safety and Security LS 100 600 - 2.03 Project Survey and Stakeout LS 1ao 5 C60. - -,.F-OOQ 2.04 Temporary Fencing, Barricades, and LS 1 Facilities a4D �� 2.05 Topsoil at Plant Bed (8" Depth) CY 227 Topsoil at Lawn Areas Landside (4" 2.06 Depth) 448 aD 1-70-7 2.07 Mulch CY 58 r 2.08 Trees 1 1/2"CAL. EA 320 2.09 Shrubs (2 GAL.) EA 264 e Le 33t., 1ei 2.10 Shrubs (1 GAL.) EA 166 0. 20 2.11 Perennials (2 GAL) EA 3 2.12 Perennials (1 GAL.) EA 853 2.13 Ornamental Grasses(2 GAL.) EA 28 - rr 2.14 Ornamental Grasses (1 GAL.) EA 265 0.00 of L 30. "- 2.15 Bulbs LS 1 600. 2.16 Hydroseed/Lawn Landside SY 4,075 -- 3.40- 2.17 ,4O2.17 New Quick Coupler Valves EA 3 /Sp °V 2.18 Turf Areas- Medium Rotors Or MP SF 36,674 14 GLS, Go Rotators0. 2.19 Ground Cover or Plant Beds -Spray SF 9,144 p, #0 3 (,5-7 ,,. 2.20 ESP-ME Controller(4 Stations) EA 1 j SQp. 00 2.21 Controller Expansion Modules (3 LS 1 Station) 2.22 Controller Expansion Modules (6 LS 2 DO Station) 2.23 Controller Enclosure-Stainless Steel LS 1 2.24 Electrical Work to Install Controller LS 1 - 2.25 Jack or Bore Under Roadway for LF 24 `75'00 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 r 19 r + Sleeving, Main Line&Wire 2.26 Main Line Extension to Site LF 100 2.27 4'CPP Plant Bed Underdrains LF 460 p o 2.28 6" PVC Lateral Connections LF 52 I j ISP —r gip 2.29 4 X 6 Connectors LF 4 app. ° 02 pCp, 2.30 Unclassified Excavation - Export EA 2,983 2-7. r 2.31 Replace Roadway Lights at Airport Way EA 6 co. co p aap TOTAL—Schedule II-Landside Civil ;3, a-j CHEDULIE pll -`$LAST WALL ARTWORK AND 13LAST WALL L 1 1011, MG 300 SCHEDULE III INCLUDES LS 1 $90,000.00 $90,000.00 THE FOLLOWING: 3.01 Mobilization LS �. 3.02 Safety and Security L5 3.03 Temporary Fencing, Barricades, and Facilities Schedule 111 3.04 Static Artwork LS 3.05 Flow Art Wal! LS . 3.06 Exterior Lights EA TOTAL—Schedule III—Blast Wall Artwork and Blast Wall Lighting $90,000.00 GRAND TQT4 BASE X10 TOTAL—Schedule I-Airside Civil -7 35 TOTAL—Schedule II—Landslide Civil TOTAL—Schedule III—Blast Wall Artwork and Blast Wall Lighting $90,000.00 Washington State Sales Tax @ 9.5% _ !v�67o a+ GRAND TOTAL BASE BID 40. ,Sp , r �r rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 20 rrrr SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as .r described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). err If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the 1W bid bid shall be considered nonresponsive and , therefore, void. Complete the following: If awarded the contract, Gary Merlin Construction Co. IM contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls)work: Bid Item (s) I� j .�$ 1.2�q .30, �. 31, E.3�.i a.a L4 Subcontractor Name F; r- Co x.tra.0 it r5 Address 1R0 ao Y� a8(.,% - E•i-c,re.A-tC }Lo 14 9't a 1 ;�b Phone No. State Contractor's License y3-5-7�5q- 14;'No. I O n CO- C?89 Bid Item (s) Subcontractor Name �a t -e l:ro Co kst Co �c Address 5(0 . - '5eX t t k `1$PO Phone No. State Contractor's License Bid Item (s) ✓Vk • Subcontractor Name Go.rLA Tti-c . Address t'1 to t_''- 0-r, -50, - -5co, tle Phone No. State Contractor's License QL rL 1-3 Y t` � Bid Item (s) Subcontractor Name + ► Address Phone No. State Contractor's License No. Bid Item (s) 8W Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 r. 21 +rr September 27,2006 Page 22 rye Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. +r 1 nature of Authorized Re entative Qf Bidder �,gr1;G 01% pVeC /; cec?:cle t Subscribed and sworn to be before me on this 7aday of 200/ 4ary CO# * blic in and for 0 the State of Washington 10 Notary (Print)Qo r a.A- %,��asT�N i``�`���•� Residing at 11,011111110 My appointment expires: Ow Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 ,r. 22 r ,., BOND TO THE CITY OF RENTON Bond No. 106165582 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Gary Merlino Construction Company,Inc. ■r as principal, and Travelers Casualty and Surety Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $_1,252,565.24 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. rr .�/ Dated at Bellevue , Washington, this U� day of p 201 . Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 14-088 providing for construction of Renton Municipal Airport Runway Blast Wall Replacement Project (project name) the principal is required to furnish a bond for the faithful performance of the contract; and +■• WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with art provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the 60 performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of as Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, Gary Merli Construction Com ny, Inc. Travelers Casualty and Surety Company of America Princi I Surety ILWI& XL'�" c� Signa ure attire Jill A.Boyle Lour- I�C- 01�v-c,r e e_ fe 5' 1�- Attorney-in-Fact Title Title Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 23 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER iA POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. y 228321 Certificate No. 006011104 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Deanna M.French,Jill A.Boyle,Susan B.Larson,Scott Fisher,Elizabeth R.Hahn,Jana M.Roy,Scott McGilvray,Mindee Rankin,Ellen Bell,Jim Hamlin,Ron Lange,John Claeys,Roger Kaltenbach,and Guy P.Armfield of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th day of August , 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company i Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company (I.SUq FE°upyi,,. Sune� ,4_ C \ 4 \^M.INf'� •'A 1�N$�q.", JP�tY ANO......... NO i O,{, J iy' ��j0 4 9`� ��OR PORA f �,/q4:: ..'l•C: P y // � ft S `7n /9'/ wC�PORATED m �/ �f Gs'• iWrG�PPORATf:,�: w / I�I982 0 h �i W JRTF6� HARTFORD, H0. u 1951 �.SEgGio3 I�,SBAL:'a W CONN. o t$ +•JC n 896 m�E 45..E✓'r S....... �A b1 •N� �t � V! �'n/AMS State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 6th day of August 2014 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing �l instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. I G.TET In Witness Whereof,I hereunto set my hand and official seal. G • `J My Commission expires the 30th day of June,2016. Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,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 Attomeys-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 to sign with the Company's name and sea]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;and it is FURTHER RESOLVED,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;and it is FURTHER RESOLVED,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; and it is FURTHER RESOLVED,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 on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing f is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of r26 � 20 . 4o� Kevin E.Hughes,Assistant Sec tary CASU,�� �tiRE 4"4ny 1{i°\�,N�kyG ,�Y fNSUq'•.t ptTY ANO SY 07)o,* S E '"HL.o; ANS To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER r RETAINAGE BOND Bond No. 106165583 KNOW ALL MEN BY THESE PRESENTS,that Gary Merlino Construction Company, Inc. as Principal authorized to do business in the State of Washington and Travelers Casualty and Surety Company of America as Surety, a corporation organized and existing under the laws of the State of Connecticut and authorized to transact business in the State of Washington as Surety, are jointly and severally held rr and bound unto Port of Seattle as Obligee in the penal sum of Sixty-Two Thousand Six Hundred Twenty-Eight&26/100- ----------- --------- 6/100--_w---_______________-___ Dollars ($ 62,628.26 ), which is 5% of the Principal's bid. WHEREAS, on the day of the said Principal, herein, executed a contract with the Obligee, for Renton Municipal Airport Runway Blast Wall Replacement Project, CAG-14-088 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5%from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it irr shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. Yrr PROVIDED HOWEVER, that.- 1. hat:1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. ■o 2. Any suit under this bond must be instituted within the time period provided by applicable law. � i WITNESS our hands this day of 0 C,4 X ' , 20 L . r Travelers Casualty and Surety Company r" of America Gary Merlino ConstructiorlCompany, Inc. Surety / By. Jill A. Boyle, Attorney-in-Fact ,r Parker, Smith & Feek, Inc. 2233 112th Ave NE, Bellevue, WA 98004 C I_cL r);e 01�\/t r Pr-1-s" CLOILt Name and Address of Local Agent Principal irw WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER iA► POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. y 228321 Certificate No. 006011103 KNOW ALL MEN BV THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Deanna M.French,Jill A.Boyle,Susan B.Larson,Scott Fisher,Elizabeth R.Hahn,Jana M.Roy,Scott McGilvray,Mindee Rankin,Ellen Bell,Jim Hamlin,Ron Lange,John Claeys,Roger Kaltenbach,and Guy P.Armfield of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th day of August 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and GuarantyInsurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company rOASU,��r` Jr FARE 6�ny� O�i•M..�MSG9 Jp,�•1NSUggy gJp�ly gry03 ����y ��TY� 0 2 1982 O 19� wDR�tfD f m �( ry�lF mS>S i4�i IG�RPORAlf._�_ Pa CYC . s l 7 E; .�; a v HARTFORD, < Ft6RiFORO,'`e � 1896 4c� n; O 1951 N EAI io: �i SEALia° CONN. o i` rte+. y�P uO d , �' Antis GO �•' ='`P 6•. L �O� i\`\� VT "JO ��I• R� � � ^NVFAN„� 1$p A1t�� y,.........1`l� bl R1�a "^��� `1� •y/1t1�.� State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 6th day of August 2014 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G• In Witness Whereof,I hereunto set my hand and official seal. &;-k 0 • V My Commission expires the 30th day of June,2016. pG * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER `8 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,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 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;and it is FURTHER RESOLVED,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;and it is FURTHER RESOLVED,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; and it is FURTHER RESOLVED,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 on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seats of said Companies this day of� y 20� . Kevin E.Hughes,Assistant Sec tary p1.$Uq�1 �'F\RE 6Nya R�\ ,.:Y 1NSU"*'., PTY 4N0 SIW TY m �'�OAPO1R4�C iW:CORP0R4)-, Z i v a z o 1977 l ; ;a; _._ W HaarFORo,o 3 tumrot� Tse t g 1951 s1 AL..'o SEAL:'e r o� �y� R~ i *� �'"`�^,n;� �rS..vA.N..�', ':,S... ../`'a bl Rt'�a f • `�`' �1 AtH To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 2- day of UC4A , . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and 6a,r!S Olf.- %6 Gans�ruci-ice ovv�aca�su , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 76 calendar days from date of commencement hereof as required by the Contract, of which this agreement is a component part) 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 Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG- 14-088 for improvement by construction and installation of: Work as described in "Scope of Work" dated June 2014, attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and wr► signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any r r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 25 rrr so wr 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 +r. violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does r not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. rr 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ar 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under • or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way rYr 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, �r including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Ow Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 26 No �r. 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. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United r States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 76 calendar days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment 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. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the .i. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 27 rr requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE t A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. �w 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of OYL_ M,11i0rl LL-0 AL1�d�fL nujnb rs F +c, -I S. +L} �',✓� do la r5 f- Ce-&-t- 5 written words indluding Washington State Sales Tax. Payments will be made to Contractor as +� specified in the "Special Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement and that the Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 28 err �r r Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS r COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. +� 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, " each of which shall constitute an original, and all of which will together constitute this one Agreement. r 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. rir r rw Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 29 �r CO C C Ty OF RENT '�" ✓ c�- President/P-ae Mayor D is Law ATTE rAA41 �X -SeeFetaryJason Seth, cting City Clerk dba Cary Merlin Construction Co. C. Firm Name check one �„ ❑ Individual ❑ Partnership �Corpoti n In orate '`n 46� SERE E . Attention: sir®� trt�q�lies��ttt�t�`���1` If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. rr r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 30 rr CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Gary Merlin Construction Co. Inc. hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their ` race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; it or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable,the above-named contractor/subcontractor/consultant will seek out and rr negotiate with minority and women contractors for the award of subcontracts. NLIr Ii e DIi✓er Print Agent/Representative's Name �. V-cc ?re5 :Jetit Print A /Represen i e' itle Agent/Representative's Signature r. r,rr Date Signed r. Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. air 24a 10 rs 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General 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. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. 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. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(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 caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a 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 be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2)years after the completion of the project. +rr 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 possesses 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. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 31 rrr 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. Coverage shall include: ' A. 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 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries ad Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. ag E. 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. F. Pollution Liability - the City may require this coverage whenever work under this Contract 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. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: ad A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. +r C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct ad the breach, immediately terminate the contract or, at its discretion, procure or Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 32 re renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $3,000,000 Products/Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 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 Lia!2j� Bodily Injury Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries 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 Pollution Liability(If required) to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2)years after completion of the project. 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 at 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. 1-07.18(4) Evidence of Insurance: r Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1- 07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 33 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". B. Strike the wording regarding cancellation notification to the City: "Failure art 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: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." 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. Oil ✓ Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 34 i.r irs .rr err air +ire PART III SPECIAL PROVISIONS wo do 48 THIS PAGE INTENTIONALLY LEFT BLANK rr SP-1: GENERAL These Special Provisions are supplemental to the Bid Documents and the General Provisions and constitute a part of the Specifications and Contract Documents. In case of conflict the order of precedence is as follows: 1. Drawings 2. Technical Specifications 3. Special Provisions 4. General Provisions 5. Contract Agreement The work herein contemplated consists of furnishing all tools, labor, plant, equipment, materials, and performing all work necessary for the construction,complete,of all airport improvements shown wrr on the plans in strict accordance with detailed plans and the specifications. It is the intent of these plans and specifications to proscribe a complete work and improvement. Where items of work are necessary in this section for the satisfactory completion of the contract, then such work shall be considered incidental to the main construction,and any costs involved shall be reflected in such other prices as are provided. 1. Job Location: Renton Municipal Airport/Clayton Scott Field 616 West Perimeter Rd - Unit A Renton, Washington, 98057 2. Prevailing Federal and State wages are required for this project. The bidder is responsible for determining current applicable wages. A copy of the "Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid"approved by the Washington State Department of Labor and rr Industries will be required to process progress payments. END OF SECTION SP-1 �r rrr w Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-1 r SP-2: CONSTRUCTION OPERATION PLAN SP-2.1 OPERATIONAL REQUIREMENTS AND LIMITATIONS ON THE AIRPORT The Contractor shall conduct all operations in a manner that will not interfere with aircraft traffic or normal operation of the airport. Unless otherwise indicated in the contract and construction documents, the Contractor may not operate within 130 feet of the centerline of an active taxiway (TSA),within 200'of the runway centerline of an active runway(TRSA)or within any active NAVAID critical area. Should the contract and construction documents specify the crossing of an active taxiway, the contractor shall furnish flaggers, escorts and Foreign Object Debris (FOD) control (sweepers)to regulate the movements of vehicles and equipment across the respective facility. No crossings of an active runway will be allowed. Aircraft shall always have the right-of-way. In all operations, the Contractor shall be governed by the regulations and rules of the airport and shall cooperate fully with the Engineer and Airport Management regarding Operation of Vehicles on the AOA. The Contractor shall also be bound by the operational safety requirements outlined in rr1 Federal Aviation Administration (FAA)Advisory Circular No. 150/5370-2F, Operational Safety on Airports During Construction. Should there be a conflict in the requirements between the FAA Advisory Circular and the requirements in the Plans and Specifications, the most restrictive shall govern. SP-2.1.1 Introduction Renton Municipal Airport is a facility governed by a strict set of operating rules to ensure the safety of the traveling public, the operators of airlines, and those individuals who function as support personnel to the facility. The Contractor is required to comply with the most current FAA Advisory Circulars as they pertain to this project. It shall be understood and accepted that the Contractor is familiar with general Airport operations and has considered them in arriving at bid prices and in scheduling various activities. The following general safety operations and objectives shall be achieved to maximize safety and to minimize time and economic loss to the aviation community, construction contractors, and others directly or indirectly affected by the Project. The Contractor shall consider these objectives when formulating schedules and operational activities(see the Construction Phasing Plans for specifics on phasing and work hour restrictions). The Contractor shall be responsible for controlling all operations as per this Contract and the operations of subcontractors(at all levels)and suppliers to comply with the requirements of this section as listed below: 1) Keep the airport operational for all users. 2) Minimize delays to aircraft operations. 3) Maximize safety of aircraft movement and airport operations as a whole. 4) Minimize delays to construction operations. 5) Minimize airport operation and construction activity conflicts. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-2 ir. w These requirements are considered a minimum. Detailed Construction Safety and Phasing Plans are included in the Plans.Where conflicts occur between the requirements in this section and those indicated on the construction Phasing Plans, the more stringent shall govern. SP-2.1.2 Requirements and Regulations Relating to the Operation of Motor Vehicles + A. General 1) During the term of this Contract,the Contractor shall recognize and abide by the following rules and controls as they may be modified by Federal regulations. 2) In addition to these regulations, the Engineer is empowered to issue such other instructions as may be deemed necessary for the safety and well being of Airport users,or otherwise in the best interests of the public. B. Operation of Motor Vehicles 1) General: a) Motor vehicle operations within and on the Airport premises shall be governed generally by the provisions of the Washington State motor vehicle codes. Lights and safe-driving precaution shall be in conformity therewith. In addition, motor vehicles shall conform to all special regulations prescribed by the Renton Municipal Airport or procedures imposed pursuant to Renton Municipal Airport regulations by the Tehnical Representative and Airport Operations Engineer. b) Traffic on perimeter roads, enplaning and deplaning drives, public thoroughfares and parking areas of the Airport is limited to those vehicles properly licensed to operate on public streets and highways. c) All vehicular equipment in the AOA, access road, aircraft parking or storage areas shall at all times comply with any lawful signal or direction of airport employees. All traffic signs, lights, and signals shall be obeyed, unless otherwise directed by airport +■ employees. d) Every person operating motorized equipment of any character on any area shall operate the same in a careful and prudent manner and at a rate of speed posted or fixed by this section and at no time greater than is reasonable and proper under the conditions existing at the point of operating, taking into account traffic and road conditions, view, obstructions, and shall be consistent with all conditions so as not to endanger the life, limb, or property or the rights of others entitled to the use thereof. 2) Operation of Vehicles within the AOA: a) All motor vehicles that enter the AOA shall possess exhaust systems which are protected with screens, mufflers, or other devices adequate to prevent the escape of sparks or the propagation of flame. b) All vehicles (powered and non-powered) within the AOA shall be equipped with reflectors or lights on both front and rear ends and on the sides. rn Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-3 +wr c) All Contractor vehicles shall be equipped with operable yellow flashing beacons, beacons must be lighted during all periods of vehicle operation and while the vehicle is on the AOA. so d) No person shall operate any motor vehicle or motorized equipment in the AOA of the Airport unless such motor vehicle or motorized equipment is in a safe and mechanically reliable condition for such operation. e) Any person operating equipment in the Air Operations Area shall, in addition to this section, abide by all existing Federal Aviation Administration and other governmental rules and regulations. f) No person shall operate any motor vehicle or motorized equipment on the aircraft movement or non-movement areas of the Airport at a speed in excess of 15 miles per hour, or the posted speed limit, whichever is lower, less where conditions warrant, unless specified otherwise elsewhere. Designated motor vehicle drive lanes shall be utilized where provided unless specific authorization to the contrary is given by the Ed Engineer. g) No person operating a motor vehicle or motorized equipment in the AOA shall in any way hinder, stop, slow, or otherwise interfere with the operation of any aircraft on the Airport. h) All aircraft and emergency vehicles have priority over Contractor vehicles. Contractor vehicles shall yield right-of-way to aircraft and emergency vehicles. Contractor shall ensure that under no circumstances will any contractor or subcontractor or other vehicle associated with the job pass beneath any part of an aircraft or loading bridge, or block the access to any parking gate or delay any aircraft movement. i) Vehicles shall remain within established drive lanes. It is prohibited to use runways or taxiways or adjacent field areas unless specifically indicated on the Drawings. It is emphasized that the contractor's authority to operate does not extend to active aircraft movement area.The Contractor shall operate along established haul routes with prior approval of the Engineer. j) Contractor vehicles shall not deviate from approved haul routes specified on the Drawings. Where multiple sites are under construction no crossover between construction sites is allowed.To move from one construction site to another, vehicles must exit the AOA via the approved haul route and access point and re-enter through the approved access gate and haul route for the next construction site. k) Escorts:At all time during work within 250 feet of the centerline of an operating runway or 200 feet of the centerline of an operating taxiway, or when entering or crossing an active movement area,vehicles shall be accompanied by an approved radio-equipped err► escort car. 1) When construction vehicles, other than those routinely used in the aircraft movement 66 area and runway approach area, are required to travel over any portion of that area, they shall be escorted by an approved escort vehicle. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-4 No C. Parking 1) No parking is permitted on any Airport roadway as the primary purpose of the Airport roadways is for motor vehicle traffic. 2) No person shall park any motor vehicle,other equipment,or leave materials in the AOA of the Airport, except in a neat and orderly manner and at such points as prescribed by the Contract Documents. 3) No person shall park any motor vehicle or other equipment or leave materials in the AOA of the Airport within 15 feet of any fire hydrant or standpipe. 4) Parking of construction workers' private vehicles shall be in designated areas within the Contractor's staging area(s) or in a public or private parking facility outside the AOA. Under no circumstances will vehicles or equipment be parked within 10 feet of the Airport Perimeter Security fence line. D. Vehicle Identification 1) All vehicular equipment operating within the AOA must display signs of commercial design on both sides of the vehicle which identify the vehicle as belonging to the Contractor firm. 2) Vehicles that appear at access gates without signs on both sides of the vehicle will be denied access.Vehicles found to be missing signs within the AOA will be escorted off the jobsite and not be permitted to re-enter until signs have been installed. 3) All Contractor vehicles must be equipped with 3-foot by 3-foot flags having a checkered pattern of International orange and white squares at least 1 foot on each side. For fabric color specifications,see FAA AC 150/5210-5C,Appendix A.Attach flag on top of vehicles with rigid pole so that the flag will be visible at all times. Vehicles without flags will not be permitted to enter the AOA. E. Load Limits �r 1) When using airport roadways, the Contractor shall restrict single-axle weight to a maximum of 20,000 pounds, and tandem axle weight to a maximum of 32,000 pounds. The vehicle weights are subject to verification by the Engineer. 2) The before and after condition of the on-site haul route shall be jointly inspected and documented by the Contractor, Technical Representative, and Airport Operations and restored to its original condition upon completion of the project. It shall be the responsibility of the Contractor to determine its own method of protecting the haul route as needed. The cost of any additional haul route protection or repairs shall be borne entirely +w by the Contractor. SP-2.1.3 Requirements and Regulations Relating to Operators of Vehicles A. All drivers operating vehicles on airport property must carry a valid United States driver's license on his person, appropriately endorsed for the type of equipment being operated. i.r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-5 so B. The Contractor shall promptly turn in all badges to the airport badging office for employees who will no longer be working at the construction site.All Contractor badges must be turned in at the end of construction. Charges apply to badging,fingerprinting, and the failure to return badges. All such charges shall be the Contractor's sole responsibility. C. Drivers designated to operate vehicles in the AOA shall receive special drivers training and be approved by the Airport before being allowed to operate within the AOA or be escorted by an + approved escort. Drivers operating outside the AOA may operate vehicles without attending the special drivers training course. SP-2.1.4 Requirements for Orientation of Contractor Personnel and Project Meetings A. Air Operations Orientation: 1) After Award of the contract has been issued, but prior to the start of the construction, arrange with the Engineer to have all supervisory and job office personnel assigned to this project attend an "Air Operations Orientation." This orientation will be conducted by the as Airport for discussion of the rules and regulations pertinent to this Contract. Attendees will include the Engineer,the Contractor's General Manager,and the designated Construction Safety and Security Office (CSO). 2) At least one first-line supervisor who has attended the orientation shall be present in the vicinity of the active runways and taxiways at all times when construction activities require men or equipment in these areas. The Contractor and Engineer shall keep a record of the individuals who have attended the orientation. Contractor employees who have not attended the Airport Operations Orientation will not be permitted to work within the A.O.A. B. The Air Operations Orientation may be conducted as part of the pre-construction meeting and shall not be considered an educational course in Air Operations Safety, but a discussion of existing rules or regulations related to airport activities. The Contractor shall be fully responsible and liable for the actions of his employees, subcontractors, agents, or representatives. C. Safety and Security Meetings: An airport safety and security meeting will be conducted with the Contractor's staff after the award of the contract and prior to commencing construction and weekly thereafter. The Contractor shall identify one individual as Safety Officer who will be responsible for conducting the meetings. D. Safety Plan Submittal At the pre-construction meeting,the Contractor will submit its Safety Plan containing,at a minimum, the following: 1) Identification and 24-hour phone/pager contact for Safety Officer. iii 2) List of individuals who will be authorized escort drivers. 3) List of access gates, gate hours and names of gate guards. 4) Description of methods to be employed to ensure that all active taxiway crossings will remain free of foreign object debris (FOD). Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-6 rr 5) Description of methods to be employed to ensure that FAA Safety Area requirements are met relative to grade, surface smoothness, wheel load support, etc. in Runway and Taxiway Safety Areas. 6) Proposed notification and action procedures to be employed for each needed night runway closure. r SP-2.2 SECURITY REQUIREMENTS A. General Intent: It is intended that the Contractor shall comply with all requirements of the Airport Security Plan (ASP) and with the security requirements specified herein. B. The Contractor shall designate, and submit to the Engineer in writing, the name of his Contractor Safety and Security Officer (CSO). The CSO shall conduct the Weekly Safety Meetings and shall be accountable for the security requirements for the Contractor. irr C. The Contractor's Safety and Security Officer (CSO) will be responsible for all security precautions. Prior to the commencement of the work,the CSO shall provide the Engineer an outline of a proposed security protection plan as described in this Section(i.e.,challenging, ID checks, gate control and general site security)for all work contemplated under the contract. D. Identification Badging: All Contractor personnel working on the project shall have Contractor identification badges such that the City of Renton can recognize that a given individual works for the Contractor. E. Perimeter Fence Security 1) Contractor shall not open gates or remove fencing without approval of the Engineer. Adequate precautions shall be taken to prevent entrance of unauthorized persons to Airport-restricted areas or inadvertent entry of dogs or large animals into the AOA. 2) Prior to securing work each evening, Contractor shall ensure that all access gates which have been opened are closed and locked, and that perimeter fencing is restored to a r condition that will maintain present security standards. 3) Ten Foot Rule: No Contractor will be permitted to store materials, park equipment or erect permanent or semi-permanent structures within ten (10) feet of either side of the AOA perimeter security fence. 4) Use of Gates: The gates shown on the drawings shall be used for access to the worksites. Use of a gate for continuous access will require the gate be manned by a gate guard with an airport issued identification badge, equipped with cell phones or radios, portable lights, and guard shack. The Contractor shall schedule with the Engineer a rr minimum of 24 hours prior to requiring access through any AOA gates. 5) Use of Gate Guards: Gate guards shall be provided by the Contractor. 6) Use of Go List: The contractor shall maintain a list of authorized personnel allowed to access the AOA each day. The Go List shall be updated daily and in the possession of the gate guard at each gate used by the Contractor for accessing the AOA. The updated Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-7 ■r Go List shall be dated and emailed daily to Airport Operations, regardless of whether or not it has changed. 7) Prior to removing or making holes in the Airport perimeter fencing, the Contractor shall lei obtain permission and written approval from the Engineer,and take adequate precautions to prevent entry of unauthorized personnel or animals. IN SP-2.3 INTERRUPTIONS AND STOPPAGES OF THE WORK DUE TO AIRCRAFT OPERATIONS AND HAZARDOUS CONDITIONS rri A. Work Stoppages 1) Construction may be stopped by the Engineer,any time he considers that the intent of the regulations regarding Security Requirements are being violated or that a hazardous condition exists. This decision to suspend the operation will be final and will only be rescinded by the Engineer when satisfied that the Contractor has taken action to correct the condition and prevent recurrence. rr 2) Frequent inspections will be made by the Engineer or his authorized representative during the critical phases of the work to ensure that the Contractor is following the recommended safety procedures. The Inspector shall report any violations or potential safety hazards to the Engineer who will in turn advise the Contractor of the concern for immediate correction by the Contractor. 3) Construction may also be stopped or suspended by Airport Operations, through the Engineer, during periods of inclement weather, such as low visibility, or when it is necessary to provide an extra margin of safety to aircraft operations, or reduce other activities to keep the airport operational. B. Intermittent Construction Operations 1) Work under this contract may occur in the AOA. Heavy construction may require closing of certain areas by the Airport. However, some work may be done on an intermittent basis. The Contractor shall maintain constant communication with the Engineer when working on an AOA location, and will immediately obey all instructions from the Engineer. Failure to obey instructions or maintain proper communication will be cause to suspend the Contractor's operations in such areas until satisfactory conditions are assured. Intermittent delays which can be expected to be a normal condition while working on an active airport include holding for aircraft on active taxiways, and holding short of NAVAID critical areas on the haul road in periods of low visibility when aircraft are on landing approach. Such delays shall be considered incidental to the cost of the construction and no compensation or time extensions will be granted for such delays. 2) When directed to cease construction and move from the area, the Contractor shall 1i immediately respond and move all material, equipment and personnel outside areas. Operations shall not be resumed until directed by the Engineer. Every reasonable effort will be made to cause minimum disturbance to the Contractor's operations; however, no i guarantee can be made as to the extent to which disturbance can be avoided. Renton Municipal Airport Bid Set Runway Blast Wall Replacement SP-8 June 2014 � 3) Limitation of Operations: The Contractor shall be responsible for controlling his operations and those of his subcontractors so as to provide for the free movement of aircraft in the operating areas of the AOA. SP-2.3.1 Requirements and Regulations Affecting the Conduct of the Work A. General 1) Requirements to Begin Work: Before starting work,the Contractor shall provide,and have available, all flags, signs, barricades, lights, electrical generators, and other equipment and materials as may be required for the protection of air traffic, vehicular traffic and the construction work. All personnel shall have the proper airport-issued identification badges and have received the required training and instruction. 2) No burning is permitted on Airport property. +rr 3) Smoking by personnel is prohibited on the AOA. B. Construction Activity and Aircraft Movements: Prior to the start of the construction activities affecting aircraft movement areas, the safety requirements relating thereto will be coordinated by the Engineer between the Airport Operations, air craft manufacturer, fixed base operators, other users and appropriate representatives of the FAA. This coordination will be based on the Contractor's approved construction schedule with the primary purpose of compliance with the contract document requirements. 1) For construction activity to be performed in other than the AOA, the storage of materials and parking of equipment, when not in use or about to be installed, should not encroach upon the AOA. In protecting operational areas, the minimum clearances maintained for r runways shall be in agreement with Federal Aviation Regulations (FAR) Part 77. 2) When necessary to accomplish construction within areas defined by FAR Part 77, while aircraft operations are in progress,the following minimum distances from runway,taxiway edge and runway approach area shall be maintained, unless otherwise specified: Renton Municipal Airport Distance from runway centerline -200 feet Distance from taxiway centerline - 93 feet Distance from runway threshold (Longitudinally) - 300 feet 3) Limitation of Construction Activities: �r a) No lips or drop-offs will be allowed between temporary panels or surfaces and adjacent pavement,or between new slabs and adjacent pavement. Other construction shall not result in lips greater than 1 inch, for pavement traveled by aircraft; and 3 inches, for edges between old and new surfaces at edges and ends not traveled by aircraft. b) Height of demolition/construction equipment Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-9 of 66 c) Open-flame welding or torch-cutting operations are prohibited unless adequate fire and safety precautions are provided and have been approved by the Fire Chief through the Engineer. d) During working hours, open trenches, excavations and stockpiled material at the construction site shall be prominently marked with barricades and lights as shown on the drawings. e) Stockpiled material for use during the current work shift shall be located within the barricaded work area and limited in height and constrained in a manner to prevent movement resulting from aircraft blast or wind conditions. No material may be stored in the work areas during non-working hours. f) The Contractor will ensure that all lighting fixtures are shielded to protect against interference with the vision of pilots and air traffic controllers. g) During non-working hours,all trenches and excavations outside of the barricaded work rrf areas shall be backfilled or covered. h) Non-working hours shall be defined as those hours when construction is not taking place within a work area. C. Construction Adjacent to Runways 1) All equipment and material above the runway centerline grade and within a distance of 200 feet or as otherwise shown on the phasing plans,from the runway centerline must be removed when the runway is being used by aircraft. 2) Within 200 feet of the runway centerline,all open trenches, lips greater than one inch and drop-offs greater than three inches must be filled, covered, or sloped when the runway is being used by aircraft. Disturbed turf areas, open graded soils, crushed aggregate, or other unbound granular materials must be covered and secured or treated in a manner approved by the Engineer so that these materials do not result in FOD or dust due to exposure to jet blast and/or weather. 3) Notification to Airport Operations, by way of the Engineer, is required prior to beginning any construction within 200 feet of a runway centerline or 93 feet of a taxiway centerline which is being used for aircraft operations. Notification of the proposed construction should be made a minimum of fourteen (14) days prior to beginning work. D. Construction Adjacent to Taxiways 1) Except as otherwise described in the construction phasing plans,no equipment or material within 93 feet of a taxiway centerline,or as otherwise specified,shall be above the taxiway wr centerline grade while the taxiway is being used by aircraft. 2) Open trenches or abrupt drop-offs may be made adjacent to taxiway pavement edges, providing this work is temporarily covered,approved by the Engineer and coordinated with Airport Operations, who will in turn coordinate the Notice to Airmen (NOTAM). Open graded soils, crushed aggregate, or other unbound granular materials must be covered Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 km SP-10 rV rir and secured or treated in a manner approved by the Engineer so that these materials do not result in FOD or dust due to exposure to jet blast and/or weather. 3) Marking and lighting of work areas adjacent to taxiways shall be required and approved by the Engineer. E. Barricades and Marking of Barricades 1) Continuous burning "Standing Red" barricade lights and/or other lighted hazard devices stipulated on the phasing plans shall be operative at all times while in place. It shall be the Contractor's responsibility to immediately repair or replace any light or flasher that is not operating. 2) Barricades shall be in place prior to commencing construction operations, and shall be maintained in near new appearance for the life of the contract. re F. Closures 1) No ramp, apron,taxiway,or runway area shall be closed to aircraft without approval of the Engineer. This will enable Notices to Airmen (NOTAMS), or other advisory communications to be issued. A minimum of 48 hours notice of requested closing shall be directed to the Engineer. The Engineer will arrange inspections prior to opening any area to air traffic. Any waste material, and/or debris must be removed from aprons promptly to avoid possible damage to aircraft. G. Debris 1) Debris Control: When Airport roadways and public highways are used in connection with construction under this contract, the Contractor shall remove all debris from the surfaces of such roadways. Trucks and equipment shall have all accumulated dirt, mud, rocks and debris removed before accessing the AOA, and when leaving the work area. Loads shall have 6 inches of freeboard and secured to prohibit loss of material. If spillage occurs, such roadways shall be swept clean immediately after such spillage to allow for safe operation of vehicles as determined by the Engineer. If the Contractor is negligent in cleanup and city or county forces are required to perform the work, the expense of said cleanup shall be paid by the Contractor. err 2) No loose material or waste (FOD), capable of causing damage to aircraft or capable of being ingested into jet engines may be left in the working area on or next to runways, taxiways, ramps,or aprons. The Contractor shall direct special attention to all areas which are operational to aircraft during construction. These shall be kept clean and clear of all materials or debris at all time. Any food waste shall be promptly cleared to prevent attracting birds and animals. .r H. Existing Pavements and Facilities rr 1) The Contractor shall preserve and/or protect existing and new pavements and other facilities from damage due to construction operations. Existing pavements, facilities, utilities, or equipment that are damaged shall be replaced or reconstructed to original strength and appearance at the Contractor's expense. The Contractor shall take rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-11 rr immediate action to replace any damaged facilities and equipment and reconstruct any damaged area that is to remain in service. 2) Any distress appearing within and/or jeopardizing any public right-of-way due to the construction should immediately be notified to the Engineer and be repaired by the contractor at the Contractor's expense to the satisfaction of the Engineer. I. Storage Areas 1) The Contractor Staging Area, as depicted on the plans, shall be used to store all idle equipment, supplies and construction materials. Storage shall not interfere with operational areas. 2) When not in use during working hours, and at all other times, all material and equipment shall be stored at the storage site indicated on the drawings unless prior approval is provided by the Engineer. 3) The Contractor shall not store materials or equipment in areas in which the equipment or materials will affect the operation of FAA electronic equipment. 4) All equipment storage and movement shall have prior written approval of the Engineer. 5) No materials may be stored on the Aircraft Operating Area(AOA)unless authorized by the Engineer. 6) Contractor's vehicles,equipment and materials shall be stored in areas designated on the drawings. Upon completion of the work, the storage areas shall be cleaned up and returned to their original condition to the satisfaction of the Engineer. 7) During all non-working hours,equipment shall be parked in the Contractor's Staging area designated on the drawings with the restrictions listed thereon. Parking of construction workers' private vehicles shall not be allowed within storage areas located on the AOA. 8) The Staging area shall be used to store all bulk materials needed for the project must be fenced at the Contractor's expense. However, barricades with yellow flashing lights shall be installed where potential conflicts with aircraft or ground vehicular traffic exists. Stockpiles shall not penetrate the FAR Part 77 imaginary surfaces or present FOD problems. 9) Equipment and materials located at the end of the runway during the work day shall not encroach upon the AOA except as noted in SP-2.3.1 paragraph B above. SP-2.4 OBSTRUCTIONS TO NAVIGATION A. Penetrations of the imaginary surfaces defined in FAR Part 77 shall not be permitted without advance notification of, and approval by,the Engineer. It will be necessary to file FAA Form 7460-1 with the FAA to obtain approval prior to operation of equipment 25 feet or more in height, including but not limited to vehicles, cranes, or other construction equipment, structures, stockpiled materials, excavated earth, etc. It shall be the Contractor's sole responsibility to file this document. Allow at least 45 days for FAA and review and approval prior to expected use of such equipment. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-12 �l �r B. When penetrations more that 25 feet above ground level(AGL)are unavoidable,they shall be brought to the attention of the Engineer,as far in advance as possible to allow NOTAMS to be .. prepared and distributed to appropriate FAA divisions for publication and dissemination. Contractor shall comply with the provisions of AC 70/7460-1,latest edition, in the marking and lighting of obstacles. The Contractor shall allow at least 45 days for FAA review and approval. No delays will be granted the Contractor for his failure to submit the necessary documents in a timely manner. C. Appropriate sketches shall be prepared by the Contractor with precise locations shown on the Airport Layout Plan, Height Restriction Plan, or other similar drawing, along with elevations depicting the obstructing object's relationship to the imaginary surfaces. SP-2.5 DAILY INSPECTIONS The Engineer and Contractor will conduct a daily inspection of the construction site(s) using AC 150/5370-2F Appendix 4-"Construction Project Daily Safety Inspection Checklist"before workers + ► leave for the day to ensure that areas surrounding the sites are safe for aircraft operations. The inspection will look for food scraps and debris that can be ingested into aircraft engines (FOD), loose polyethylene and other light materials capable of being blown onto aircraft movement areas ,+ by wind, unlighted construction and obstruction lights, vehicles and equipment left outside construction areas, construction areas left unlocked, access gates left open, weak partitions or fences, etc. All discrepancies shall be corrected before workers depart from the work site. " Inspectors will review potentially hazardous conditions that may occur during airport construction and maintenance including, but not limited to, the following: wr A. Trenches, holes, or excavation on or adjacent to any open runway or related safety area. B. Unmarked/unlighted holes or excavations in any apron,open taxiway,open taxilane,or related .r safety area. C. Mounds or piles of earth,construction materials,temporary structures,or other objects on or in the vicinity of any open runway,taxiway,taxilane or in a related safety,approach or departure ' area. D. Pavement drop-offs or pavement turf lips(either permanent or temporary)which would cause, if crossed at normal operating speeds, damage to aircraft that normally use the airport. E. Vehicles or equipment(whether operating or idle)on any open runway,taxiway,taxilane,or in any related safety, approach or departure area. .�r F. Vehicles, equipment, excavations, stockpiles, or other materials which could impinge upon NAVAID critical areas and degrade or otherwise interfere with electronic signals from radios or �r electronic NAVAIDs or interfere with visual NAVAID facilities. NAVAID critical areas are shown on the plans. G. Unmarked utility, NAVAID, weather service, runway lighting, or other power or signal cables that could be damaged during construction. H. Objects(whether marked/flagged or not)or activities anywhere on or in the vicinity of airport' which could be distracting, confusing, or alarming to pilots during aircraft operations. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-13 Iwl I. Un-flagged/un-lit low visibility items(such as tall cranes, drills, etc.)in the vicinity of an active runway, or in any approach or departure area. J. Misleading or malfunctioning obstruction lights. K. Unlighted/unmarked obstruction in an approach to any open runway. L. Inadequate approach/departure surfaces (needed to assure adequate landing/takeoff clearance over obstructions or work or storage areas). M. Inadequate, confusing, or misleading (to pilots) marking/lighting of runways (including, displaced or relocated thresholds), taxiways, or taxilanes. N. Water, dirt, debris, or other transient accumulation which temporarily obscures pavement marking, pavement edges,or derogates the visibility of runway/taxiway marking, lighting or of construction and maintenance areas. O. Inadequate or improper methods of marking, barricading, or lighting temporarily closed portions of airport operation areas. P. Trash or other materials with foreign object damage (FOD) potential, whether on runways, taxiways, aprons or related safety areas. Q. Inadequate fencing or other marking to separate construction or maintenance areas from open aircraft operating areas. R. Inadequate control of vehicle and human access, and non-essential, non-aeronautical activities, on open aircraft operating areas. S. Improper radio communication maintained between construction vehicles and ground control. T. Construction/maintenance activities or materials which could hamper airport rescue and fire fighting (ARFF)vehicle access from ARFF stations to all parts of the runway/taxiway system, runway approach and departure areas, or aircraft parking locations. U. Bird attractants such as edibles (food scraps, etc.), trees, brush, other trash, grass/crop seeding, or pond water on or near the airport. V. Personnel at the construction site without proper identification. W. No escorts for persons at the job site without proper identification. + X. Vehicles involved in the project that do not meet the safety requirements contained herein. go Y. Improperly marked, lighted and flagged vehicles involved in the project. The time restrictions for all work shifts, including the nightly work shifts, are totally inclusive of the Contractor moving onto the site, performing work activities,performing all clean-up,having the work 86 area, pavements, and haul routes inspected and approved by the inspector(s) and moving off the site. The Contractor shall provide adequate lighting for the needs of the inspection personnel. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-14 MI1 w irr Any Aircraft Movement Surface or adjoining runway, taxiway or taxilane safety area that does not pass inspection must remain closed until such time cleanup is performed and approved. SP-2.6 EMERGENCY PROCEDURES A. The Contractor shall familiarize himself with airport emergency procedures and shall conduct his operation so as not to conflict with such events. Clear routes for Airport Rescue and Fire Fighting (ARFF) equipment shall be maintained in operational condition at all times. B. In case of an emergency caused by an accident, fire, or personal injury or illness, call 911. Notify the Engineer and Operations so that any coordination or closures that may be required can be addressed immediately. SP-2.7 ADMINISTRATIVE REQUIREMENTS A. Applicability:The provisions of this section shall apply to the Prime Contractor,subcontractors w,. at all tiers, suppliers and all others which may have access to the Air Operations Area by way of the Contractor's activities. B. Exclusion from Claims: Impacts caused by failure of the Prime Contractor, subcontractors at AW all tiers, and all others to comply, implement and maintain the provisions of this section shall not be cause for a claim of delay or increased cost to. SP-2.8 MARKING OF EQUIPMENT/RESTRICTIONS ON CRANES Each vehicle or piece of equipment anywhere on the Airport that extends higher than 25 feet above ground shall be equipped with a flag mounted firmly on the highest part of the equipment, and shall be obstruction lighted per the current edition of FAA Advisory Circular 70/7460-1 K. When not in use, all equipment will be parked with its moveable structures in its lowest possible position. Flags shall be rectangular in shape with stiffeners to keep them from dropping in calm wind. This flag r shall be not less than 3 feet square consisting of five 1-foot squares of international orange color and four 1-foot squares of white color. Depending on the location of the construction site, there may be severe restrictions on the use of equipment that extends skyward, such as cranes and concrete pumping booms. Some of these restrictions include limitations on the height cranes can be extended. Contact the Engineer for further information, prior to submitting a bid, if cranes or other vertically extendable equipment will be used on the project. If cranes or other equipment exceeding 25 feet in height are to be used, the Contractor will be required to submit for approval the FAA's application Form 7460-1 to: Federal Aviation Administration, Northwest Mountain Region .rr Seattle Airports District Office 1601 Lind Avenue, S.W., Suite 250 Renton, WA 98057-3356 Voice: (425) 227-2650 Fax: (425) 227-1650 END OF SECTION SP-2 Renton Municipal Airport Bid Set wr Runway Blast Wall Replacement June 2014 SP-15 err SP-3: HEALTH AND SAFETY PLAN The Contractor shall provide a site-specific Health and Safety Plan (Safe Work Plan or Project Safety Manual)that incorporates OSHA(29CFR),and State of Washington regulations—including the requirements for hazardous waste operations and emergency response(HAZWOPER), FAA, and City of Renton Health and Safety requirements. The objective of this program includes minimizing the risk of injury to site workers as well as the general public. A Health and Safety Plan must be submitted to the Owner for approval prior to start of any construction or demolition work on this project. The Health and Safety Plan includes all subcontractors and shall address: 1) site information, 2) type of planned work operation, 3) hazards identification and analysis, 4) weather forecast, 5) surrounding population and land use, 6) site history records, including preliminary assessment reports, topographic, and hydrologic information, 7) off-site surveys, and 8) health and safety requirements,such as personnel, best management practices,training,emergency response units and facilities, injury reporting, spill reporting, hearing protection, inspection requirements, air monitoring, and Personal Protective Equipment (PPE). The Contractor and all subcontractors shall plan for emergency scenarios including chemical and biological hazards,fires,spills,and other dangerous situations in order to take decisive action when such emergencies occur. They shall review and become familiar with existing airport Emergency Response Plan and procedures. The site presents many uncertainties and unknowns,therefore the Contractors and subcontractors shall also develop their own Emergency and/or Contingency Plans. Emergency/Contingency Plans for this project shall be administered by the airport police and fire departments, and should incorporate: 1) personnel authority and training qualifications, 2) site information including security and evacuation routes, 3) emergency response communication, 4) First Aid and PPE, and 5) notification and documentation. END OF SECTION SP-3 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Vi SP-16 wr wr SP-4: CONSTRUCTION SITE FIELD OFFICE SP-4.1 FACILITY REQUIREMENTS The Construction site field office will be located in the former Chamber of Commerce building, 300 Rainier Ave N(building on hill behind Boeing Apron B), Renton,WA 98057. Exact location and size of space to be made available to the Contractor must be approved by the Owner. The Contractor shall procure, deliver, and make operational inside this office all of the facilities listed in Table 4-1. wr At the completion of construction, all these facilities are to be turned over to the Owner. TABLE 4-1 �r FURNITURE, SERVICES AND EQUIPMENT Industrial first aid kit with eyewashes, and continuous on-going supply of all disposable goods. One 1 Telephone with Dedicated Telephone Line One 1 Dedicated Fax Line One 1 High-Speed Internet Service Line New 11" x 17" Printer-Fax-Scanner-Copier(self- loading copier with automatic re-circulating document feeder and sorter with double-sided copy and collating capabilities) machine (plain paper)with stand, model as specified by the Engineer, the cost of which shall not exceed $3,000.00. The Contractor shall pay for all costs including supplies, activation and service fees for duration of the Project. One (1) standard industrial 4-drawer locking file cabinet with keysprovided) wr END OF SECTION SP-4 w. wr Renton Municipal Airport Bid Set wr Runway Blast Wall Replacement June 2014 SP-17 r SP-5: FAA ADVISORY CIRCULAR 150/5370-2F OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION SP-5.1 GENERAL. The Contractor shall maintain a copy of this advisory circular, prominently displayed, in the construction contractor's field office. END OF SECTION SP-5 rrr 16 Renton Municipal Airport Bid Set Runway Blast Wall Replacement SP-18 June 2014 go SP-6: ADMINISTRATIVE REQUIREMENTS SP-6.1 SUBMITTALS A. Provide submittal schedule as specified in General Provisions Section 100.Submit contractor err and subcontractor shop drawings,equipment submittals,and materials submittals for approval within 15 days of Notice to Proceed. Provide submittals in electronic (PDF) format, unless directed otherwise. B. Provide project record document submittals at closeout in the format and quantity indicated by the Owner. C. Allow 14 days for initial submittal review. The first submittal and one resubmittal will be reviewed at no cost to the Contractor. The Contractor will be charged for and shall reimburse the Owner for the Engineer's costs for reviewing all subsequent resubmittals. The Engineer's r costs will be charged to the Owner and deducted from the Contractor's progress payments. SP-6.1.1 Shop Drawings, Product Data, and Samples A. Provide shop drawings signed by a Professional Engineer(s) licensed in the discipline(s) shown on the shop drawings. Point out any variation or discrepancy between the shop drawings or manufacturers' instructions and the Contract Documents. B. Verify all materials, field measurements and field construction criteria related to the shop drawings, product data, and samples prior to submitting. Engineer's approval of shop drawings, product data, or samples does not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents, unless the Contractor has specifically informed the Engineer in writing of such deviation at the time of submission and the Engineer has given written approval of the specific deviation. �r C. Submit shop drawings, product data, or samples with sufficient time to allow approval prior to commencing work. �r SP-6.1.2 Project Record Documents A. Maintain one legible set of Record Drawings and Specifications at the job site at all times. Note on the drawings and specifications all changes or corrections made by addenda, field orders, and change orders as they are issued. B. Maintain approved copies of all shop drawings, product data,samples and other submittals on the job site at all times. C. Require each person preparing mark-ups to initial and date mark-ups and indicate name of firm. Indicate exact locations by dimensions and exact elevations by job datum. Give dimensions from a permanent point. D. Provide the names, addresses and phone numbers of the Contractor and all subcontractors on Record Drawings and Specifications. �wr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-19 E. Provide the original hard copy marked up and a pdf scan of the marked up record set of drawings and specifications at project completion.The Engineer shall be the sole judge of the acceptability of the record drawings and specifications. Receipt and acceptance of the record drawings and specifications is a prerequisite for Final Payment. F. Provide warranties and maintenance manuals as specified in the individual technical specification sections. SP-6.2 PROJECT CLOSEOUT A. Additional prerequisites for Final Payment are as follows: 1) Submit a signed original of the Engineer's final punch list that indicates resolution/acceptance by the Engineeer of all items. 2) Remove and return utility meter(s) and provide final payment for utilities. 3) Complete final clean up, including touch-up of marred surfaces. Touch-up and otherwise repair and "restore marred exposed finishes. END OF SECTION SP-6 .rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 SP-20 � air +rr ar rrr ■r PART IV FEDERAL REQUIREMENTS ow m THIS PAGE INTENTIONALLY LEFT BLANK , �r r DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 26) The contractor or subcontractor shall not discriminate on the basis of race,color, national origin,or sex in the performance of this contract.The contractor shall carry out applicable requirements of 49 +rr CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from City of Renton. The prime contractor agrees further to return retainage payments to each subcontractor within 10 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Renton. This clause applies to +rr both DBE and non-DBE subcontractors. The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the City of Renton to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of 7.3 percent has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26(Attachment 1), to meet the contract goal for DBE participation in the performance of this contract. The bidder/offerorwill be required to submit the following information: (1)the names and addresses of DBE firms that will participate in the contract; (2)a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm participating; (4) written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (5)written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4); and (6) if the contract goal is not met, evidence of good faith efforts. .r. The bidder/offer shall submit the information prior to a commitment by the City of Renton Airports to award the contract to the apparent successful competitor, within 24 hours of the bid opening, otherwise the bid will be considered "non-responsive". wr DBE participation in this contract may be in form of a prime contract, subcontract,joint venture, or another arrangement that qualifies under 49 CFR Sections 26.55, "How is DBE participation counted toward goals?"or 26.53(g),which is answered by submission of both Attachments 1 and 2 following. rir Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-1 r rl rri THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement FJune 2014 Fed Req-2 DBE ATTACHMENT 1 DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): o, �, Cho. �►.1�. 7,8'f . The bidder/offeror is committed to a minimum of -7-*% DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of 448-%) is committed to a minimum of % DBE utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: Gary Merlin Construction Co. Inc. "-3 L: S e stration NoGo-r- (MCC 150 0�-LL) By V'�cc �rc5'cue t (Signature)C tie 51.✓t r (Title) �r �r. r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-3 THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-4 iii Jul 171409:27a Green City Inc 4252286488 p.2 WO r DBE ATTACHMENT 2 rw Letter of Intent (Submit this page for each DBE subcontractor.) Name of bidderlofferor's firm: Gary Merlino Construction Co.,Inc Address: 912510th Avenue South Seattle WA 98108 City: State: Zip: Name of DBE firm: 61-C �.t t � c Address: e '� City: `4e_.$'4r� State: \A/A- Zip: qqQsb Telephone: C(2S 45OZ- 1 Description of work to be performed by DBE firm: arr The bidder/offeror is committed to utilizing the above-named DBE firm for the work described +rr above. The estimated dollar value of this work is$ 639, Z56 35 Affirmation +rr The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above_ �q (Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all we representations in this Letter of Intent and Affirmation shall be null and void. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-5 'rcvided to Builders Exchange of WA, Inc_ For usage Conditions Agreement see www.bxwa.com-Always Verify Scale to irr CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY - NONSEGREGATED FACILITIES GENERAL BIDDER'S NAME Ga Merlino Construction Co. lac, ADDRESS ye. S.o. - AA-V<. u3A- g�to4' INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 9 I- 1 �9V T% NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CFR 60-1.8) (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 .. which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. (3) The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. (3) The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control,where segregated facilities Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-7 ■rr are maintained. The federally assisted construction certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments,and that he will not permit his employees to perform their services at any location, under his control,where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification,the term"segregated facilities"means any waiting rooms,work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots,drinking fountains, recreation or entertainment areas,transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom,or any other reason. The federally assisted construction 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. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification -The information above is true and complete to the best of my knowledge and belief. Name and Title of Signer (Please Type or Print Legibly) Signature Date r7- 1-7- 14 NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. ■r r.. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-8 r. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of rr Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. Certification-The information above is true and complete to the best of my knowledge and belief. irr C�a.f l C a i✓C 1 y I C-c- Name and Title of Signer (Please Type or Print Legibly) Signature Date Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-9 rr BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the r product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. �r Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness,the bidder or offeror must complete, sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". Bidder or offeror hereby certifies that it will complywith 49 USC 50101 b : § Y a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing,or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel ` and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC§50101(b). By selecting this certification statement,the apparent bidder or irr offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-11 aw �. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver -The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of �. 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non- domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total"item"component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or �•• fraudulent certification may render the maker subject to secution r itle 18, United States Code. Date Signa Gary Merlino Construction Co. Inc. Company Name Title d. r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-12 STATEMENT FOR REQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACTS Section 60-1.7(b)of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor,where appropriate,to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925, 11114. or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. To effectuate the foregoing requirements, the bidder (proposer) shall complete the following statement by checking the appropriate space. wry The bidder (proposer) has Zhas not_ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has /has not_submitted all compliance reports in connection with any such contract due under the applicable filing requirements, and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder(Proposer)shall submit a compliance report on Standard Form 100,"Employee Information Report EEO-1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC 20506 Certification—The statement above is true and complete to the best of my knowledge and belief. C��1►c rel�fe r', J;� �r�s�cl c ti t ame and T' a ofSigner (Please Type or Print Legibly) Signature Date 11-7- 14 NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-13 rr ■ CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION (49 CFR PART 29) CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER �. REGARDING LOWER TIER PARTICIPANTS) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded +� or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. Certification—The information above is true and complete to the best of my knowledge and belief. ��arl�t 011,1e('_ Vico }�rc:5ic4cti,t ame and Ti of igner (Please Type or Print Legibly) Signature Date w.. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-15 rr DRUG-FREE WORKPLACE CERTIFICATION Yrr As required by the Drug-Free Workplace Act of 1988, prescribed in 48 CFR 23.505, and implemented by 48 CFR part 52.223-6,the Contractor,other than an individual,shall certify to the Sponsor that it will provide a drug-free workplace: Wr (a) Definitions. As used in this clause— Controlled substance means a controlled substance in schedules I through V of section 202 of the Controlled Substances Act(21 U.S.C. 812)and as further defined in regulation at 21 GFR 1308.11-1308.15. Conviction means a finding of guilt(including a plea of nolo contendere) or imposition of sentence, or both, by any judicial body charged with the responsibility to determine violations of the Federal or State criminal drug statutes. Criminal drug statute means a Federal or non-Federal criminal statute involving the manufacture, distribution, dispensing, possession or use of any controlled substance. Drug-free workplace means the site(s)for the performance of work done by the Contractor in connection with a specific contract where employees of the Contractor are prohibited from engaging in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance. Employee means an employee of a Contractor directly engaged in the performance of work under a Government contract. Directly engaged is defined to include all direct cost employees and any other Contractor employee who has other than a minimal impact or involvement in contract performance. rr Individual means an offeror/contractor that has no more than one employee including the offeror/contractor. (b) The Contractor,if other than an individual,shall—within 30 days after award(unless a longer period is agreed to in writing for contracts of 30 days or more performance duration); or as soon as possible for contracts of less than 30 days performance duration— (1) Publish a statement notifying its employees that the unlawful manufacture,distribution, dispensing, possession,or use of a controlled substance is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an ongoing drug-free awareness program to inform such employees about— (i) The dangers of drug abuse in the workplace; (ii) The contractor's policy of maintaining a drug-free workplace; (iii) Any available drug counseling,rehabilitation,and employee assistance programs;and (iv)The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph(b)(1)of this clause; +r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale �r +.r a (4) Notify such employees in writing in the statement required by subparagraph(b)(1)of this clause that,as a condition of continued employment on this contract,the employee will— (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 days after such conviction. (5) Notify the Contracting Officer in writing within 10 days after receiving notice under subdivision(b)(4)(ii)of this clause,from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 days after receiving notice under subdivision (b)(4)(ii) of this clause of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal,State,or local health, law enforcement,or other appropriate agency; and (7) Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs (b)(1)through (b)(6)of this clause. (c) The Contractor,if an individual,agrees by award of the contract or acceptance of a purchase order,not to engage in the unlawful manufacture,distribution,dispensing,possession,or use of a controlled substance while performing this contract. (d) In addition to other remedies available to the Government,the Contractor's failure to comply rr with the requirements of paragraph (b) or (c) of this clause may, pursuant to FAR 23.506, render the Contractor subject to suspension of contract payments,termination of the contract for default, and suspension or debarment. Certification–The information above is true and complete to the best of my knowledge and belief.t r Na e d T' o f Signer (Please/Type ar Print Legibly) Signature CDate ' l- IH wr irr srr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com-Always Verify Scale ■r wr , CERTIFICATION REGARDING FOREIGN TRADE RESTRICTIONS (49 CFR PART 30) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or +� indirectly by one or more citizens or nationals of a foreign country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project; the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier r, 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, .r. 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 r records in order to render, in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. Certification-The information above is true and complete to the best of my knowledge and belief. r kL ©ii JCS j CG rr-51CIe,V-.t. ame a itl igner (Please Type or Print Legibly) Signature Date t7" 14 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-19 SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (41 CRF Part 60-4, Executive Order 11246, as amended) rn 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 work force in each trade on all construction work in the covered area, are as follows: Goals for minority Goals for female participation in participation in each trade each trade 7.2% 6.9% These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP,within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract;and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is City of Renton, King County, Washington. �w Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-21 THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-22 +rr SECTION A r� FEDERAL AVIATION ADMINISTRATION (FAA) REQUIREMENTS A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Project No. 3-53-0055-024, which is being undertaken and accomplished by the City of Renton,WA(Sponsor)in accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway Improvement Act of 1982 (P.L. 97-248)as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to Assignment. The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any interest in or part of this contract. A-3 Convict Labor. ■ No convict labor may be employed under this contract. A-4 Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war +rr veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code,Section 47112. However,this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. A-5 Withholding: Sponsor from Contractor. Whether or not payments or advances to the City of Renton, WA (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and +.. mechanics employed by the contractor or any subcontractor on the work,the full amount of wages required by this contract. A-6 Nonpayment of Wages. If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract,the City of Renton,WA(Sponsor)may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-23 r A-7 FAA inspection and review. The contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. A-8 Subcontracts. The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3,A-4,A-5,A-6,and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9 Contract termination. Any violation or breach of the terms of this contract on the part of the contractor or subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement.The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to,and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. (49 CFR Part 18). A-10 Inspection of Records. The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States or any of their duly authorized representatives shall have access to any books, documents, papers, 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 books, records and reports for not less than three years after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18.36(1)). A-11 Rights to Inventions. All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 General Civil Rights Provisions. The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall,on the grounds of race,creed,color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. (Section 520, Airport and Airway Improvement Act of 1982). Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-24 wr A-12 Energy Conservation Requirements. ■. The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Public Law 94-163). r r err rr e�. irr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-25 rrr ■rl SECTION B DAVIS-BACON ACT REQUIREMENTS (29 CFR PART 5) B-1 Minimum Wages. (a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act(29 CFR Part 3)),the full amount of wages and bona fide fringe benefits(or cash equivalent thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph(B-1)(d)of this section; also, regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under(B-1)(b)of this section)and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (b) (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) 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 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-26 the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative,will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination. The Administrator, or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. err (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (13-1)(b)(2) or(3) 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. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. �,. (d) 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. B-2 Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the err contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-27 suspension of any further payment, advance, or guarantee of funds until such violations have ceased. Oil B-3 Payrolls and basic records. (a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work.Such records shall contain the name,address,and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of 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. (b) (1) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the FAA if the agency is a party to the contract, but if the agency is not such a party,the contractor will submit the payrolls to the applicant,sponsor,or owner,as the case may be,for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee(e.g. ,the last four digits of the employee's social security number).The required weekly payroll. information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from Wage and Hour Division Web site at http://www.dol.govlesalwhd/formslwh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the FAA if the agency is a party to the contract, but if the agency is not such a party,the contractor will submit them to the applicant,sponsor,or owner, as the case may be,for transmission to the FAA,the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing ] wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (2) Each payroll submitted shall be accompanied by a"Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-28 (i) That the payroll for the payroll period contains the information required to be provided under § 5.5(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under§5.5(a)(3)(i)of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer and mechanic (including each helper, apprentice and trainee) �r 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; (iii) 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. (3) The weekly submission of a properly executed certification set forth on the reverse side r of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance" required by paragraph B-3 (b)(2) of this section. (4) 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. rr. (c) The contractor or subcontractor shall make the records required under paragraph B-3 (a)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 �r representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor,sponsor, applicant or owner,take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore,failure to submit the required records upon request orto make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. wr B-4 Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and 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 who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary .. employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall 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 be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-29 wr locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of 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 go acceptable program is approved. (b) 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 rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training 10 Administration withdraws approval of a training program,the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (c) 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. B-5 Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-30 w B-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. .rr B-7 Contract Termination: Debarment. A breach of the contract clauses in paragraph B-1 through B-10 of this section may be grounds for termination of the contract,and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. B-8 Compliance With Davis-Bacon and Related Act Requirements. r 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. .r B-9 Disputes Concerning Labor Standards. .r Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors)and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. B-10 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it(nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcontracted to any person or firm ineligible for award do of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 �. U.S.C. 1001. +rr wr Renton Municipal Airport Bid Set W, Runway Blast Wall Replacement June 2014 Fed Req-31 r SECTION C CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (29 CFR PART 5) C-1 Overtime Requirements. ■Ii No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. wi C-2 Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph C-1 above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. „rf 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 C-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 C-1 above. C-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 C-2 above. C-4 Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs C-1 through C-4. C-5 Working Conditions. 16 All contracts and subcontracts must comply with the Occupational Safety and Health Act of 1970. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-32 err .ir SECTION D CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS D-1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards;with all pollution control laws;and with such rules, regulations, and directives as may be lawfully issued by a local,state,or federal agency having within its jurisdiction the protection it of the environment in the area surrounding where work under this contract will be performed. In addition,the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156,Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from this website: http://www.faa.gov/airports/engineering/construction—standards/ D-2 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) +rr List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports,and information,as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; C. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. �w irr err w Renton Municipal Airport Bid Set 1, Runway Blast Wall Replacement June 2014 Fed Req-33 to SECTION E CONTRACTUAL REQUIREMENTS PURSUANT TO CIVIL RIGHTS ACT OF 1964, TITLE VI (49 CFR PART 21) During the performance of this contract, the contractor, for itself, its assignees, and successors in + interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor(hereinafter includes consultants)will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities,as they may be amended from time to time,which are herein incorporated by reference and made a part of this contract. w► 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract,will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non- discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts,the Regulations,and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations,and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information,the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. S. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract,the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-34 wr 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontractor procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such .. provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the ++��►► interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. wo W am rw r ow W err dw trs nr r Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 Fed Req-35 rr SECTION F TERMINATION OF CONTRACT (49 CFR PART 18) 1. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. ■r 66 at Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-36 rr SECTION G EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: G-1 The contractor will not discriminate against any employee or applicant for employment because of race,color, religion, sex,or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,available to employees and applicants for employment, notices wr to be provided setting forth the provisions of this nondiscrimination clause. G-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. G-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 00 contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. r G-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. G-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. r G-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 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-37 �.r by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. G-7 The contractor will include the portion of the sentence immediately preceding paragraph G-1 and the provisions of paragraphs G-1 through G-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. r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-38 rr� SECTION H STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) 1. As used in these specifications: rr a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs(OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number"means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: �r (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 or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. �r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-39 .r nr 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 or federally assisted construction contract shall apply the minority and female goals established for the geographical + area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with 10 whom the contractor has a collective bargaining agreement to refer either minorities orwomen shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: Ai a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor,where possible,will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen,superintendents,and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. , c. Maintain a current file of the names,addresses,and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source,or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor,this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. .�r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-40 +rr d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has ■r other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. wr f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff,termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in aw 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. �w L 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, wr► screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and,where reasonable provide after school, summer,and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. Renton Municipal Airport Bid Set rr Runway Blast Wall Replacement June 2014 Fed Req-41 r I. Conduct,at least annually,an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate „y or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations(7a through p). 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 p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the ri► 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 non minority. Consequently, if the particular group is employed in a substantially disparate manner(for example, even though the contractor has achieved its goals for women generally,)the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension,termination,and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246,as amended,and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-42 r. contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps,at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations,or these specifications,the Director shall proceed in accordance with 41 CFR 60-4.8. �.r 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out,to submit reports relating to the provisions .� hereof as may be required by the Government,and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any,employee identification number when assigned,social security number, race,sex, status(e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents(e.g.,those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). �w tier Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-43 r SECTION I MANDATORY REQUIREMENT FOR ALL AIP FUNDED CONSTRUCTION PROJECTS INVOLVING ELECTRICAL ENERGY OR OTHER HAZARDOUS ENERGY SOURCES For projects involving electrical energy or other hazardous energy source, the contractor shall submit a copy of their Lockout/Tagout program which meets the requirements of 29 CFR 1910.331, Safety Related Work Practices (OSHA). During the performance of electrical work, it is recommended than an unannounced inspection is performed by the airport sponsor or his agent to determine if the Lockout/Tagout program is being followed. Immediate action shall be taken to correct noncompliance, including suspension of work when necessary. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Fed Req-44 r +rr r r r rr err rr PART V FEDERAL AVIATION ADMINISTRATION GENERAL PROVISIONS THIS PAGE INTENTIONALLY LEFT BLANK rr r SECTION 10 .r DEFINITION OF TERMS + Wheneverthe following terms are used in these specifications, in the contract,or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: r 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. ' 10-02 ACCESS ROAD. The right-of-way,the roadway and all improvements constructed thereon connecting the airport to a public highway. r 10-03 ADVERTISEMENT. A public announcement,as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program,a grant-in-aid program,administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications,the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. ++� 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered,or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-10-1 r 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The vi 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. Is a specified contract date,as stated in the proposal,the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership,firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTENDED RUNWAY CENTERLINE. The existing runway centerline, extended an additional 1,000' behind the landing or arriving threshold at each end of the runway. 10-21 EXTENDED RUNWAY SAFETY AREA(ERSA). The entire area surrounding the extended runway centerline within 250'of the extended centerline. The ERSA ends contiguous with the end of the Extended Runway Centerline. 10-22 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. 10-23 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. at 10-24 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards,Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. rfr 10-25 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material,equipment, labor,and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-10-2 r rr► 10-26 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. 10-27 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed,""required,""permitted,""ordered,""designated,""prescribed,"or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. 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. 10-28 LABORATORY. The official testing laboratories of the Owner or such other laboratories as •++ may be designated by the Engineer. 10-29 LIGHTING. A system of fixtures providing or controlling the light sources used on or near r. 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. 10-30 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 MATERIALS. Any substance specified for use in the construction of the contract work. 10-32 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. 10-33 OWNER. The term "Owner"shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-34 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-35 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the +�. construction of the work. 10-36 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. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-10-3 10-37 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-38 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 0i 10-39 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. 10-40 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. 10-41 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-42 RUNWAY SAFETY AREA. The entire area surrounding the runway within 250' of the runway centerline. 10-43 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. 10-44 SPONSOR. See definition above of"Owner." 10-45 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls,cribbing;storm and sanitary sewer lines;water lines; underdrains;electrical ducts, manholes, handholes, lighting fixtures and bases;transformers;flexible and rigid pavements; navigational aids; buildings;vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 SUBGRADE. The soil that forms the pavement foundation. rr 10-47 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 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. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 TAXIWAY. For the purpose of this document,the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-10-4 rr 10-51 TAXIWAY SAFETY AREA. The entire area surrounding a taxiway within 171'of the taxiway centerline. 10-52 TEMPORARY RUNWAY SAFETY AREA. (TRSA) The entire area surrounding a runway within 200' of the runway centerline and the extended runway centerline. 10-53 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. END OF SECTION 10 irr +r. rr err rrr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-10-5 THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-10-6 +rr rrr SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS rrr 20-01 ADVERTISEMENT (Notice to Bidders). See 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, and satisfactory evidence of his/her financial responsibility. Satisfactory "Evidence of Competency", unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work,a list of equipment that would be available for the work, and a list of key personnel that would be available. Satisfactory "Evidence of Financial Responsibility", unless otherwise specified, shall consist of a statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. At the time of submitting such financial statements or reports,the bidder shall state whether his/her financial responsibility is approximately the same as stated or reported in the documents provided. If the bidder's financial responsibility has changed,the bidder shall state the changes to reflect his/her(bidder's)true financial condition at the time the statement or report is submitted to the Owner. �r. Each bidder shall submit"evidence of competency"and"evidence of financial responsibility"to the Owner at the time of bid opening with the submittal of the proposal. 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. 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: r. a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective trr bidder. c. Contractor default under previous contracts with the Owner. +� d. Unsatisfactory work on previous contracts with the Owner. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-20-1 r 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character,quality, and quantities of work to be performed, materials to be furnished,and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that r are furnished by the Owner. 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. The bidder shall state the price (written in ink or typed) in numerals for which he proposes to do each pay item furnished in the proposal. 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. In addition to the Bidders Checklist, Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner,or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions,conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-20-2 so c. If the proposal does not contain a unit price for each pay item listed in the proposal,. 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. A Bidder will be found to be responsive if his/her proposal is found to be in accordance with the terms of the solicitation,with no exceptions. If substitutions are proposed or if he/she fails to provide requested information, his/her bid may be found to be non-responsive. .r A Bidder will be found to be responsible if he/she is able to demonstrate (1) adequate financial resources; (2)compliance with the delivery requirements; (3) prior satisfactory performance; (4)a satisfactory record of integrity and business ethics; (5)adequate management and technical skills; (6) adequate resources; and (7) eligibility to otherwise receive an award. 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 per Article 8 of the Instructions to Bidders. 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. The controlling bid clock is located in the City of Renton Clerks Office. 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 irr 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. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-20-3 c. If the bidder is included in the Excluded Parties List System or 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 16 ori mr ad Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-20-4 orr SECTION 30 AWARD AND EXECUTION OF CONTRACT r 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. Until the award of a contract is made,the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. ,. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals,waive technicalities or inadvertent clerical errors, 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 #M otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, responsive and responsible qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without w.r liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTEE. 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. w 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 .r, bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract,the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-30-1 No the form of the bond or bonds shall be acceptable to the Owner. The surety bond or bonds shall be in a sum equal to the full amount of the contract plus sales taxes. 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 10 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, 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 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. END OF SECTION 30 rel Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-30-2 .r� SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment,tools,transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein,the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not r change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been apart of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified,such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement,the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. The Contractor is advised that all supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds$2,000. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate +rr 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 maybe omitted by a supplemental .r agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed,the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. Renton Municipal Airport Bid Set �r Runway Blast Wall Replacement June 2014 GP-40-1 rr 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 1°r 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 w such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft,as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans,and specifications,the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall prepare and submit a City of Renton Traffic Control Plan, which is available from the city's website.The Contractor shall furnish erect,and maintain barricades,warning signs,flagperson,and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), i 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. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-40-2 '� 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, unless otherwise provided for in the contract documents, 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 yr 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 wr 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. r 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, 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, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. .r Should the Engineer approve the Contractor's request to exercise option a., b.,or c.,the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills,or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. rrr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-40-3 wr 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. 1 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 gig Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-40-4 SECTION 50 CONTROL OF WORK it irr 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished,work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified(including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes ■r in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. r If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity"'shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans,and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans,and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is �+ essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. ,rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-1 i. The Engineer will not be responsible for the Contractor's means, methods,techniques,sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS,AND SPECIFICATIONS. The contract, plans, specifications,and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications,the Special Provisions shall govern. LIST OF SPECIAL PROVISIONS SP-1 GENERAL SP-2 SAFETY AND SECURITY REQUIREMENTS SP-3 HEALTH AND SAFETY PLAN SP-4 CONSTRUCTION SITE FIELD OFFICE SP-5 FAA ADVISORY CIRCULAR 150/5370-2E OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION SP-6 ADMINISTRATIVE REQUIREMENTS r 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 one full size set of conformed documents and one electronic file copy of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The + Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being rrt performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-2 �r 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 ++r� 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. r�r 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control once 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 +r the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control r points necessary for the proper prosecution and control of the work contracted for under these specifications. 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 the part of r. the Contractor,or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer,all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: Wr a. Runway— minimum 5 per station b. Taxiways— minimum 3 per station c. Holding apron areas—minimum 3 per station d. Roadways— minimum 3 per station Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-3 irr rll 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 Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways—each paving lane width (2). Taxiways—each paving lane width (3). Holding areas—each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas— Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines 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. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout(pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) 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). Additional Requirements: 1. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 2. Utilization of a State Licensed Land Surveyor is required. 3. Horizontal closure accuracy of at least 1:40,000 is required. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-4 4. Vertical loop closure of at least 0.03 foot per mile is required. NAVD-88 Vertical Datum must be utilized where available. It is strongly recommended that a digital level be utilized in obtaining vertical loop closure. 5. The construction survey must use the same primary control as used for the Design Survey. 6. Prior to performing the initial survey, prepare a methodology statement, complete with survey equipment to be utilized and with information as to the accuracy of the equipment. The methodology statement is to be submitted to the project manager for review and approval. rr 7. Secondary control monuments shall have a minimum foundation depth of 6 feet. Elevations shall be set on secondary control using the NGS style 3D monument set for project primary control. Utility locates are required prior to installing secondary control monuments. 8. Contractor must verify his internal secondary control monuments a minimum of once per month by looping back into primary control. r 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs,the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation,fabrication,or manufacture of the materials to be used. Inspectors are not authorized to revoke,alter,or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be r referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it,the Contractor,at any time before acceptance of the work,shall remove or uncover such portions of the finished work as may be directed. After examination,the Contractor shall restore said portions of the work to the standard required by the specifications. Should the rr 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 irr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-5 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 ire contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer,work done beyond the lines shown on the plans or as given,except as herein specified,or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection,the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner)from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed,the Contractor shall maintain the previous course or subgrade during all construction operations. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-6 Id rrn r All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition,depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. rir 50-14 PARTIAL ACCEPTANCE. 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 through the completion of Phase 2, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work,another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event,the Engineer will make the final acceptance and ,■, notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans,or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 r■ GP-50-7 Wi Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-50-8 �Y �r SECTION 60 CONTROL OF MATERIALS +�r ; . 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified,such materials that are manufactured or processed shall be new(as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-53C, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA)to produce such specified and listed equipment. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or �. written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated,tests in accordance with the cited standard methods of ASTM,AASHTO, Federal Specifications,Commercial Item Descriptions, and all other cited methods,which are current on the date of advertisement for bids,will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated,samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection,test, or rejection at any time prior to or during incorporation into the rr work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project,and prior to final payment,the Contractor Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � GP-60-1 shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing,of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or r assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name,"the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: 16 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. 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. rr 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. " Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-60-2 w ar c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer •�• shall have the right to reject only material which,when retested,does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE. See Special Provisions (SP-4). No direct payment will be made for labor, materials, or other expenses in connection therewith. The cost thereof shall be included in the price bid for mobilization. The Contractor and his/her superintendent shall provide all reasonable facilities to enable the Engineer to inspect the workmanship and materials entering into the work. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of �. their quality and fitness for the work. Stored materials,even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the .. Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property ,■r 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 �.r 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. .r 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 use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner- furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified,the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Renton Municipal Airport Bid Set w� Runway Blast Wall Replacement June 2014 GP-60-3 WS 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 .r frit Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-60-4 iw SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC �. 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or rr employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES,AND TAXES. The Contractor shall procure all permits and licenses, rrr pay all charges,fees,and taxes,and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design,device, material,or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party,or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time ,rr 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 �r work(by others) is indicated as follows: FAA Airport Maintenance Authorized Utility Purveyors 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 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 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-70-1 to iw so 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 mi agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this at contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC,the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. ■r 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal,state,and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore err specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. 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. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be fully interlocking lighted low-profile barricades. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain ■r1 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). 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 150/5340-1J, Standards for Airport Markings. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-70-2 or rr The Contractor shall furnish,erect,and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in r" reasonable conformance to AC 150/5370-2E, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2E. The Contractor shall furnish and erect all barricades,warning signs,and markings for hazards prior r to commencing work that 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. r 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall receive written permission from the Engineer. The Contractor will r„ exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet(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. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor + + shall be responsible for the preservation of all public and private property,and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character,during the prosecution of the work, resulting from any act,omission, neglect,or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on rr account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, he shall restore, at his/her own expense,such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � GP-70-3 6W 16 claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work;or because of any act or omission,neglect,or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright;or from any claims or amounts arising or recovered under the"Workmen's Compensation Act,"or any other law,ordinance, order, or decree. Money due the Contractor under and by virtue mil 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(s), action(s), or claim(s) for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 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 forthe beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified in the contract documents 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. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: ,rr PHASE 1 Description • Demolition of existing pavement north of existing blast wall. r • Form foundation and pour new foundation for new blast wall. • Pavement rehabilitation adjacent to new blast wall foundation. • Installation of all drainage items associated with noted facilities. ` • Installation of electrical items associated with noted airside facilities. • Installation of new blast wall. ► • Installation of new security fence adjacent to new blast wall. • Grading and seeding of infield just west of blast pad. „W Special restrictions/information 1. When jet aircraft takeoff from rwy 34, contractor shall pull back construction equipment and personnel from blast pad. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-70-4 aw irr 2. Contractor shall keep construction area swept clean so as to minimize debris during aircraft takeoffs. Subsequent to aircraft takeoffs the contractor shall sweep the area r to restore the ground surface. 3. At the completion of each workday the contractor will move all construction equipment to the staging area. +rr 4. See sheet G2.10 for pavement rehabilitation construction limits. rrr 5. At the completion of Phase 1 a new secure boundary shall be established adjacent to new blast wall. Secure boundary must consist of new perimeter fencing at east and west edges of new blast wall as well as the security fencing on the back side of the blast wall. irr 6. Runway 16-34 and adjacent taxiways will remain open with no operational impacts. ,r PHASE 2 Description Demolition and salvage of existing blast wall. • Installation of artwork to back side of security fence on new blast wall. Demolition of existing perimeter fence adjacent to existing blast wall. • Installation of all drainage items associated with noted landside facilities. �. 0 Grading, irrigation and landscaping on back side of new blast wall. • Grading, irrigation and landscaping on grass berms south of perimeter road. + Special restrictions/information 1. During Phase 2 construction, contractor shall maintain secure airfield perimeter. +rr 2. Contractor shall provide flaggers at perimeter road during construction activity on berms south of perimeter road. 3. Runway 16-34 and adjacent taxiways will remain open with no operational impacts. Substantial completion of this project will not occur until the work in Phase 2 has been completed and accepted by the Technical Representative and Airport Operations. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis,such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 GP-70-5 damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2E,Operational Safety on Airports During Construction (See Special Provisions) and 5370-13A Off-Peak Construction Of Airport Pavements Using Hot-Mix Asphalt. Contractor shall develop its own barricade plan to be submitted and reviewed by the Owner. This plan is to identify barricade requirements and layout prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50,the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause,whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore,and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature,or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures,signs,or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. Contractor is responsible for locates in the field utilizing a private utility locate service. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA,or NOAA facilities,or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: City of Renton Fire Department City of Renton Utility Maintenance 1055 South Grady Way 1055 South Grady Way Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-70-6 vi r Renton, Washington 98055 Renton, Washington 98055 Attn: Mark Peterson Attn: Mike Stenhouse, Maintenance Service Director (425)430-7028 George Stahl, Maintenance Service Director (425) 430-7400 City of Police Department City of Renton Wastewater Maintenance +• 1055 South Grady Way 1055 South Grady Way Renton, Washington 98055 Renton, Washington 98055 Attn: Katie McClinCy Attn: Richard Marshall, Maintenance Manager r (425)430-7512 (425)430-7400 Boeing Facilities Asset Management City of Renton Water Maintenance Central Region— Renton 1055 South Grady Way P.O. Box 3707 MC 93-03 Renton, Washington 98055 Seattle, Washington 98124 Attn: Ray Sled, Water Maintenance Manager Attn: Greg Karalus, PE (425) 430-7400 (425) 237-8821 Qwest Communications AT&T Broadband 7235 South 228th Street 20811 84th Avenue South, Suite 101 Kent, Washington 98032 Kent, Washington 98032 Attn: Ken Star (206) 396-6405 (206) 345-3399 Puget Sound Energy Underground Utilities Location.Center P.O. Box 90868, MS-XRD-01 W ("One-Call' Center Bellvue, Washington 98009-0868 1-800-425-5555 Attn: Mr. Joe Jainga (425) 462-3807 Anne Kusaka, PE Lead Planner(WA& OR) NAS Planning & Integration Team (AJ02- W32) (425) 203-4639 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that r.r would affect such owners. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 �r GP-70-7 rr Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion,the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work,such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet(90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. Not applicable 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of- way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract so provisions or in exercising any power or authority granted to him by this contract,there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final " acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor,without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. "d Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-70-8 'd 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal,state,and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds,and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. +� 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Contractor's attention is called to the Archaeological Resources Monitoring And Inadvertent Discovery Plan for the Runway Blast Wall Replacement Project dated April 2014, which recommends archaeological monitoring during several activities associated with the Project. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district,or site, and does not contain any building, structure,or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure,or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be 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 rrr Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 GP-70-9 THIS PAGE INTENTIONALLY LEFT BLANK r r r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-70-10 Yrr SECTION 80 PROSECUTION AND PROGRESS rr .w 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 �r receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract,said assignment shall be in concurrence with the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval,the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform,with his organization, an amount of work equal to at least 25 percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set 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 n Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials,equipment,and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed nr movement of aircraft in the AIR OPERATIONS AREAS of the airport. 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 operations(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. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � GP-80-1 r When the contract work requires the Contractor to work within an AIR OPERATIONS AREA(AOA) 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 construction phasing plans indicate restrictions on the Contractor's work. Runway 16-34 and adjacent taxiways shall remain open with no operational impacts. The Owner shall be the only controlling authority with regards to opening and closing areas of the AOA for construction purposes. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any ► work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS,AND EQUIPMENT. The Contractor shall,at all times, employ sufficient labor and equipment for prosecuting the work to 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. Ali 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. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-80-2 r All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. 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 Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period,the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and „■ provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � GP-80-3 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar 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: a. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified,or as extended in accordance with the provisions of this subsection, he may,at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. LIQUIDATED DAMAGES COMPONENT OF WORK/SPECIAL SPECIFIED MILESTONES COMPLETION AMOUNT DATE Failure to complete all work designated for Phase 52 calendar days from $2,500 per day, 1 including a fully functioning blastwall and or fraction Proceed security fencing. Noticed thereof � Unscheduled closure of runway or taxiway due to Same Day as $10,000 per 5- hour period or Contractor's negligence. Occurrence fraction thereof 76 calendar $2,500 per day, so Failure to Complete Phase 2 (Substantial days from or fraction Completion). Notice to thereof Proceed Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-80-4 The specified completion dates contained in the above table will remain unchanged regardless of whether Work in one or all bid schedules is awarded. 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. Wr 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers,equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or 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 i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Owner consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith,then the Owner will,upon written notification from the Engineer of the facts of r such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof,or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an i 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 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-80-5 expense exceeds the sum which would have been payable under the contract,then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract,or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. ■i 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 and Owner prior to beginning any work in any area of the airport. Unless otherwise noted in the contract or construction documents, no operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. Contractor must store all its equipment in the staging areas identified in the construction documents. 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. END OF SECTION 80 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-80-6 SECTION 90 +rr MEASUREMENT AND PAYMENT The requirements of this section are in addition to those specified in the WSDOT/APWA Standard Specifications. The more stringent specification shall govern. 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 rr„ horizontally,and no deductions will be made for individual fixtures(or leave-outs)having an area of 9 square feet 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. `r 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. r 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. The term"ton"will mean the short ton consisting of 2,000 pounds avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate,approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and +i. measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing,material specified to be measured by the cubic yard may be weighed,and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-90-1 do be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D 1250 for asphalts or ASTM D 633 for tars. rr Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in r the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum"when used as an item of payment will mean complete payment for the work described in the contract. 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 r identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-90-2 r +w Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. rr 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. air 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. to 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 r weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials,for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof,subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the"basis of payment"subsection of a technical specification requires that the contract price (price bid)include compensation for certain work or material essential to the item,this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. ■r 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-90-3 ww Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided,the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40,will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence,the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock,that Oil Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-90-4 irr r the quantity claimed was actually used,and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made 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. rtrr 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, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made,except as may be provided(at the Contractor's option)in the subsection titled PAYMENT OF WITHHELD FUNDS +rw of this section. The balance(95 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 5 percent retainage �r 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. 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. 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: Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � GP-90-5 .r a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material iris and transportation costs have been paid. d. The Contractor has furnished the Owner legal title(free of liens or encumbrances of any kind)to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at 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. No partial payment will be made for stored or stockpiled living or perishable plant materials. 46 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. w a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 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 been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50,the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be art Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-90-6 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 .r provisions of this subsection,such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. wr END OF SECTION 90 r Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 GP-90-7 THIS PAGE INTENTIONALLY LEFT BLANK rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-90-8 r nr SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM +r 100-01 GENERAL. When the specification requires 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 required by this contract conform to contract plans,technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that r will: a. Adequately provide for the production of acceptable quality materials. r b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. + c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present,at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The 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. .r 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. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials,workmanship,construction,finish,and functional performance. The Quality Control Program shall be effective for control of all irr construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 5 calendar days before the preconstruction conference. Renton Municipal Airport Bid Set �r Runway Blast Wall Replacement June 2014 GP-100-1 irr tYli 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 Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-100-2 W r (2) Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). arr (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible �r officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These „ personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: do (1) Inspection of all materials,construction,plant,and equipment for conformance to the technical specifications, and as required by Section 100-06. �r (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. 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 full-time 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. wr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-100-3 am 100-04 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. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; W b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 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 100-07. 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: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing,and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-100-4 rrr 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., 02743 Asphalt Concrete Paving); b. Item description (e.g., Plant Mix Bituminous Pavements); r c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); err e. Test frequency(e.g.,as required by technical specifications or minimum frequency when requirements are not stated); r 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 acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to r witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 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 rr records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; +r. (2) Compliance with approved submittals; Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-100-5 r err (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; aril (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted,results of inspections,location and nature of defects found,causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the ori 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. fill b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (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 process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-100-6 � r When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. rr 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 Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 rr rr +rr rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 .. GP-100-7 r THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-100-8 rr SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) This FAA section is hereby removed. Material measurement, testing, and acceptance shall be performed as specified in the WSDOT/APWA Standard Specifications. END OF SECTION 110 ar. rrr rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 " GP-110-1 i.r SECTION 120 NUCLEAR GAGES rrr This FAA section is hereby removed. Nuclear gage acceptance testing shall be performed as specified in the WSDOT/APWA Standard Specifications. END OF SECTION 120 ;rr r �s ,rr r� r irr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 .. GP-120-1 ■r ail THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 GP-120-2 nr +rr ■r rr r�r PART VI TECHNICAL SPECIFICATIONS THIS PAGE INTENTIONALLY LEFT BLANK w w rrr SECTION 02220 SITE DEMOLITION PART 1 - GENERAL 1.01 SUMMARY This Section specifies partial or complete removal and disposal or salvage of existing structures, pavement and other improvements at grade and below grade. It includes, but is not limited to .r the following elements of work: A. Demolition of existing blast wall some pavement associated with new trenching. +err B. Coring and penetration of structures associated with new electrical conduits. C. Removal of concrete infield asphalt pavement, existing landscaping. 1.02 SALVAGE DISPOSITION, STORAGE AND HANDLING A. Materials removed shall become property of the Contractor and shall be disposed of in an appropriate and legal manner. rr PART 2 - PRODUCTS 2.01 DEMOLITION WORK PLAN A. Develop and maintain for the duration of the contract, a Demolition Work Plan that incorporates and implements, at a minimum, the required demolition, material handling, environmental protection precautions, site security, traffic control measures and disposal/recycling methods related to the project. Review information provided in the attachments of the Contract Documents and incorporate this information into the Work Plan. B. If the Demolition Work Plan is found to be inadequate to manage the project or protect the environment as determined by the Project Representative, regulatory agency, or jurisdiction, modify the plan to meet the requirements of those regulatory agencies and the Project Representative. r. C. Demolition Work Plan Requirements: The Demolition Work Plan shall, as a minimum, include the following elements: 1. Persons responsible for the Work, including subcontractors and disposal sites. r. 2. Specific licensing, certifications, and qualifications of persons and companies conducting the Work. 3. Required submittals, including supplemental work plans for various project elements. 4. Project schedule. 5. Construction sequencing addressing project phases and coordination with other work at the site. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � 02220-1 r 6. Permit requirements, responsible agencies, and required coordination and permit submittals. 7. Off-site activities and locations, including off-site disposal and recycling locations. 8. Methods and practices to be employed for environmental control. Proposed methods for controlling noise, fugitive dust, stormwater runoff, and sediment transport associated with storm runoff shall be addressed. Drawings shall be provided illustrating stormwater runoff control measures that the Contractor shall employ. 9. Site security, site access, and protection of adjoining persons along roads and sidewalks shall be presented in the demolition work plan. 10. Disposal and/or recycling of materials from the Work, including information on haul routes and disposal. 11. Methods for protecting existing utilities, including requirements of the utility providers. as 12. Requirements for disconnecting existing utilities, including coordination with utility providers. 13. Methods for cutting and patching pavement and existing structures adjacent to the demolition that are to remain. 14. Waste management plans. PART 3 - EXECUTION 3.01 GENERAL A. Notify the Project Representative 48 hours prior to beginning demolition work. 3.02 OPERATION PROCEDURES A. Start and complete work in order of precedence as established by approved schedule. Operational procedures and sequence of work may be determined by Contractor provided they do not infringe upon or violate schedules. B. Provide protection to persons and property. Conduct operations to ensure minimal interference with access, entrances, exits, and other adjacent facilities. Provide substantial barricades and safety lights as required. Provide temporary weather protection as necessary to prevent damage to existing facilities and discomfort to persons. Where chipping or milling of existing asphalt or portland cement concrete is required, perform the work in a manner that contains and exhausts concrete dust to a bag filter or other means of complete containment and capture. Repair to original condition, or replace in kind, property that is damaged. 3.03 CUTTING AND REMOVAL A. Neatly cut and remove materials, and prepare all openings to receive new work. Where removal of partial sections of asphalt or concrete pavement is required, sawcut the pavement in straight lines. B. Furnish, install and maintain shoring, bracing and other supports as required to prevent movement, settlement or collapse of remaining or adjacent structures or Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02220-2 no do improvements. Take all precautions necessary to prevent damage to existing remaining work or to adjacent facilities. Execute the work using methods that will �r. prevent interference with use of remaining and adjacent facilities by Renton Airport. 3.04 CLEANUP �. A. Remove debris, rubbish, and materials resulting from cutting, demolition or patching operations. Transport materials and legally dispose of off site. PART 4 - BASIS OF PAYMENT In lieu of the WSDOT Standard Specification for Measurement and Payment, demolition payment shall be made at the respective contract lump sum for the blast wall structure and foundation; and unit price for the blast pad pavement and fence as shown in the Contract Drawings. This price shall be full compensation for furnishing all materials and for all labor, ,., equipment, tools, and incidentals necessary to complete the item. END OF SECTION r irr �.r Renton Municipal Airport Bid Set Runway Blast Wall Replacement 02220-3 June 2014 `�` THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02220-4 SECTION 02300 EARTHWORK PART 1 - GENERAL sir 1.01 SUMMARY A. This Section specifies earthwork, which consists of excavation, filling, grading and excess material control. Work shall be accomplished in the dry. Fill materials are also included in this Section. B. Related Work Specified Elsewhere: 1. Section 02370— Erosion and Sedimentation Control 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In case of +r. conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. wr Reference Title AASHTO T176 Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test ASTM C136 Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D1556 Method of Test for Density of Soil in Place by the Sand-Cone Method w ASTM D1557 Method of Test for Moisture-Density Relations of Soils, Using 10 Lb (4.5 kg) Rammer and 18 In. (457 mm) Drop ASTM D3017 Method of Test for Moisture Content of Soil and Soil Aggregates In Place rrr by Nuclear Methods (Shallow Depth) ASTM D422 Method of Test for Sieve or Screen and Hydrometer Analysis of Fine and Coarse Aggregates Yrr 1.03 DEFINITIONS A. Compaction: The degree of compaction is specified as percent compaction. Maximum or relative densities refer to dry soil densities obtainable at optimum moisture content. A. Excavation slope: Defined as an inclined surface formed by removing material from below existing grade. B. Required Excavation: The minimum excavation necessary to execute the work in full compliance with the Contract Document. 1.04 QUALITY ASSURANCE r. A. Regulatory Requirements. Renton Municipal Airport Bid Set Runway Blast Wall Replacement 02300-1 June 2014 �` 1. Open excavation and trenching shall meet the requirements of Chapter 296-155 WAC, Part N, Excavation, Trenching, and Shoring. PART 2 - PRODUCTS 2.01 FILL MATERIALS A. Type D: Material shall be granular material commonly known as pea gravel or bedding and shall conform to the following gradation: Percent by Weight U.S. Standard Sieve Size Passing 3/4-inch 100 3/8-inch 95 - 100 No. 8 0 - 5 B. Type G: Lean concrete mix, commonly known as controlled density fill (CDF), with a 1/4-inch maximum size aggregate. In general, the material will be called for on the Drawings with a specified compressive strength (fc)that shall define its performance and quality requirements. Whenever the Drawings call for the material without a specified fc, the mix shall have the following proportions: Material Pounds Other Cement Type 1 100 Flyash 300 Building sand 1,510 3/8 -#4 1,860 Water 250 (30 gal.) TOTAL 4,020 Entrained Air 1.50% W/C Ratio 0.63 C. Type L: Material shall be select structural fill. Structural fill shall be an imported, well-graded sand and gravel, free of organic debris and other deleterious material, and shall conform to the following gradation: " Percent by Weight U.S. Standard Sieve Size Passing 2-1/2 inches 100 3/4-inch 60 - 100 No. 4 30 - 80 No. 10 0 -35 No. 100 0 -30 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-2 do go Percent by Weight U.S. Standard Sieve Size Passing No. 200 0 - 5 (wet sieving) +� PART 3- EXECUTION 3.01 GENERAL to A. Control of water: Keep excavations free from water during construction. The static water level shall be drawn down a minimum of 2 feet below the bottom of excavations to maintain the undisturbed state of natural soils and allow the placement of pipe and fill to the specified density. Dewatering and disposal of water shall be in accordance with current King County Surface Water Design Manual Appendix D and Section 02370 - Erosion and Sedimentation Control. Have on hand pumping equipment and machinery in good working condition for emergency and have workers available for its operation. Dewatering systems shall operate continuously(24 hours per day, 7 days per week) until backfill has been completed to 1 foot above the normal static groundwater or 1 foot above the pipe, whichever is greater. B. Overexcavation: Where the undisturbed condition of natural soils is inadequate for support of the planned construction, the Project Representative will direct the ro Contractor to overexcavate to provide adequate supporting soils. The excavated space shall be filled to the specified elevation with backfill. The overexcavated space under footings may be filled with Type G fill material. The quantity and placement of such material will be paid for as extra work. C. Excavated material 1. Unless otherwise specified, suitable excess excavated material (fill) shall be w disposed of in the spoil areas shown and as directed by the Project Representative. Select structural fill removed for structural excavation or final grading or paving shall be stockpiled outside of the existing structural filled area. Unsuitable excavated materials such as peat shall be disposed of off-site unless otherwise directed by the Project Representative. 2. The Contractor shall satisfy itself that there is sufficient material for the completion of the embankments before disposing of material inside or outside the +■+� site. Shortage of material caused by premature disposal of material by the Contractor shall be replaced by the Contractor at its own expense. 3. Surplus excavated material shall be disposed off-site immediately after excavation by the Contractor, at the Contractor's expense, in accordance with applicable ordinances and environmental requirements. 4. Material shall not be stockpiled on the existing structural filled area. In addition, material shall not be stockpiled to a depth greater than 5 feet above foundation grade, within 25 feet of any excavation or structure. Use construction methods which preserve the stability of the soil adjacent to the excavation. 5. Materials stockpiled for reuse must be protected from wind or rain erosion, by covering with tarps or other effective methods. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-3 rw D. Hauling and traffic patterns: 1. When hauling is done over highways or city streets, the loads shall be trimmed and the vehicle shelf areas shall be cleaned after each loading. The loads shall be watered after trimming to minimize dust. 2. Maintain traffic patterns in the existing structural filled areas which preserve the stability of the soil under all future structural foundations or paved areas. w E. Finish grading 1. Finished surfaces shall be smooth, compacted and free from irregularities. The degree of finish shall be that normally obtainable with a blade-grader. 2. Finished grade shall be as specified by the contours +0.10-foot except where a local change in elevation is required to match sidewalks, curbs, manholes and catch basins, or to ensure proper drainage. 3. When the work is an intermediate stage of completion, the lines and grades shall Citi be as specified +0.5-foot to provide adequate drainage. F. Control of erosion: Maintain earthwork surfaces true and smooth and protected from erosion. Where erosion occurs, the Contractor shall provide fill or shall excavate as necessary to return earthwork surfaces to the grade and finish specified. 3.02 CLASSIFICATION OF FILL A. Fill material shall be placed in horizontal layers and compacted with power operated tampers, rollers, idlers, or vibratory equipment. Material type, maximum layer depth, relative compaction, and general application are specified in Table A below. Unless otherwise specified, fill classes shall be used where specified in Table A under general application. TABLE A, FILL CLASSIFICATIONS Maximum 'Minimum Fill Uncompressed Relative Clas Material Layer Depth, Compaction, s Type Inches Percent General Application D1 D --- 95 Bedding for single pipes in confined trenches. G1 G --- --- Fill under slabs or pavement; under and around piping, tanks, small structures, etc; as specifically called for on the Drawings. L1 L 8 95 Fill under slabs where shown. 10� 3.03 EARTHWORK FOR PIPELINES AND CONDUITS A. Earthwork for pipelines and conduits is specified in Table A and in Section 02321, Trenching, Backfilling and Compacting. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-4 .r rrr 3.04 EARTHWORK FOR EMBANKMENTS A. Foundation preparation: The surface of the foundation shall not contain standing water and shall be free of loose material, foreign objects and rocks greater than 6 inches in maximum dimension. Immediately prior to placement of embankment fill material, the foundation surface shall be thoroughly moistened, scarified to a depth of 6 inches, +�. moisture conditioned again as necessary and recompacted to 95 percent relative compaction. After the preparation has been completed, promptly place and compact the first lift of embankment on the foundation to prevent damage to the surface. If the foundation surface is damaged, the Contractor shall repair the surface to the specified �r condition. In areas where materials become soft or yielding, such materials shall be removed, disposed of and replaced with specified material. The surface of the embankment shall be maintained to permit travel of construction equipment. Ruts in +w the surface of a layer shall be filled and leveled before compacting. B. Embankment fill: 1. Fill shall be placed in accordance with Table A. Rocks, broken concrete, or other solid materials, which are larger than 4 inches in greatest dimension, shall not be placed in embankment areas where piles are to be placed or driven. 2. Fill material having a sand equivalent value less than 10 shall be placed in the "► lower portions of embankments and shall not be placed within 2.5 feet of finished grade. 3. When the embankment material consists of large, rocky material, or hard lumps, such as hardpan or cemented gravel which cannot be broken readily, such material shall be well distributed throughout the embankment. Sufficient earth or other fine material shall be placed around the larger material as it is deposited so as to fill the interstices and produce a dense, compact embankment. 4. Unless otherwise specified, the embankment shall be raised to form an approximately horizontal plane extending transversely to the final slopes. The embankment shall be crowned at all times during construction so that water will drain readily off the embankment. 5. The temporary differential elevation between 2 adjoining zones of the embankment due to construction operations shall not exceed 24 inches. 6. If the compacted surface of a layer of material is too smooth to bond properly with the succeeding layer, the surface shall be scarified. If required, the surface shall be sprinkled or otherwise moisture conditioned before the succeeding lift is placed. Surface crust formed on a layer of fill material that has been dumped err and spread shall be broken up by harrowing and, if required, the full depth of the affected layer shall be moisture conditioned immediately prior to rolling. C. Embankment tolerances: rr 1. Aircraft apron, roadway and railroad embankment tolerances: a. The excavated surface shall be less than 0.08-foot above or below the grades specified after deducting for the roadway pavement thickness or + + railroad ballast thickness. b. Vertical alignment tolerances permitted on the aircraft apron, roadway or railroad surface shall not exceed +0.30 feet from the vertical alignment specified, with the provision that within the tolerance range local surface irregularities shall not exceed 0.15 feet as measured by the gap between the aircraft apron, roadway or railroad surface and a 10-foot straightedge placed on any flat graded surface. On vertical curves, the same standards rir Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-5 will apply except that an additional gap allowance will be made for the road surface curvature over the 10-foot length of the straightedge. C. Horizontal alignment tolerances permitted shall not exceed +1 foot providing the departure is relatively uniform over any specific length of the aircraft apron, roadway or railroad embankment. 3.05 SUBGRADE FOR PAVEMENT A. Place fill in accordance with Table A. Scarify the prepared subgrade to the depth shown on the Drawings and re-compact to at least 95 percent of the maximum density. 3.06 FINISH A. Areas covered by the work, including excavated and filled sections and transition rr areas, shall be graded uniformly to the elevations shown. The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes. The degree of finish shall be that ordinarily obtainable from a blade-grader operation. The finish no surface shall be not more than 0.2-foot above or below the established grade. Ditches shall be finished to drain readily. The surface of areas to be paved on which a base course is to be placed shall not vary more than 0.05-foot from established grade and cross section. 3.07 TESTING A. The Project Representative's designee will take samples and perform moisture content, gradation, compaction, and density tests during placement of backfill materials to check compliance with these Specifications. The Contractor shall remove surface material at locations designated by the Project Representative and provide such assistance as necessary for sampling and testing. Testing by the Project Representative's designee does not relieve the Contractor of its responsibility to determine, to its own satisfaction, when and if its work meets the specifications. Tests will be made in accordance with the following: Test Standard Procedure wr Moisture content ASTM D3017 Gradation ASTM C136, D422 Density in-place ASTM D1556 Moisture-density ASTM D1557 relationships B. Remove material that does not meet the in-place density specified, or shown on the Drawings, and replace with material acceptable to the Project Representative at no cost to the County. �r PART 4 - BASIS OF PAYMENT In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract unit price as shown in the Contract Drawings. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-6 ew r This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION +�r +�r► +wr ■w w .r wr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-7 rr THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02300-8 4W 4W SECTION 02321 TRENCHING, BACKFILLING AND COMPACTING rrr PART 1 - GENERAL 1.01 SUMMARY A. This Section specifies requirements for trenching, backfilling and compacting of trenches for pipeline and other underground utilities construction. 1.02 REFERENCES +rr A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. Reference Title 4W WSSS Washington State Safety Standards for Construction Work WAC 296-155 rr 1.03 QUALITY ASSURANCE A. Regulatory Requirements. 1. Trenching shall meet the requirements of Chapter 296-155 WAC, Part N, Excavation, Trenching, and Shoring. 1.04 SITE CONDITIONS A. General: For general details concerning existing site conditions refer to the construction drawings. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION �r 3.01 TRENCHING A. Trench excavation shall be unclassified. The terms earthwork or excavation include all materials excavated or removed regardless of material characteristics. The Contractor shall make its own estimate of the kind and extent of materials which will be encountered in the excavation. B. Provide free access to all fire hydrants, water valves and meters, and leave clearance to enable the free flow of storm water in all gutters, conduits and natural watercourses. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02321-1 nr C. Remove ledge rock, boulders or stones 4 inches and larger to provide a minimum clearance of 12 inches under and around the pipe. D. Replace materials removed with satisfactory excess materials from other trenches, or "i from imported bedding or backfill which conform with the requirements of Section 02300. E. In loose or soft soils, or where directed by the Project Representative, excavate at the bottom of the trench with equipment that does not have digging teeth. Should the natural or fill foundation soils at the trench bottom be disturbed or loosened due to Contractor's operations, do, at the discretion of and as directed by the Project Representative and at no cost to the County: 1. Scarify to a minimum depth of 12 inches and recompact, or 2. Remove, refill with new material and compact. 3.02 PIPE BEDDING A. Place bedding material in the pipe zone as indicated on the Drawings or as specified in the Section applicable to the type of pipe being installed. 3.03 BACKFILLING A. Complete pipe bedding and initial backfill as shown on the Drawings before subsequent backfilling operations are started. B. Take all necessary precautions to protect the pipe from any damage, movement or shifting. In general, perform backfilling by placing the material so as not to damage the pipe. ► C. Provide for the proper maintenance of traffic flow and accessibility as may be necessary and make adequate provisions for the safety of property and persons. D. Upon completion of work, remove and legally dispose of temporary cribbing, sheeting or other timbering unless specifically authorized otherwise by the Project Representative in writing. 3.04 GENERAL COMPACTION REQUIREMENTS A. Provide the proper size and type of compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. In all cases, equipment shall be selected and used so as to not damage the pipe or other utilities and structures. Truck mounted drop hammers or truck mounted impact hammers, impact pavement breakers, and similar types of mobile equipment will not be permitted for compacting backfill placed around or above pipes. 06 B. Water settling methods of compaction shall not be permitted. PART 4 - MEASUREMENT AND PAYMENT 4.01 In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract unit prices as shown in the Contract Drawings. j Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02321-2 .re This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. rr END OF SECTION w. ww it �.r �r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02321-3 wr THIS PAGE INTENTIONALLY LEFT BLANK i wr rril Renton Municipal Airport Bid Set Runway Blast Wall Replacement 02321-4 June 2014 � SECTION 02370 EROSION AND SEDIMENTATION CONTROL PART 1 - GENERAL .r. 1.01 SUMMARY A. This Section specifies stabilization of soil and stockpiled materials to minimize erosion and sedimentation during and following construction. Work shall include, but not be limited to, the furnishing and delivery of required materials; installation and maintenance of temporary sedimentation control measures; temporary covering of disturbed areas; and stockpile areas in accordance with these Specifications. B. Related Sections: 1. Section 02300 - Earthwork rrr PART 2 - PRODUCTS (NOT USED) rr. PART 3 - EXECUTION 3.01 TEMPORARY DAMS A. Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary. r 3.02 STABILIZATION, MAINTENANCE AND HANDLING A. Perform soil stabilization and sediment trapping as follows: 1. Stabilize exposed and disturbed soils, construction areas, and embankments by the suitable application of structural control measures. 2. From October 1 to April 30, no soils shall remain unstabilized for more than 2 days. 3. From May 1 to September 30, no soils shall remain unstabilized for more than 7 days. err 4. Stormwater runoff shall pass through a sediment trap or other appropriate structural control measure prior to leaving the site. 5. Construct sediment traps, filter fabric fences, straw bale barriers, and other structural control measures intended to trap sediment on-site as a first step in grading. These structural control measures shall be functional before land disturbing activities take place. B. Construct cut and fill slopes in a manner that will minimize erosion. .r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 "" 02370-1 C. Protect storm drain inlets made operable during construction, so that stormwater runoff does not enter the conveyance system without first being filtered or otherwise treated to remove sediment. Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary. D. Take provisions to minimize the transport of sediment(mud) onto the paved roads wherever construction vehicle access routes intersect said roads. If sediment is transported onto a road surface, thoroughly clean said surface at the end of each day. Remove sediment from roads by shoveling or sweeping and transporting to a controlled sediment disposal area. Street washing shall be allowed only after sediment is removed in this manner. E. Remove temporary erosion and sediment control structural control measures within 30 days after final site stabilization is achieved or after the temporary structural control measures are no longer needed. Remove or stabilize trapped sediment on-site. Permanently stabilize disturbed soil areas resulting from removal. F. Handle and dispose of pollutants, other than sediment, that occurs on-site during construction in a manner that does not cause contamination of stormwater. G. Maintain and repair temporary and permanent erosion and sediment control structural control measures as needed to ensure continued performance of their intended function. Conduct maintenance and repair in accordance with an approved plan. PART 4- BASIS OF PAYMENT 4.01 In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract lump sum price as shown in the Contract Drawings. This price shall be full compensation for furnishing all materials and for alli labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02370-2 '�` .e SECTION 02743 ASPHALT CONCRETE PAVING rr� PART 1 - GENERAL 1.01 DESCRIPTION A. This Section includes specifications for providing asphalt concrete pavement as indicated. 1.02 DEFINITIONS A. The term "Hot Mix Asphalt" shall be used synonymously with the term "Asphalt Concrete Pavement". Similarly, the abbreviation HMA shall be used synonymously with ACP. 1.03 REFERENCE STANDARDS A. Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction, 2012 edition with amendments. �.. 1.04 SUBMITTALS A. General: Refer to Division 1 Specifications for submittal requirements and procedures. B. Mix Design: Submit proposed mix design documentation for review and approval in conformance with WSDOT Standard Specifications for Road, Bridge and Municipal Construction, Section 5-04.3(7)A Mix Design. C. Test Reports:Submit test results of sampling and testing, and inspection records within 24 hours of asphalt concrete placement. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials used in the construction of asphalt concrete pavements, including but not ..r limited to asphalt, anti-stripping additive, aggregates, blending sand, and mineral filler, shall conform to the following requirements: 1. For streets, roadways, and parking lots: as indicated on the Contract Drawings and in conformance with the applicable provisions of WSDOT Standard Specifications for Road, Bridge and Municipal Construction, Section 5-04. 2. Hot Mix Asphalt shall meet the requirements defined in the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, Section 5-04.2, using HMA Cl. 1/2" PG 64-22. �r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02743-1 2.02 TESTING AND ANALYSIS A. Perform all testing and analysis of asphalt and aggregates required by the referenced jurisdictional standard specifications. 2.03 MIX DESIGN A. Design of asphalt concrete mixes shall be provided by the Contractor, and shall be obtained from a qualified independent testing laboratory or agency, properly equipped to design asphalt concrete mixes. Costs of obtaining mix designs shall be at the Contractor's expense. B. Design of asphalt concrete mixes, including aggregate quality and gradation, shall conform to the quality requirements of the referenced jurisdictional standard specifications. PART 3 - EXECUTION 3.01 GENERAL A. Provide asphalt concrete pavement in accordance with the layout, configurations, and dimensions indicated on the Construction Drawings. B. For streets, roadways, and parking lots, the work described in this Section shall conform to the applicable subsections of WSDOT Standard Specifications for Road, Bridge and Municipal Construction, Section 5-04 as revised in Section 3.1 E of this specification. C. Hot Mix Asphalt under WSDOT jurisdiction shall meet the requirements defined in the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, Section 5-04.3 as revised in Section 3.1 E of this specification for commercial HMA acceptance. D. Extruded Asphalt Concrete Curb shall meet the requirements as defined in the WSDOT Standard Specifications for Road, Bridge and Municipal Construction, Section 8-04.3(2). E. HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the HMA mixtures: Surface Temperature Limitations Compacted Thickness (Feet) Surface Course Sub-Surface Courses Less than 0.10 55 F 55 F 0.10 to 0.20 45 F 35 F 0.21 to 0.35 35 F 35 F More than 0.35 DNA 25 F* * Only on dry subgrade, not frozen and when air temperature is rising. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02743-2 ve r an 3.02 FIELD QUALITY CONTROL A. Control the quality of the Work and provide adequate testing to assure compliance with these Specifications. B. Compaction: Perform in-place density and compaction tests of the completed pavement in accordance with referenced jurisdictional standard specifications. 3.03 MAINTENANCE OF PAVEMENT �r A. Upon completion of final rolling, traffic shall not be permitted on the finished pavement for at least six hours, and until the asphalt concrete has cooled sufficiently to withstand traffic without being deformed. B. Finished pavement shall be maintained in finished clean condition until the Work is accepted by the Owner's Representative. r�r END OF SECTION rw trr rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02743-3 �r. THIS PAGE INTENTIONALLY LEFT BLANK �I Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02743-4 pit rir SECTION 02860 JET BLAST DEFLECTING FENCE FOR TAKEOFF VELOCITIES rir PART 1 - GENERAL 1.01 RELATED DOCUMENTS yrr A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the design, fabrication, erection and certification for a complete Jet Blast Deflector(hereafter referred to as JBD). B. The JBD manufacturer shall furnish the complete final design, material, labor, and equipment to fabricate and erect the JBD. C. All civil work, including paving and foundations, is specified in other sections. D. Electrical work, including any required grounding, lightning protection or lighting, is specified in other sections. 1.03 SUBMITTALS �r A. General: Submit each item in this article according to the conditions of the Contract and Division 1 Specification Sections. B. Quality Assurance Documents: JBD manufacturer shall submit all quality assurance requirements listed in Quality Assurance, Section 1.4-B and 1.4-C. C. Shop Drawings: Provide assembly drawings and installation drawings detailing location and overall dimensional information, materials and finish details of the JBD. Drawings shall include details of the structural frame members and major assembly/subassembly details for the JBD structure, erection of the JBD, including plans, elevations and sections. Show anchorage and accessory items. Drawings shall " be sealed by a qualified Professional Engineer registered in the State of Washington. D. Foundation Design Criteria: JBD manufacturer shall furnish the anchor loads, reactions ++�+ and locations, including miscellaneous requirements for foundation design. E. Structural Calculations: Structural design calculations for the JBD structures, anchors, and deflecting surfaces prepared and stamped by a qualified professional engineer licensed in the State of Washington or certified by the Structural Engineering Certification Board. Calculations shall be submitted for each major frame system and shall comply with IBC current standards. F. Mill Certificates: Provide mill certificates for all steel used in the manufacturing of the JBD. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02860 - 1 G. Maintenance and Operation Manual: Provide a maintenance and operation manual for the JBD and associated components. H. Warranty at Project Closeout: Provide a written copy of the manufacturer's warranty certifying the workmanship, materials, installation and performance of the JBD system for a period of two (2)years. See the Section 3.3 (Erection) for JBD manufacturer supervision requirements. ++ I. As-Built Drawings: At project closeout, submit As-Built drawings of completed work in accordance with requirements of the specification as indicated in Division 1. ad J. Substitutions: Substitutions may be permitted for products named. The named products are the reference standard. Proposed equipment substitutions must be proved to be equal to the named product. Any substitution requests will be evaluated based on product literature from the manufacturer, but the final decision will be at the sole discretion of the Owner. 1.04 QUALITY ASSURANCE A. Single Source Responsibility: The JBD structural members, deflecting surfaces, anchorage and fasteners shall be procured from a single source responsible for design, manufacture, supply and issuing a performance guarantee/warranty in accordance with Section 1.3-H of this specification. B. Professional Engineer Qualifications: Drawings and calculations shall be sealed by a professional engineer with experience of at least five (5) past jet blast deflector projects rated for takeoff operations. Documentation of past experience shall be provided with 16 the submittal package. C. Alternate Manufacturers: To be approved as an alternate manufacturer, the following information shall be submitted to and approved by the Owner prior to submitting a bid. ' Approved manufacturer(s) shall include this information with the submittal package as outlined in Section 1.3 (Submittals). 1. Results of full scale field proof tests in which the proposed JBD was subjected to the specified aircraft operating at takeoff power settings. Computer simulations are not an acceptable alternate to full scale field tests. 2. Results of full scale smoke dispersion demonstrating that smoke and gases are deflected in an upward direction, with no evidence of smoke dispersal behind the deflector. Video footage and test report shall be provided. 3. Evidence of satisfactory operation of at least five (5) installations of the proposed model, each with at least five (5)years of actual field service of continued use with similar aircraft, application and engines. 4. Evidence of five (5) past projects with landside cladding/aesthetic treatment. 5. Detailed structural design analysis of the proposed JBD, showing loads and vi stresses in structural members, deflecting surfaces and any bolted joints, using the worst case aircraft velocity profiles as the calculated pressure for load calculations. Structural calculations shall comply with current IBC standards. 6. Design drawings of the proposed JBD demonstrating that the deflector meets all design and material specifications listed in Parts 1 and 2. 7. Evidence that the JBD designer/manufacturer has current ISO 9001 certification. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02860 -2 rrr 8. Evidence that the JBD designer/manufacturer has a combined commercial general liability and excess coverage of$10 Million (minimum)with products/completed operations coverage. The JBD designer/manufacturer shall also provide evidence of professional liability coverage of$1 Million (minimum). 1.05 DESIGN CRITERIA w A. Aircraft 1. This JBD shall be designed specifically for Code C aircraft operating at takeoff power settings. The JBD shall be designed to allow operation with the specified aircraft positioned as shown on the project drawings. B. JBD Description 1. The JBD deflecting surface shall be a curved, corrugated non-perforated type. Deflecting surfaces may not use concrete, perforated metal or expanded metal. Corrugated surfaces shall run in the horizontal direction. Deflecting surfaces shall be rigidly supported by bolted structural steel frame assemblies spaced at 6' (maximum) centers. Blast panels shall be supported by single-piece curved steel members with a continuous radius. Field welds at joints subjected to tension or vibration shall not be used. The JBD shall be a LYNNCO Type G12MC-6 and a LYNCCO Type G10MC-6 as shown in drawing C5.01 or an approved equal. a. Note: 1) Blast deflectors with flat metal deflecting surfaces of lower section modulus than specified shall not be used due to `oil-canning' of flat metal surfaces leads to early fatigue failure. 2) Vertical, or nearly vertical, blast fences shall not be used due to poor aerodynamic deflection characteristics. C. JBD Performance 1. The JBD shall reduce jet blast velocities at ground level behind the JBD to a maximum of 25 mph. The jet blast envelope shall be deflected upward at a minimum angle of 60° under no wind conditions. D. Layout: As shown on Drawing TBD. E. Height: Nominal 12' for the G12MC-6 and 10' for the G1 OMC-6. F. Foundation: The foundation design shall be a grade beam designed to withstand the anchor loads and clearances provided by the JBD manufacturer. The foundation elevations shall be constructed as a single plane surface with no breaks in grade. G. Connections: All field connections shall be bolted with locking fasteners. H. Foreign Object Damage (FOD): Fasteners used for assembly of the JBD shall provide adequate locking properties to prevent them from working loose during continued normal operation of the facility. I. Loading: The JBD shall be designed to withstand takeoff velocities from all aircraft specified. This velocity shall be converted to pressure at standard day conditions and applied normally to all deflecting surfaces. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02860 - 3 PART 2 - PRODUCTS 2.01 APPROVED JBD MANUFACTURER A. Blast Deflectors, Inc., 8620 Technology Way Reno, NV 89521 im (775) 856-1928 info@biastdeflectors.com 2.02 STRUCTURE A. Frames: Fabricated from ASTM A36 structural steel shapes which shall be cut, rolled and punched, as required. All field connections shall be bolted. After fabrication, all individual structural steel members shall be hot-dip galvanized to a minimum of 20z/ft2 per ASTM A123. After galvanization, material shall be powder coated to encapsulate zinc and to meet the aesthetic requirement of the Owner. r B. JBD Face Sheets: Shall be galvanized corrugated steel formed from minimum 16- gauge ASTM A924 sheet steel with 2 oz/ft2 hot-dip galvanized coating per ASTM 653. They shall have a minimum section modulus of .1961 in3/ft. Sheets shall be attached to frames with 3/8" diameter bolts using half oval washers. After galvanization, material shall be powder coated to encapsulate zinc and to meet the aesthetic requirement of the Owner. ad C. Fasteners shall have adequate locking properties to withstand direct blast, and shall be as follows: 1. Bolts: ASTM A449 (or equivalent strength) 2. Flat Washers: 316 Stainless Steel 3. Nuts: IFI 100/107 (all metal self locking type) 4. All hardware shall be zinc plated or hot-dip galvanized to resist corrosion. 5. Half oval washers shall be A36 steel hot-dip galvanized per ASTM A123 to 2 oz/ft2 after fabrication. Minimum bearing area on corrugated sheets 1.58 int. D. Anchor Bolts: Shall be zinc-plated type AB34-M bolts supplied by the JBD manufacturer. E. Galvanizing Repair Paint: Use a suitable paint to repair any deflector components that are scratched or damaged during the installation process. 2.03 FABRICATION, GENERAL A. Form metal fabrications from materials of size, thickness, and shapes as required. Work to dimensions indicated on approved shop drawings, using proven details of rrri fabrication and support. Use type of materials indicated or specified for various components of each metal fabrication. B. Form exposed work with accurate angles and surfaces and straight sharp edges. C. Shear and punch metals clearly and accurately. Remove burrs. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02860 -4 rr D. Remove sharp or rough areas on exposed surfaces. 2.04 PRODUCT MARKING A. JBD manufacturer shall provide a sign indicated manufacturer name, model number, project information, power rating and usage restrictions. Sign shall be bolted to the orr back of the completed structure. PART 3 - EXECUTION 3.01 SITE CONDITION +� A. The JBD manufacturer shall inspect the site prior to beginning work and notify the Owner of any defects, which must be corrected before installation of the JBD can be completed. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 MATERIAL STORAGE AND HANDLING A. Store all JBD materials in approved areas. Protect all components from damage. Keep blast panels and steel members off ground by using pallets, platforms or other supports. Store all fasteners in a protected area. Do not store materials in a manner that might cause distortion, deterioration or damage. Do not expose material to water or moisture. Repair or replace damaged materials. 3.03 ERECTION A. The JBD manufacturer shall observe and supervise the JBD erection. Upon completion of the erection, the JBD manufacturer shall issue the warranty. B. Set steel frames accurately in locations indicated on approved shop drawings in accordance with AISC specifications. C. Provide temporary guys and braces as required to temporarily support structures during erection. D. Do not use thermal cutting or welding during erection. E. Install concrete anchors in accordance with manufacturer's written instructions. Use steel templates during setting of anchors to ensure accurate positions. F. Tighten all fasteners to torques specified by the JBD manufacturer. G. Touch up any damaged galvanized surfaces with galvanizing repair paint. Follow paint manufacturer's instructions for application. 3.04 PERMITS A. The general contractor shall be responsible to obtain JBD structure and foundation design approval and any required building permits. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � 02860 - 5 3.05 INSPECTION A. The JBD manufacturer or designated representative and a representative from the Owner shall visually inspect the completed facility to assure that all work has been completed in an acceptable manner. Special care should be given to inspecting for loose components or missing fasteners throughout the structure. At successful completion of the inspection, an acceptance letter shall be signed by the Owner, or designated representative. This inspection must be performed to validate the warranty of the JBD structure. 3.06 CLEANUP A. Following completion of construction and inspections and prior to any aircraft operations, the JBD contractor shall remove all construction materials, equipment and debris. B. Prior to aircraft operation, the Owner shall thoroughly sweep the surrounding areas, and inspect for FOD. 3.07 TESTING A. Proof testing is not required. PART 4 - BASIS OF PAYMENT 4.01 In lieu of the WSDOT standard specification for measurement and payment, payment shall be made at the respective contract lump sum price included in the blast wall as shown in the contract drawings. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 02860 - 6 � �w. wr SECTION 03100 CONCRETE FORMWORK �ws PART 1 - GENERAL ,rr 1.01 SUMMARY A. Section Includes 1. Design and construction of formwork for concrete. 2. Setting in forms, all anchor bolts, metal inserts, sleeves, etc.,embedded in concrete. 3. Miscellaneous concrete work including, but not limited to, areaways, cast-in- place valve boxes, pits, splash blocks, equipment bases, and other items as shown or required to complete all work. B. Related Sections: 1. Section 03210 — Reinforcing Steel 2. Section 03300 —Cast-In-Place Concrete 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the more stringent requirements shall prevail. do Reference Title ACI 301 Specifications for Structural Concrete for Buildings ACI 318 Building Code Requirements for Reinforced Concrete ACI 347 Recommended Practice for Concrete Formwork +rr 1.03 SUBMITTALS A. Shop Drawings: Submit shop drawings showing form pattern layouts of all exposed exterior and interior concrete dimensioned to precisely locate grooves, form panel jointing, and similar features. Review and approval will not include form strength and adequacy. B. Record Document: Keep accurate records of the dates of removal of forms, form shores and reshores, and furnish copies to the Project Representative. 1.04 QUALITY ASSURANCE A. Construct forms according to ACI 347, "Recommended Practice for Concrete Formwork," and conforming to tolerances specified in ACI 301, "Specifications for Structural Concrete for Buildings," as applicable, unless exceeded by code requirements or otherwise indicated or specified. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03100-1 w. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials for forms in timely manner to ensure uninterrupted progress. B. Store materials by methods that prevent damage and permit ready access for inspection and identification. PART 2 - PRODUCTS 2.01 MATERIALS A. Form Lumber: WCLIB "Construction" grade or better, WWPA No. 1 or better, or equal. B. Form Plywood: PS 1-83, Group I, Exterior Grade B-B Plyform or better, minimum 5-ply and 3/4-inch thick for exposed locations and not less than 5/8-inch thick for unexposed locations, grade marked, and not mill oiled. Plywood having medium or high density + overlay is acceptable. C. Coated Form Plywood: For exposed painted concrete, plastic overlaid plywood of grade specified above, factory-coated, with a form coating and release agent equal to "Noxcrete." D. Tube forms: Burke "SmoothTube," Sonoco "Seamless Sonotubes," Alton Building Products "Sleek Seamless Standard Wall," or equal, type leaving no marks in concrete, 1-piece lengths for full required heights. E. Form Ties: Prefabricated rod, flat band, wire, internally threaded disconnecting type, or at equal, not leaving metal within 1 1/2-inch of concrete surface. F. Form Coating: Nonstaining clear coating free from oil, silicone, wax, not grain-raising, "Formshield" by A.C. Horn, Inc., "Release" by Burke Concrete Accessories, or"Cast- Off' by Sonneborn Building Products. Where form liners are used, provide form coatings recommended by form liner manufacturer. PART 3 - EXECUTION 3.01 WORKMANSHIP A. Rigidly construct forms to prevent mortar leakage, sagging, displacement, or bulging between studs. Use clean, sound, approved form material, coated with specified materials only, not oil. Provide backing on all plywood joints. B. Sides of all footings and grade beams shall be formed, unless permission is obtained to place concrete directly against earth. Where this permission is granted, the footing or grade beam dimension shall be increased 3 inches. Remove formwork prior to backfilling operations. ' Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03100-2 ww rr 3.02 FORM ERECTION AND REMOVAL A. Conform to ACI 301 and ACI 347, except as exceeded by the requirements of the code, regulatory agencies, or herein. B. Construction: Coat forms with the specified resin coating, not form oil. Construct r forms to exact shapes, sizes, lines, and dimensions required to obtain level, plumb, and straight surfaces. Provide openings, offsets, keys, reglets, anchorages, recesses, moldings, chamfers, blocking, screeds, drips, bulkheads, and all other required features. Make forms easily removable without hammering or prying against concrete. Space forms apart with metal spreaders. Construct forms to accurate alignment, location and grades, and provide against sagging, leakage of concrete mortar, or displacement occurring during and after placing of concrete. Coordinate installation of inserts and anchors in forms according to the shop drawings and requirements for work of other sections. .r C. Corners and Angles: Provide 3/4" x 3/4" beveled chamfer strips for all exposed concrete corners and angles, unless otherwise indicated. Form concealed concrete corners and angles square unless otherwise indicated. r. D. Reglets and Rebates: Form required reglets and rebates to receive frames, flashing, and other equipment. Obtain required dimensions, details, and precise positions for work to be installed under other sections and form concrete accordingly. E. Form Joints: Fill joints to produce smooth surfaces, intersections, and arises. Use polymer foam or equivalent fillers at joints, and where forms abut or overlap existing concrete to prevent leakage of mortar. F. Recesses, Drips, and Profiles: Provide smooth milled wood or preformed rubber or plastic shapes of types shown and required. G. Cleanouts and Cleaning: Provide temporary openings in all wall forms and other vertical forms for cleaning and inspection. Clean forms and surfaces to receive + concrete prior to placing. H. Reuse: Clean and recondition form material before reuse. I. Form Removal: Do not remove concrete forms until concrete attains sufficient strength to support its own weight and all superimposed loads as determine by testing field- cured concrete cylinders, but not sooner than specified in ACI 347, Paragraph 3.6.2.3. Load supporting forms may be removed when concrete has attained 75 percent of the required 28-day compressive strength, provided construction is reshored. 1. Reshore structural members as specified below because of design requirements .r or construction conditions to permit successive construction. 2. Remove formwork progressively so unbalanced loads are not imposed on the structure. 3. Avoid damaging concrete surfaces during form removal. 4. Store reusable forms for exposed architectural concrete to prevent damage to contact surfaces. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 r. 03100-3 5. Remove formwork in same sequence as concrete placement to achieve similar concrete surface coloration. 3.03 FORMWORK TOLERANCES A. Deflection: Limit deflection of forming surfaces from concrete pressure to L/240. B. Finish Lines: Position formwork to maintain hardened concrete finish lines within following permissible deviations. 1. Variation from Plumb a. In 10'-0" 1/4-inch b. In any story or 20'-0" 3/8-inch C. In 40'-0" or more 3/4-inch 2. Variation from Level or Grades Indicated a. In 10'-0" 1/4-inch b. In any bay or 20'-0" maximum 3/8-inch C. In 40'-0" or more 3/4-inch 3. Cross-Sectional Dimensions a. Minus 1/4-inch b. Plus 1/2-inch C. Building Lines: Variation of linear building lines from established position in plan and related position of columns, walls, and partitions: 1. In any bay or 10'-0" maximum 1/2-inch 2. In 40'-0" or more 1-inch D. Slab Openings: Variations in size and location of sleeves and slab openings shall not exceed 1/4-inch. 3.04 SURVEY AND ADJUSTMENT A. Check forms before and during placement of concrete, using a surveying instrument, or as approved by the Project Representative, and make corrections as work proceeds. 3.05 EMBEDDED PIPING AND ROUGH HARDWARE A. Where work of other sections require openings for passage of pipes, conduits, ducts, and other inserts in the concrete, obtain all dimensions and other information. All necessary pipe sleeves, anchors, or other required inserts shall be accurately installed as part of the work of other sections according to following requirements. 1. Conduits or Pipes: Locate so as not to reduce strength of concrete. In no case place pipes, other than conduits, in a slab 4 1/2 inches thick or less. Conduit buried in a concrete slab shall not have an outside diameter greater than 1/3 the slab thickness, nor be placed below the bottom reinforcing steel or over top reinforcing steel. 2. Sleeves: Pipe sleeves may pass through slabs or walls if not exposed to rusting or other deterioration, and are of uncoated or galvanized iron or steel. Provide sleeves of diameter large enough to pass any hub or coupling on pipe, including any insulation. 16 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03100-4 rrr 3. Conduits: Conduits may be embedded in walls only if the outside diameter does not exceed 1/3 the wall thickness, are spaced no closer than 3 diameters on centers, and do not impair the strength of the structure. 3.06 FIELD QUALITY CONTROL +�. A. Inspection: Obtain inspection and approval of forms from the Project Representative before placing structural concrete. PART 4 - BASIS OF PAYMENT 4.01 In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract lump sum price included in the Blast Wall Foundation as shown in the Contract Drawings. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. w END OF SECTION +rr +r� +rr err rrr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03100-5 THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03100-6 W 00 SECTION 03210 REINFORCING STEEL an PART 1 - GENERAL err 1.01 SUMMARY A. Section Includes: 1. Reinforcing bars for cast-in-place concrete 2. Reinforcing bars for precast concrete. 3. Accessories including, but not limited to, chairs and tie wires. B. Related Sections: 1. Section 03100—Concrete Formwork 2. Section 03300—Cast-In-Place Concrete 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the more stringent requirements shall prevail. Reference Title ASTM A82 Specifications for Steel Wire, Plain. For Concrete Reinforcement ASTM A615 Specifications for Deformed and Plain Billet-Steel Bars for Con- crete Reinforcement ASTM A706 Specifications for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement or AWS D1.4 Structural Welding Code— Reinforcing Steel CRSI Placing Reinforcing Bars CRSI Manual of Standard Practice for Reinforced Concrete Construc- tion 1.03 SUBMITTALS A. Shop Drawings: Submit complete layouts, sections, and details for congested conditions; typical bending diagrams and offsets; splice lengths and locations; proposed layout where vertical and horizontal bars intersect, and wherever welding is proposed, detailed to conform to AWS and code requirements. After approval of initial submission, subsequent submittals may be waived. Renton Municipal Airport Bid Set �w Runway Blast Wall Replacement June 2014 03210-1 rr B. Certification: Submit copies of welding operator's certificate. C. Chemical Analysis: Provide for bars to be welded, in accordance with AWS D1.4. 1.04 QUALITY ASSURANCE A. Certification of Welders: All welding both in shop and in field shall be performed by AWS and WABO (Washington Association of Building Officials) certified welding operators. The contractor shall provide copies of welder certification to the Project Representative for all welders working on the Project. 1.05 MARKING AND SHIPPING A. Bundle bars, tag with identification, and transport and store so as not to damage any material. Use metal tags indicating size, length, and other marking shown on placement drawings. Maintain tags after bundles are broken. PART 2 - PRODUCTS 2.01 MATERIALS ` A. Reinforcing Bars: ASTM A615, Grade 60, unless otherwise indicated on drawings. r B. Reinforcing Bars for Welding: ASTM A706, Grade 60. C. Tie Wire: ASTM A82, annealed copper-bearing steel, 16-gage minimum. D. Chairs and Similar Support Items 1. Standard manufactured products conforming to CRSI Manual of Standard Practice. 2. Use dense precast concrete supports with embedded wire ties for reinforcement placed on grade. Elsewhere, use wire bar supports. E. Welding Electrodes: AWS D1.4, Grade 60 steel, E70XX. 2.02 FABRICATION OF REINFORCING BARS A. Comply with CRSI Manual of Standard Practice for Reinforced Concrete Construction for fabrication of reinforcing steel. vi B. Bending and Forming: Fabricate bars of the indicated sizes, and bend and form to required shapes and lengths by methods not injurious to materials. Do not heat reinforcement for bending. Bend bars No. 6 size and larger in the shop only. Bars with unscheduled kinks or bends are subject to rejection. Use only tested and approved bar materials. C. Welding: Use only ASTM A706 steel where welding is proposed as indicated or required. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 01 03210-2 PART 3 - EXECUTION 3.01 INSTALLATION OF REINFORCING a A. Provide and install reinforcing bars as specified on the drawings. Before placing bars and again before concrete is placed, clean bars of loose mill scale, oil, or any other nr coating that might destroy or reduce bond. B. Securing in Place: Accurately place bars and wire tie in precise position where bars cross. Bend ends of wire ties away from the forms. Wire tie bars to corners of ties and stirrups. Support bars according to the current edition of"Placing Reinforcing Bars" of Concrete Reinforcing Steel Institute, using approved accessories and chairs. Place precast concrete cubes with embedded wire ties to support reinforcing steel bars in concrete placed on-grade and in footings. Use care not to damage vapor barriers where they occur. „r C. Exposed Concrete Surfaces: Provide stainless steel or exterior quality vinyl plastic tipped chairs, bolsters, and accessories where exposed on exterior or interior concrete surfaces not to be painted or permanently covered. D. Clearances: Maintain minimum clear distances between reinforcing bars and face of concrete as indicated or directed. E. Splices: Do not splice reinforcing bars at the points of maximum stress, except where indicated. Lap splices as shown or required to develop the full strength or stress of bars. Stagger splices in horizontal wall bars at least 48 inches longitudinally in alternate bars and opposite faces. F. Field Welding of Bars: As specified for fabrication, and as approved by the Project Representative. w G. Maintaining Bars in Position: Take adequate precautions to assure that reinforcing position and spacing is maintained during placement of concrete. H. Reinforcing Mesh: Lap one full mesh plus 2 inches, or 6 inches, whichever is greater, at splices, wire tie, and support the same as specified for bars. �r I. Splice Devices 1. Type and manufacture noted on drawings, or as approved by the Project Representative. If substitution is requested, the Contractor to supply manufacturer calculations and supporting data showing proposed substitution conforms to requirements indicated and supplied. 2. Install in accordance with manufacturer's written instructions. rir 3. Splice in a manner developing at least 125 percent of the yielding strength of the bar. 3.02 FIELD QUALITY CONTROL A. Inspection: Notify the Project Representative to request testing laboratory inspection and approval of reinforcing steel, a minimum of 3 calendar days prior to the desired +r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03210-3 wr date of placing concrete. No concrete shall be placed prior to inspection and approval of reinforcing steel by the testing laboratory, and acceptance by the Project Representative. gyri B. Welding Inspection. Whether welding is done in the shop or at the site, perform welding of reinforcing bars under inspection of the Testing Laboratory Welding Inspector assigned by the Project Representative. ■ii PART 4 - BASIS OF PAYMENT 4.01 In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract lump sum price included in the Blast Wall Foundation as shown in the Contract Drawings. This price shall be full compensation rr► for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03210-4 �Ir SECTION 03300 it CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. Furnishing, placing, patching, and initial curing of cast-in-place concrete, unless otherwise specified. 2. Grout and drypack, except as otherwise specified. 3. Placing of embedded anchor bolts and inserts as indicated. 4. Slabs-on-grade as indicated. 5. Miscellaneous concrete work including, but not limited to: r a. Foundations and footings b. Formed structural Slabs C. Precast concrete lids d. Walls e. Other items as shown or required to complete all work. B. Related Sections: 1. Section 03210 — Reinforcing Steel 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the more stringent requirements shall prevail. Reference Title ACI 305R Hot weather Concreting ACI 306R Cold Weather Concreting ACI 318 - 02 Building Code Requirements for Reinforced Concrete ASTM C94 Specifications for Ready-Mixed Concrete ASTM C150 Specifications for Portland Cement ASTM C260 Specifications for Air-Entraining Admixtures for Concrete ASTM C494 Specifications for Chemical Admixtures for Concrete 1.03 SUBMITTALS `r A. Mix Design: Submit for each class of structural concrete and concrete slabs showing quantities of materials and water cement ratio. Separate submittals are required for each batch plant supplying concrete. +rr B. Shop drawings: Submit drawings for concrete work. Drawings shall describe geometry of the structure, location of construction and control joints, pipe penetrations, anchor bolts, embedded electrical conduits, and other embedded items. rrr Renton Municipal Airport Bid Set rr Runway Blast Wall Replacement June 2014 03300-1 C. Product Data: 1. Bonding and repair materials 2. Under slab vapor barrier 3. Concrete admixtures 4. Curing compound 5. Coloring admix manufacturer's technical data, methods, and color control procedures. 1.04 QUALITY ASSURANCE A. Compliance With Regulations: All materials shall comply with the current rules and regulations of the local air quality management district, with the rules regarding volatile organic compounds, and with Food and Drug Administration rules and regulations for dangerous substances in construction products. B. Concrete Manufacturer: Furnish concrete from licensed commercial ready-mix concrete plants conforming to ASTM C94. Requirements herein govern when exceeding ASTM C94. C. Allowable Tolerances: Construct concrete conforming to the tolerances specified in ACI 117, "Recommended Tolerances for Concrete Construction and Materials," as applicable, unless exceeded by requirements of regulatory agencies or otherwise indicated or specified. D. Source Quality Control: Refer to the following paragraphs for specific procedures. Concrete materials, which by previous tests or actual service have shown conformance, may be used without testing when so approved by the Project Representative. Each concrete batch plant supplying concrete shall require separate approval or conformance testing. Testing Laboratory shall perform following conformance testing. 1. Portland Cement: Furnish Mill Certificates, acceptable to the Project Representative and Building Official, showing conformance with requirements specified; otherwise, the Testing Laboratory shall test each 250 barrels of cement in accordance with ASTM C150. 2. Aggregate For Normal Weight Concrete: Test the aggregate before and after concrete mix is designed and whenever character of aggregate varies or source of material is changed. Include a sieve analysis. Obtain samples of aggregates at the dry batching or ready-mix concrete plant in accordance with ASTM D75. 1.05 CONCRETE MIX DESIGNS A. Testing Laboratory shall design concrete mixes for concrete requiring 28-day compressive strength exceeding 3,500 psi, unless otherwise agreed upon by the Project Representative. Separate concrete mix designs shall be designed for each r concrete batch plant supplying concrete to the job site. Contractor shall bear all costs for concrete mix designs. 1. Strength Requirements: Design mixes for structural concrete for minimum 28-day compressive strengths required by drawings and specifications. All mix designs for structural concrete shall be proportioned in accordance with Section 3.9 of ACI 301. If trial batches are used, the mix design shall be prepared by an Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-2 r independent testing laboratory and shall achieve an average compressive strength 1,200 psi higher than the specified strength. This over-design shall be increased to 1,400 psi when concrete strengths over 5,000 psi are used. 2. Basis of Mix Designs: Design all mixes for workability and durability of concrete. Control mixes in accordance with ACI 301. Make adjustments in water/cement ratios as necessary for required concrete strengths at the Contractor's expense. Calcium chloride, thiocyanates, or admixtures containing more than 0.05 percent chloride ions are not permitted. 3. Maximum Aggregate Sizes: Not exceeding 3/4 of minimum clear space between bars, and between bars and forms, nor larger than 1/5 of least dimensions between the forms. Design the mixes with 3/4-inch maximum size, except maximum 1 1/2-inch size for foundations and maximum 3/8-inch size at congested reinforcing or thin sections, when approved by the Project Representative. 4. Air Content: All normal weight concrete shall contain an air-entraining agent producing air content of 4.5 to 7.0 percent by volume and adjusted for weather conditions. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver all materials in timely manner to ensure uninterrupted progress of the work. B. Store materials by methods that prevent damage and permit ready access for inspection and identification. 1.07 PROJECT SITE CONDITIONS r. A. Do not place concrete during rain or adverse weather conditions without means to prevent all damage. Conform to requirements specified hereinafter whenever concrete placement is required during cold or hot weather. PART 2 - PRODUCTS ..r 2.01 MATERIALS A. Portland Cement: ASTM C150, Type I or Type Il, low alkali. Do not change brand or source without prior approval. B. Aggregates C. Normal Weight Aggregates: ASTM C33. D. Admixtures 1. Chemical (water-reducing)Admixture: ASTM C494, Types A, D, or E. Only one brand. When used, are subject to approval of the Project Representative and must reduce the mixing water at least 10 percent without entraining air in excess of 2 percent by volume. If the water reducing agent entrains more than 2 percent air, the water reduction shall be at least 12 percent, but in no case shall the water-reducing agent entrain air in excess of 4 percent. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-3 wr 2. Air-entraining admix: ASTM C260. 3. Pozzolan: ASTM C618, Class F or C Fly Ash, 100 pounds maximum per cubic yard, containing 1 percent or less carbon. Fly ash shall not be used in excess of 20 percent by weight of total cement quantity. 4. Superplasticizers (high-range water-reducers): ASTM C494, Type F or G. Master Builders "Rheobuild," Euclid "Eucon 37," or equal, capable of producing concrete which can be placed at 8-to 11-inch slump without segregation, capable of maintaining slump within two inches of that initially mixed for two hours, and of maintaining concrete temperature within two degrees F from time of batching for two hours minimum. E. Water: From potable domestic source located on airport property. Contractor shall confirm current fees and procedures for obtaining a hydrant meter from the City of Renton by contacting the Permits Department at 425-430-7266. F. Curing Materials 1. Liquid Curing Compound: ASTM C309, Type I, Class B, W.R. Meadows 1100 ] Series, Master Builders "Mastercure W," or equal, complying with Rule 1113 of the South Coast Air Quality Management District and Federal Air Quality Regulation 40 CFR 52.254. 2. Curing Sheet: ASTM C171, nonstaining white types. 3. Evaporation Retardant and Finishing Aid: Master Builders "Confilm," Euclid "Eucobar," or equal. r G. Vapor Barrier: ASTM D2103, polyethylene sheeting, clear, 10 mil thickness, impact strength greater than 70 grams per mil, 10-foot minimum width. Provide minimum 2- inch wide waterproof plastic self-adhering tape for sealing edges and ends of sheeting. At joints, sheeting shall be lapped 6 inches and sealed with pressure sensitive tape. Where pipes and conduits pass through the sheeting, they shall be wrapped tightly with separate sheets, which then shall be sealed with tape to the main sheeting. Material shall be Rufco 400 by Raven Industries, Moistop by Fortifiber Corp, Nervastral Barrier by Rubber and Plastics Compound Company, or Vinyl Water Barrier by B.F. Goodrich Corp. wiY H. Nonshrink Grout: Conform to Corps of Engineers CRD-C 621 and as follows: 1. Metallic for Concealed Areas: Master Builders "Embeco 885" or equal, nongas- forming, and free of oxidizing catalysts and inorganic accelerators, used as dry or damp pack, or mixed to a 20-second flow(CRC-C 621), without segregation or bleeding at any temperature between 45 degrees F and 100 degrees F. Working time 30 minutes or more. 2. Nonmetallic for Exposed Areas: Master Builders "Masterflow 928" or Euclid "Euco Hi-Flow Grout,"with same characteristics as specified for concealed areas. 3. Epoxy Grout Where Indicated: Multi-component, premeasured, fast-curing combination of thermosetting resins and inert fillers, Master Builders "Ceilcote 648" Sikadur 42 Industrial Group-Pak by Sika Chemical Corporation, or Euclid "Euco High Strength Grout." r I. Drypack: Field mixture of 1 part Portland cement to 2 parts fine aggregate mixed to a damp consistency such that a ball molded in the hands will stick together and hold its shape. At the Contractor's option, the specified admixture may be added for increased Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-4 r workability at lower water/cement ratio. In lieu of field mixing, Contractor may use factory mixed drypack material, such as Master Builders "SetGrout", Euclid "Euco Dry Pack Grout," or approved equal. J. Expansion Joint Filler: Asphalt impregnated fiber or non extruding foam type, conforming to ASTM D994 and D1751, or D1752. +rr K. Construction Joint Materials: "Key-Kold," "Kwik-Joint," or approved equal, of profiles indicated. err L. Bonding Agent: "Weld-Crete" manufactured by Larsen Products Company, P.O. Box 2127, Rockville, MD 20852; Master Builders " Concresive," or equal. 2.02 CONCRETE MIXING A. Furnish ready-mixed concrete from a concrete batch plant qualified in Sections 1.05 r. and 1.06 above, and approved by the Project Representative. Conform to ASTM C94, except materials, testing, and mix designs as specified herein. Use transit mixer trucks equipped with automatic devices for recording number of revolutions of drum. B. Admixtures: All approved admixtures shall be introduced into the concrete at the batch plant. Field additions are not acceptable. STRENGTH, SLUMP,,AND WATER/CEMENT RATIOS Maxi- Maximum Minimum 28- mum Water- Day Strength Slump Cement Part of Structure (psi) Inches* Ratio* Footings, foundation walls, and mass con- 3,500 4.5 0.5 aw crete, not reinforced. Slabs on grade, reinforced, and nonrein- 3,500 4.5 0.5 forced. Reinforced concrete over 8 inches thick. 3,500 4.5 0.5 Reinforced concrete 8 inches or less thick. 3,500 4.5 0.5 * If superplasticizers are used, slumps may be 8 inches maximum for all concrete, with a water-cement ratio of 0.45 or lower. PART 3 - EXECUTION 3.01 PREPARATION FOR CONCRETE PLACING A. Mixing: Concrete shall be mixed in a stationary batch mixer, meeting the requirements of ASTM C94 and approved by the Testing Laboratory, and of the type which will ensure a uniform distribution of materials throughout the mass so that mixture is uniform in color and is homogeneous. Concrete shall be placed within 1 hour after water is first added to the batch. Mixer shall be equipped with a suitable charging hopper and a water storage and measuring device controlled from a case which can be kept locked. Mixer shall be so constructed that water can be discharged only while the Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-5 rr mixer is being charged. The entire contents of the mixing drum shall be discharged before recharging. Volume of mixed materials per batch shall not exceed the rated capacity of mixer. Transit mixed concrete is allowed only with approval of the Project Representative. Transit mixed concrete shall comply with applicable portions of this specification and ASTM C94 B. Delivery: Batch tickets shall be provided with each truckload of concrete in accordance with ASTM C94, including type and amount of cementitious material, type and amount of admixtures, total water content by producer, and weights of fine and coarse aggregate. No water may be added at job without authorization from Project Representative. In no case shall water be added without adequate means for measuring and recording the amount added. C. Cleanup: Remove all free water from forms before concrete is deposited. Remove hardened concrete, debris, and foreign materials from interior surfaces of forms, exposed reinforcing, and from surfaces of mixing and conveying equipment. D. Wetting: Wet wood forms sufficiently to tighten up cracks. Wet other materials sufficiently to reduce adsorption and to help maintain concrete workability. E. Earth Subgrade: Dampen 24 hours before placing concrete, but do not muddy. Re-roll where necessary for smoothness and remove loose material. F. Gravel Fill: Re-compact disturbed gravel and bring to correct elevation. G. Sand Beds or Sub-slab Drainage Fill: Re-compact disturbed material and bring to correct elevation. H. Vapor Barrier: Install under interior floor slabs on grade. Lap joints 6 inches in the direction of concrete spreading and tape seal. Seal the joints at walls and around penetrations with tape. Cover barrier with 2-inch layer of clean damp sand. I. Screeds: Set screeds at walls and maximum 8-foot centers between. Set to provide level floor. Check with an instrument level, transit, or laser during placing operation to maintain level floor. J. Screeds Over Vapor Barrier: Use weighted pad or cradle type screeds and do not drive stakes through the vapor barrier. Check with an instrument level, transit, or laser. K. Expansion Joint Filler: Install where slabs abut buildings and elsewhere as indicated. Install full depth of concrete with top level with finished surface of concrete. 3.02 CONCRETE PLACING di A. Conveying and Placing: Do not place concrete until the reinforcing steel, forms, or metal decking have been approved by the Project Representative. Do not use aluminum tubes or any aluminum equipment for pumping concrete, nor allow concrete to free fall from its point of release at mixer, hoppers, tremies, or conveying equipment more than 6 feet for concealed concrete and 3 feet for exposed concrete. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-6 �w rr flow from one portion to another. Place concrete in horizontal layers not more than 18 inches thick within 45 minutes after water is first added to the batch. Place concrete by methods that prevent segregation of materials. 1. Where new concrete is placed against or on old or existing concrete, apply bonding agent to properly prepared surface of old concrete prior to placement of new concrete. B. Construction Joints In Concrete: Locate joints only where approved, and obtain prior approval for points of stoppage of any pour. Construction joints shall be of the keyed type as shown on the drawings, unless otherwise approved by the Project Representative. Wet hardened concrete prior to placing fresh concrete. C. Joints in Concrete—Cold Joints: Cold joints in new concrete are not allowed, except as approved by the Project Representative. Locate joints only where approved, and obtain prior approval for points of stoppage of any pour. Clean and roughen the surface of construction joints by removing the entire surface and exposing 1/4-inch amplitude of r clean aggregate solidly embedded in mortar matrix by sandblasting, chipping, use of an approved surface retarder, or equal. Water and keep hardened concrete wet for not less than 24 hours and slush with portland cement slurry just before placing joining concrete. Cover horizontal surfaces of existing or previously placed and hardened concrete with a 2-inch thick layer of fresh concrete less 50 percent of coarse aggregate just before balance of concrete is placed. D. Compacting: Compact each layer of the concrete as placed with mechanical vibrators or equivalent equipment. Transmit vibration directly to concrete and, in no case, through the forms, unless approved. Accomplish thorough compaction. Supplement by rodding or spading by hand adjacent to forms. Compact concrete into corners and angles of forms and around reinforcement and embedded fixtures. Re-compact deep sections with congestion due to reinforcing steel as required. E. Operation of Vibrators: Do not horizontally transport concrete in forms with vibrators nor allow vibrators to contact forms or reinforcing. Push vibrators vertically into the preceding layers that are still plastic and slowly withdraw, producing maximum obtainable density in concrete without creating voids or segregation. In no case disturb concrete that has partially set. Vibrate at intervals not exceeding two-thirds the effective visible vibration diameter of the submerged vibrator. Avoid excessive vibration that causes segregation. Use and type of vibrators shall conform to ACI 309, "Recommended Practice for Consolidation of Concrete." F. Correction of Segregation: Before placing next layer of concrete and at the top of last placement for vertical elements, remove concrete containing excess water or fine aggregate, or showing deficiency of coarse aggregate, and fill the space with compacted concrete of correct proportions. err G. Waterproof Membranes and Vapor Barriers: Perform work adjacent to waterproof membranes and vapor barriers to prevent damage. Arrange work so that membrane is left unprotected for a maximum of 24 hours, unless approved by the Project Representative. Prior to placing concrete, inspect the membrane or vapor barrier and arrange for repair to all damage which may have occurred to the satisfaction of the tr Project Representative. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � 03300-7 n H. Slabs 1. On-Grade Slab Construction and Contraction Joints: Use types as indicated on the drawings. 2. Expansion Joints: Conform to details and approved submittal. 3. Control Joints: Provide for concrete slabs as indicated. 3.03 COLD WEATHER PROVISIONS 16 A. Normal Concrete: When the temperature is below 40 degrees F, the temperature of the concrete placed in the forms shall be at least 60 degrees F. When the temperature is below 30 degrees F, the temperature of the concrete as mixed shall be 65 degrees F. In all cases, when the daily average temperature is below 40 degrees F, the concrete shall be kept at 55 degrees F for the 72 hours and then allowed to drop uniformly to the air temperature over the next 24 hours. B. The covering or other protection used in connection with the curing shall remain in place and intact for at least 24 hours. 1A C. The work shall be protected from the elements, flowing water, and defacements of any nature during the construction operations. D. Conform to the provisions of ACI 306R, "Cold Weather Concreting". 3.04 HOT WEATHER PROVISIONS A. Conform to ACI 305R, "Hot Weather Concreting" and the following requirements. B. Take extra care to reduce the temperature of the concrete being placed and to prevent rapid drying of newly placed concrete. When the outdoor ambient temperature is more than 90 degrees F, shade the fresh concrete as soon as possible after placing and start curing as soon as the surface of the fresh concrete is sufficiently hard to permit it without damage. 3.05 CURING CONCRETE al A. Keep forms containing concrete in a wet condition until removed. Keep concrete continuously moist for not less than 7 days after placement. Keep concrete moist with a fine fog water spray until protected by curing media. B. During times of dry or excessive winds, high ambient temperature, low humidity, or other ambient conditions causing rapid drying, use specified evaporation retardant and finishing aid material according to the manufacturer's instructions and cure concrete with a fine fog spray of water, or equal applied both during and after finishing, and continued until final curing operations are started. C. Use the water curing method, curing sheet material, or a clear liquid membrane- forming curing compound, except as otherwise specified. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-8 � ur D. Do not use any type of finishing or curing materials or methods that interfere with the correct application or bonding of subsequent materials. Verify exact requirements as they apply to all applicable materials. 3.06 PATCHING FORMED CONCRETE +rr A. Remove fins, projections, and offsets. Cut out rock pockets, honeycomb, and all other defects more than 1/2 inch in any dimension to solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. to sound concrete, with edges of cuts straight and back-beveled. Dampen cutouts and edges, and scrub with neat portland cement slurry just before patching, or an apply approved epoxy concrete adhesive. B. Saturate form tie holes with water and fill voids and patches with flush smooth-finished mortar of same mix as concrete (less coarse aggregate), cure, and dry. r 3.07 FINISHING EXPOSED CONCRETE A. Finishing concrete slabs 1. Float Finish: Place, consolidate, strike off and level concrete slab to proper elevation. Use highway straightedge, bull float or darby. Remove all bleed water. After the concrete has stiffened sufficiently to permit the operation, and water sheen has disappeared, the surface shall be floated, at least twice, to a uniform sandy texture. Apply float finish to the surfaces indicated; to the surfaces that receive a trowel finish; and to the surfaces to be covered with fluid-applied or sheet waterproofing. rir 2. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or with power-driven trowel. Continue troweling passes and re- straighten until surface is free of trowel marks, and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. Apply a trowel finish to the surfaces indicated, and to floor and slab surfaces exposed to view; or to be covered with resilient flooring, carpet, ceramic, or quarry tile set over a cleavage membrane, paint, or another thin film-finishing coating system. Finish and measure surface so the gap at any point between concrete surface and an unleveled freestanding 10-foot long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed 3/16-inch B. Finishing formed concrete. 1. Formed surfaces shall conform accurately to the shape, alignment, grades and sections as shown on the Contract Drawings. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing or roughness, and shall present a finished, continuous, hard surface. 3.08 GROUTING AND DRYPACKING A. Install as indicated or required. Where grouting and drypacking is part of the work of other sections, it shall conform to the following requirements, as applicable. err Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-9 B. Drypacking: Mix materials thoroughly with minimum amount of water. Install drypack by forcing and rodding to fill voids and provide complete bearing under plates. Finish exposed surfaces smooth and cure with damp burlap or liquid curing compound. IN C. Non-shrink Grouting 1. Mixing: Mix the approved nonshrink grout material with sufficient water per manufacturer's recommendations. 2. Application: Surfaces to receive the nonshrink grout shall be clean and shall be moistened thoroughly immediately before placing the mortar. Before grouting, surfaces to be in contact shall be roughened and cleaned thoroughly. All loose particles shall be removed and the surface flushed thoroughly with neat cement grout immediately before the grouting mortar is placed (Surfaces under column base plates need not be flushed with neat cement grout.). Place fluid grout from one side only and puddle, chain, or pump for complete filling of voids; do not 01� remove the dams or forms until grout attains initial set. Finish exposed surfaces smooth, and cure as recommended by grout manufacturer. D. Control Joints: Provide sawed joints for concrete walks and exterior concrete pavement as indicated. Use "Zip Strip" as distributed by SCA Construction Supply, Santa Fe Springs, California, or equal only where specifically indicated. Install tops of the joints 16 flush with the concrete surface and depth of joint a minimum of 1/4 the thickness of slab. 3.09 FIELD QUALITY CONTROL A. Level of Floors: Continuously monitor concrete placing to maintain level and sloped floors as shown on the Drawings, by use of an instrument level, transit, or laser. B. Continuous Inspection: Construct structural concrete exceeding 2,OOOpsi compressive strength under continuous inspection of the Project Representative or its designee. Obtain inspection and approval of forms and reinforcing by Building Department as required and by the Inspector before placing structural concrete. C. Testing of Concrete: Testing Laboratory shall perform following tests. Samples for testing shall be obtained in accordance with ASTM C172, and shall be taken from as close to point of placement as possible. D. Core Tests: If tests show the compressive strength of any concrete falls below the required minimum, additional testing of concrete which unsatisfactory tests represent may be required. Make core tests according to ASTM C42. Fill core holes with drypack concrete of strength required for concrete. Contractor shall bear cost of tests for below- strength concrete even if such tests indicate concrete has attained required minimum compressive strength, and all costs for required corrections. PART 4- BASIS OF PAYMENT 4.01 In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract lump sum price included in the Blast Wall Foundation as shown in the Contract Drawings. This price shall be full compensation Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-10 for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. rr END OF SECTION arr .r hrr err ■r �r Renton Municipal Airport Bid Set rw Runway Blast Wall Replacement June 2014 03300-11 THIS PAGE INTENTIONALLY LEFT BLANK illi Nei Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 03300-12 it FAA ITEM P-620 RUNWAY PAINTING +o DESCRIPTION 620-1.1 This item shall consist of the painting markings and stripes on the surface of runways in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. REFERENCES ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates .ir ASTM C 146 Chemical Analysis of Glass Sand ASTM D 711 No-Pick-Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic rrr Coatings by Falling Abrasive ASTM D 1213-54 (1975) Test Method for Crushing Resistance of Glass Spheres Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141 D/GEN Sampling and Testing rw ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products aw Code of Federal 40 CFR Part 60, Appendix A— Definition of Traverse Point Regulations Number and Location .r Code of Federal 29 CFR Part 1910.1200— Hazard Communications Regulations rrr FED SPEC TT-B-1 325D Beads (Glass Spheres) Retroreflective • AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1 952E Paint, Traffic and Airfield Marking, Waterborne Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 ■r 620-1 ww r1 Commercial Item Paint, Traffic, Solvent Based Description (CID)A-A- 2886B MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne in accordance with the requirements of paragraphs 620-2.2.a and d. Paint shall be furnished in Yellow- 33538 or 33655 in accordance with Federal r Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1 952E, Type II. b. Epoxy. Not allowed. c. Methacrylate. Not allowed. d. Solvent-Base. Not allowed. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for TT-B-1325D, Type III. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads,Type III Yellow See Table 1. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is we dry and when the surface temperature is at least 45 OF and rising and the pavement surface temperature is at least 5 OF above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 OF. +rr 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 620-2 wr The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION—PAINT. Paint shall be applied at the locations and to the dimensions e, and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 in in 50 ft and marking dimensions and spacings shall be within the w following tolerances: Dimension and Spacing Tolerance 36 in or less ±1/2 in ger The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 30 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 Glass Beads, Paint Type z Type III Sq ft per gallon,ft /gal. Pounds per gallon of paint-Ib./gal. Waterborne 115 ft2/gal. maximum 10 Ib./gal.Minimum Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. wr 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 �" 620-3 rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by- products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. MEASUREMENT AND PAYMENT 620-4.1 In lieu of the WSDOT Standard Specification for Measurement and Payment, payment shall be made at the respective contract unit price for painting pavement markings. Markings shall be measured by the actual paint applied, with reflective media, as a unit. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION �r so Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 620-4 �' M do SECTION 121433 RUNWAY BLAST WALL REPLACEMENT ARTWORK DESIGN �r. PART 1 - GENERAL ,r 1.01 SUMMARY A. Section includes: 1. Furnish and install cladding, aluminum shapes, flow wall grid, wind flow vanes. B. Associated work 1. Exterior lights, conduit, and wires; miscellaneous mobilization; safety and security; and temporary fencing, barricades and facilities required to complete artwork installation. C. Related Sections 1. WSDOT Standard Specifications - Mobilization 2. Special Provisions 2 -Safety and Security do 3. Section 323113- Chain Link Fence 1.02 SUBMITTALS A. Shop drawings: Indicate dimensions, material characteristics, and connection methods including anchorages and attachments to structure including structural calculations. B. Substitutions: Substitutions may be permitted for installers/manufacturers and products named in this specification. The named installers/manufacturers or products are the reference standard for the Artwork to be installed. Proposed product substitutions must be proved to be compatible with materials to be installed and equal to the named product. Proposed installers/manufacturers substitutions must be proved to have equivalent production experience and capabilities as the named product installers/manufacturers. Any substitution requests will be evaluated based on product literature and installer/manufacturer experience statements, but the final decision will be at the sole discretion of the Owner. �r. 1.03 QUALITY CONTROL A. Contractor shall work with the artist to manufacture and install Artwork on the Jet Blast Deflecting Fence specified in section 02860. Contractor shall work with the artist, project engineer, and Jet Blast Deflecting Fence manufacturer to ensure Artwork installation is structurally secure and does not damage the deflecting fence. PART 2 - PRODUCTS 2.01 LAND SIDE CLADDING AND ATTACHED ALUMINUM SHAPES A. Cladding .ir Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 121433-1 rr. 1. Material a. 22 ga steel b. Corrosion protected both sides C. Painted to color spec (#8ba3a3 color hex) on face. d. Primer coated on back side. e. Trapezoidal ribs on 4" centers, 1" rib height. f. Face rib width 1 5/8", backside rib 1 3/8". ► g. Ribs oriented vertically, 36" cladding (panel) coverage 2. Manufacturer a. T2 Wall Panel, mfg by Metal Sales Mfg Corp (or equivalent design and quality) 3. Mounting a. Attach cladding to the blast wall vertical framing with horizontal Z-girts. b. Vertical spacing of the girts: minimum of 17" and maximum of 48". C. Use exposed, stainless steel fasteners, painted to match panel color per best practice. d. In the center 1/3 area of the blast wall land side face, the panel height shall rti be from the foundation to a height of 101/2'. e. In the areas below the Flow Wall Grid, the face of the cladding ribs shall be flush with the grid, and extend from the foundation up to the grid. so f. Cut cladding to match the Flow Wall Grid shape in the transition area as needed. g. To protect the interior of the blast wall structure from debris, mount(rivet) a plastic barrier behind the cladding (interior side of blast wall), with a corrugated foam closure (weather strip) glued in place, sealing the corrugation gaps. ad B. Panel 1. Installation a. Install cladding AFTER the Flow Grid installation. b. Cut cladding to follow the shape of the transition areas between the Flow Grid and the cladding and airplane area to allow for proper placement of the Z-girts used to support the cladding. C. Installation shall be in accordance with best practice for metal siding. C. Aluminum Shapes 1. Airplane Fabrication a. Material 1) 050 5005 H32 clear anodized aluminum with PVC protective layers on each side. b. The CAD patterns of the airplanes are derived from drawings that do not include artistic shading in the form of material cutouts. Fabricator shall work with the artist to create a successful machine tool path. 1) Fabricator: Item 2.03.C, or approved equal. C. Cut silhouettes of airplanes and lettering using water jet. d. Deburr aluminum edges. e. The width or height of each airplane is greater than the size of sheet aluminum from which they will be cut, so they will be mounted in sections. f. Airplane Silhouette Representing Flying Wires Fabrication. These are too narrow for cut aluminum. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 121433-2 so 4 rrr 1) Material: 1/8" dia. s.s. cable with crimped lugs at each end. 2) Installation: Rivet the cables to the aluminum parts as specified. 2. Aluminum Shape Installation a. Place the aluminum sections for position on the cladding according to a artist specified layout, and drill fastener holes in place according to artist specified pattern. Attach with 3/16" D. x %" blind aluminum rivets to the steel cladding. b. Mount each letter("R E N T O N") and symbol separately. C. Remove PVC protective layers following all other installations, landscaping, 6 and final cleanup. 2.02 FLOW WALL GRID AND WIND FLOW VANES A. Description: The Flow Wall is the area to the left and right of the cladding and attached airplane silhouettes, extending to the ends of the blast wall. It comprises a wire grid which suspends squares of metal that swing inward and outward in each grid opening. r• The air motion causes this to happen. B. Flow Wall Grid 1. Material a. Fabricated wire mesh: .1875" 304 s.s., bare, mill finish wire welded and trimmed construction such that the horizontal members are on the outside (land side). b. Each grid measures approximately 100"h x 36"w. The wires are on approximately 4" centers. C. See plan sheets for specific dimensional criteria. rr d. Submit detailed shop drawings for artist and engineer-of-record approval prior to fabrication. 2. Mounting: a. Connection details are provided for guidance during mounting of Flow Wall Grids to the back side of the Blast Wall. b. Contractor may submit alternate mounting methodology and material for approval by the engineer-of-record and the artist. 3. Fabrication of Grid Mountings a. Reinforce each grid with a 3/16" x 2" x 100"tall flat s.s. bar, welded to the vertical extreme left and right vertical wires of the grid. err b. Pre-drill in each component prior to being welded. C. Welds shall be at least 2" long and separated by 2'. d. Facing the wall, the left vertical bar, on the blast wall side, shall have a mounting tab welded (V-weld, one side)to it that has a right angle bend tab, with a hole for mounting to the face of a girt (description following). 4. Flow Grid Support Girts a. Girts are horizontal supports connected to the blast wall frame where the flow wall grid attaches. Only in the area where the Flow Wall extends, there are 3 rows of girls, the top girt being unique. b. A girt is a 1/8"x 2 %2" steel angle notched at the ends which is bolted to the +rr blast wall vertical member. Each girt alternately overlaps the next. Girts span the -6' distance between the blast wall members. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 121433-3 C. The top girt will not be a 90 degree angle, but will have a 135 degree angle. It may be formed of mild steel, painted. It will support the attachments of the Flow Grid supports and the top cap. d. Use 3/8" s.s. bolt, washers, and locknut for each connection. Ni e. Each flow wall grid attachment requires one hole in the face of the girt. The fastener shall be a '/" s.s. bolt, washers, and locknut. f. The girts shall be pre-drilled and corrosion proof painted prior to installation. 5. Flow Grid installation a. Install Flow Vanes at the factory prior to grid installation on site. b. Typically on the right side of the flow grid are the 3 support tabs (welded to the vertical support bars)that are bolted to the corresponding girts with x %" s.s. bolts, washers and lock nuts. At the left ends of the grid runs, support tabs shall be welded to the left sides also. C. On the left edge of the grid is the vertical bar that is bolted to its adjacent grid vertical bar in 3 places with 1/4" x 5/8" s.s. bolts and lock washers. d. Grids shall be cut to size according to design in shop. C. Wind Flow Vanes 1. Material a. 5052 H32 Aluminum textured, cut, and formed to provide a partial tube at the top of the vane. b. Vanes shall be color anodized to spec. with an etched (matt)finish. 2. Factory Fabrication "� a. Approximately 13,000 Vanes shall be attached to the upper wire of each opening in the grids and the openings closed mechanically to form a tube around the grid wire. This shall be performed in shop with custom tooling. b. Split plastic tubing spacers shall be attached to the grid wire on each side of a vane to keep it centered within the grid opening. C. Vanes shall freely rotate around the grid wire without restriction. 3. Grid /Vane Transport and Installation a. Rigid, nonabrasive packaging shall be placed on both sides of the assembled grids and vanes to prevent the vanes from moving while being transported and installed on site. Such packaging shall not interfere with full installation of the grids to the blast wall or connected to each other. b. Remove the protective wrapping from the vane/grid assemblies only after all grid mounting to the blast wall is complete, and landscaping complete and final cleanup are complete. 2.03 PREFERRED VENDORS A. Cladding Installers (suppliers of T2 Wall Panel cladding): Cobra Building Envelope Contractors, 1220 37th Street NW- Bldg A 106, Auburn, WA 98001, Tel. 253-887- 1500 B. Custom Color Finishing for Cladding: Artisan Finishing Systems, 14219 Smokey Point Boulevard, Bldg. #6, Marysville, WA 98271, Tel. 360-658-0686 C. Water Jet Cutting: Starman Metal Fabrications, LLC, 17300 SE 132nd St, Renton, Washington 98059, Tel: 425-235-1431 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 121433-4 ,r. D. Stainless Steel Wire Grid: McNichols, 1221-A 29th St. NW, Auburn, WA 98001-2431, 1-877-884-4653 W" E. Flow Vane Material: Rigidized Metals Corporation, 658 Ohio Street, Buffalo, NY 14203, Attn: Kevin Porteus, Tel. 716-849-4703 err F. Flow Grid Assembly and Installation: To be Specified by artist (TBD) G. All suppliers must meet approval of the owner, the engineer of record (URS) and the Artist, Bill Jepson. PART 3- BASIS OF PAYMENT 3.01 Payment shall be made at the contract lump sum price for the Blast Wall Artwork and Blast Wall Lighting. Price includes mobilization, safety and security, temporary fencing, barricades and facilities, Static Artwork, Flow Art Wall, and Exterior Lights, Conduit & Wires as shown in the Contract Drawings. The allowance shall be full compensation for furnishing and installing the Blast Wall Artwork and Blast Wall Lighting in such a manner as to not damage the blast wall and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF SECTION r�. rw irr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 121433-5 arr THIS PAGE INTENTIONALLY LEFT BLANK ■I Ail air ori Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 121433-6 � irr SECTION 323113 CHAIN LINK FENCE PART 1 - GENERAL r.p 1.01 RELATED DOCUMENTS A. Drawings, quality, product and performance requirements, general and supplemental conditions apply as applicable to the project and project documents. 1.02 SUMMARY A. This Section includes materials applicable for commercial and security chain link fence. 1. Galvanized steel coated chain link fabric. B. Related Project Contract Sections: 1. Section 02300 - Earthwork. 1.03 REFERENCES A. ASTM A392 Specification for Zinc-Coated Steel Chain-Link Fence Fabric ,r. B. ASTM A780 Standard Practice for Repair of Damaged and Uncoated Areas of Hot- Dip Galvanized Coatings C. ASTM F552 Standard Terminology Relating to Chain Link Fencing D. ASTM F567 Standard Practice for Installation of Chain Link Fence E. D. ASTM F626 Specification for Fence Fittings 1.04 SUBMITTALS A. Refer to Division 1 Specifications for submittal requirements and procedures. B. Certifications: Manufacturers material certifications in compliance with current C. ASTM specifications. D. Domestic certifications: Material certifications, Made in U.S.A., Buy American Act or Buy America when required. 1.05 QUALITY ASSURANCE A. Manufacturer: Company operating in the United States having U.S. manufacturing facility/facilities specializing in manufacturing chain link fence products with at least 5 years of experience. rri B. Fence contractor: Company with demonstrated successful experience installing similar projects and products in accordance with ASTM F567 and have at least 5 years of experience. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323113-1 C. Tolerances: Current published edition of ASTM specifications tolerances apply. D. ASTM specification tolerances supersede any conflicting tolerance. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver products to site per contract requirements. B. Store and protect products off the ground when required. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. All City Fence Co. or approved equal. 2.02 CHAIN LINK FABRIC A. Steel Chain Link Fabric: 1.25 in. mesh, 9 gauge, 8-ft and 10-ft high per ASTM A392, Class 2. 'i 1. Zinc-Coated Steel Fabric:ASTM A392 hot dipped galvanized before or after weaving. a. Class 1 - 1.2 oz/ft2(366 g/m2) b. Break strength of 9 gauge coated steel wire shall be a minimum of 1290 ibf. 2. Fabric selvage: a. Knuckle selvage for both top and bottom. 2.03 TENSION WIRE A. Metallic Coated Steel Marcelled Tension Wire: 7 gauge (0.177 in.) (4.50 mm) marcelled wire complying with ASTM A824, Type II Zinc-Coated Class 4 - 1.2 oz/ft2(366 g/m2) 2.04 TIE WIRE AND HOG RINGS A. Tie wire and hogs rings per ASTM F626. 9 gauge (0.148 in.) (3.76 mm) galvanized steel preformed power-fastened wire ties, 9 gauge (0.148 in.) (3.76 mm) galvanized steel hog rings. Minimum zinc coating 1.20 oz/ft2(366 g/m2). PART 3 - EXECUTION 3.01 CLEARING FENCE LINE A. Clearing: Surveying, clearing, grubbing, grading and removal of debris for the fence line or any required clear areas adjacent to the fence. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323113-2 r 3.02 CHAIN LINK FABRIC INSTALLATION A. Chain Link Fabric: Install fabric to outside of the blast wall framework. Attach fabric to angle iron behind blast wall. Chain link fabric to be stretched taut free of sag. Fabric to be secured to the angle iron spaced no greater than 18 inches(457.2 mm)vertical on center. Secure fabric to the tension wire with hog rings spaced no greater than 18 inches (457.2 mm) apart. Pre-formed 9 gauge galvanized steel tie wire shall be wrapped 360 degrees around the angle iron and fabric picket, twist the two wire ends together three full turns per ASTM F626. Excess wire shall be cut off and bent over to prevent injury. The installed fabric shall have a ground clearance of no more than 2 inches (50 mm). rrr B. Tension wire: Shall be installed 4 in. (101.6 mm) up from the bottom of the fabric. C. Fences without top rail shall have a tension wire installed 4 in. (101.6 mm) down from the top of the fabric. Tension wire to be stretched taut, independently and prior to the +r fabric, and secured to the angle iron post. Secure the tension wire to the chain link fabric with a 9 gauge hog rings 18 in. (457.2 mm) on center and to each angle iron with a tie wire. irr 3.03 NUTS AND BOLTS A. Bolts: Carriage bolts used for fittings shall be installed with the head on the secure side of the fence.All bolts shall be peened over to prevent removal of the nut. 3.04 CLEAN UP r A. Clean Up: The area of the fence line shall be left neat and free of any debris caused by the installation of the fence. END OF SECTION err ■ irr Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 323113-3 rr THIS PAGE INTENTIONALLY LEFT BLANK Oil rr iii uiiir Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323113-4 ■r irr SECTION 323114 PERIMETER FENCE SYSTEM PART 1 - GENERAL 1.01 SCOPE OF THE WORKS: Works described in this section are the supply, the labor, the transportation, the installation, and the guarantee for the installation of the fence, the gates and the accessories. 1.02 REFERENCES r American Society for Testing and Materials (ASTM), Fifth edition. A 446 (1987) Standard Specification for Steel Sheet, Zinc Coated (Galvanized) by the r Hot-Dip Process, Structural (physical) Quality. A500 (1993) Standard Specification for Cold formed welded and seamless carbon steel structural tubing in round shapes. �r A 641 (1989) Standard Specification for Zinc-Coated (Galvanized) Carbon Steel Wire. B 6 (1987) Standard Specification for Zinc B 117 (1990) Standard Test Method of Salt Spray (Fog) Testing. B 221 (1995) Standard Specification for Aluminum and aluminum-alloy extruded bars, rods, wire, shapes and tubes. D 2247 (1988) Standard Practice for Testing Water Resistance of Coatings in 100% Relative Humidity. D 2794 (1990) Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact). D 3359 (1990) Standard Test Methods for Measuring Adhesion by Tape. F 900 (1984) Standard Specification for industrial and commercial swing gates. F 934 (1989) Standard Specification for Standard Colors for Polymer-Coated Chain Link Fence Materials. F 1184 (1988) Standard Specification for industrial and commercial horizontal slide „ gates. F 1234 (1989) Standard Specification for protection coatings on steel framework for fences. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-1 r 1.03 DOCUMENTS REQUIRED A. Provide shop drawings in electronic (PDF) format. Supply a clear description on the drawings of each components, dimensions, accessories and anchors. B. Installation procedures and instructions by manufacturer describing all details for a typical fence and gates. PART 2 - PRODUCTS 2.01 MANUFACTURER: A. Metalco Fence & Railing Systems, Inc. or approved equal. 2.02 COATINGS A. Zinc coating : � 1. The wire meshes shall be coated with 150 g/m2 (0.5 on./ft.2)zinc in conformity with ASTM A 641 (1989), Class 1. 2. The posts shall be pre-coated with a 275 g/m2 (0.9 on./ft.2) zinc in conformity with ASTM A 446 (1987) a. Grade A, with a G90 coating. b. Gate Frames and gate posts shall be coated with a minimum of 550 g/m2 (1.8 on./ft.2) of zinc. B. The polyester surface coating shall be black green white or any optional color required. Polyester coating to be a minimum 4 mils applied by an electrostatic method. Coating r shall cover all surfaces of the wire and post sections. Coating shall be capable of withstanding the following tests: 1. Mechanical adhesion test as per ASTMD 3359 (1990) - Method B. 2. Shock resistance tests as per ASTM D 2794 (1990). 3. Salt spray testing with a minimum of 1,200 hours without red rust appearance, as per ASTM B 117 (1990). 4. Humidity resistance in a weatherometer chamber as per ASTM D 2247 (1988). 2.03 MATERIALS A. Fence and accessories 1. Height shall be: 2450mm (8 ft.). 2. Mesh sections: the wire mesh panels shall be 2356 mm (92 3/4 in. or± '/4 in.) wide, manufactured with 6 gauge pre-galvanized steel wire forming rectangles of 50 mm x 200 mm (2 in. x 8 in.). Panels shall have a number of folds according To table 1 depending on the respective height of the section. Wire shall be 6 gauge, 4.9 mm (0.192") o.d., with a 0.5 ounce per square foot(150g/m2) zinc coating applied conforming to the ASTM A 641 (1989) Class 1. Wire shall have a 13400 kg/cm2 (75,000 Ib/pot )tensile strength and a 985 kg (2,172 lb.) break strength. The exterior surface shall have a 4 mil polyester coating, applied after fabrication. The vertical wires of the mesh shall exceed 25 mm (1 in.)from the last or first horizontal wire thereby creating a spiked top or bottom depending of its position when installed. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-2 � 3. The profiled posts shall be made of 16 gauge cold-rolled pre-galvanized steel with 275 g/m2 (0.9 ounce/ft.2) coating of zinc, conforming to ASTM A 446 (1987) - Grade A G90. The shape of the post, as seen from one end, has the same shape as the Greek letter Amego. The 900 attachment bracket and the SPF bracket with plates made of pre-galvanized steel of gauge 16 and 12 are designed to attach the panels on masonry wall or other types. r. 4. Square post shall be made of hot-dip galvanized steel of gauge cold rolled in conformity with ASTM B 6 (1987) High Grade and special High Grade Zinc. r 2.04 POST PERFORMANCE SELECTION CHART Maximum Horizontal Load (Ibs) at Typical available posts 4' 5' 6' 8' Profile post—ga 16 388 312 261 194 A. Gate posts shall be made of hot-dip galvanized steel in dimension of: 50 mm X 50 mm (2 in. X 2 in.); 76 mm X 76 mm (3 in. X 3 in.); 102 mm X 102 mm (4 in. X 4 in.); 152 mm X 152 mm (6 in. X 6 in.), corresponding with the gate dimensions. Post conformity with ASTM B 6 (1987) High Grade and Special High Grade Zinc. The length of the posts are minimum 840 mm (33 po.) more than the actual height of the fence for installation in the ground. Panels are attached to gate posts using a 900 attachment bracket or SPF bracket with plates. B. Tensioning device for profile post: made of polyester plastic. C. Post caps made of: Polyester plastic for the profile post ; aluminum for the 50 mm X 50 mm (2 po. X 2 po.) square post and galvanized steel for other square posts. rrr D. Gate hardware : Hinges, latches, drop rods, as needed shall be hot-dip galvanized steel, and sized to assure proper gate operation. It shall be polyester powder coated. �r. E. Concrete: mixture to achieve minimum compression of 3000 p.s.i. (25 Mpa) at 28 days. To contain " coarse aggregate " of a minimum diameter of 5 mm (1/5 in.)to a maximum of 20 mm (3/4 in.). A 5%to 7% air sweep or according to recommendation of section 03000. 2.05 SWING GATES A. Gate frames: Amego swing gates shall be made in accordance with ASTM F900 (1984) using galvanized square steel tube 50 mm X 50 mm (2 in. X 2 in.)vertical and rrr horizontal parts shall be welded at intersections to create a rigid frame. B. Mesh section: (see article 2.03.1 B). rr C. Gate hardware : in conformity with ASTM F900 (1984) for Hinges, latchs, drops rods, shall be hot-dip galvanized steel, and sized to assure proper gate operation. Non moving parts shall be powder coated. +rr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-3 D. Hinge: structurally design to support all gates without deformation during opening and closing. E. Latch: Clamp-on gravity system that is self latching. F. Keeper: provide keeper for each gate leaf over 5 feet(1524 mm)wide. Gate keeper consist of mechanical device for securing free of gate when in full open position. so G. Double gates: Provide drop rod to secure in closed position one of the gate. Provide gate stop pipe to engage center drop rod. Provide locking device and padlock eyes as an integral part of latch, requiring one padlock for locking both gate leaves. H. Gate Posts: Gate posts shall be hot-dipped galvanized steel square sections in conformity to ASTM B-6 (1987). The steel shall meet the requirements of hot-rolled structural quality steel with a 45,000 psi (310 MPa)tensile strength, in conforming with ASTM A-500 (1993). The size of the posts shall be as shown below for the various gate dimensions: Gate leaf single width Square pipe size 2440 mm (8 ft.) or less 76 mm X 76 mm (3 in. X 3 in.) 2441 mm (8 ft.)to 4876 mm (16 ft.) 101.6 mm by 101.6 mm (4 in. par 4 in.) 4876 mm (16 pi.) and more are custom Custom by manufacturer I. Polyester powder coating : (see article 2.02 B). J. Concrete: (Voir article 2.03.1-1). 2.06 CANTILIVER SLIDE GATE ► A. Amego cantilever slide gates (or approved equal) shall be fabricated in accordance with ASTM F1184, Class 2, using 50 mm (2 in.) square aluminum members, ASTM B221, alloy and temper 6063-T6, weighing 1.39 kg/m (0.94 Ib/ft). Members shall be welded together forming a rigid one-piece frame integral with top track. Provide 2 track and wheel assemblies for each gate leaf, except as indicated for gates larger than 9144 mm (30 feet). Gates over 8230 mm (27 feet) in single opening shall be shipped in 2 parts and field spliced with special attachments provided by manufacturer. Vertical uprights: 50 mm X 50 mm (2 in. X 2 in.) shall be made of aluminum welded to the gate frame, at approximately 2440mm (8 ft.) apart and dividing the frame into equal sections. Gate leaf single width Cantilever support (overhang) 1830 mm ( 6 ft.) to 3040 mm (10 ft.) 1980 mm (6.5 ft.) 3350 mm (11 ft.)to 4270 mm (14 ft.) 2290 mm (7.5 ft.) 4570 mm (15 ft.)to 6710 mm (22 ft.) 3040 mm (10 ft.) Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-4 �r ar For gate leaf sizes 7010mm (23 ft.) to 9140mm (30ft.), weld an additional 50 mm (2 in.) square lateral support shall be welded to top horizontal rail. Bottom rail shall consist of 50mm X 100mm (2 in. X 4 in.)aluminum member weighing 1.71 Ib/ft(2.54 kg/m). Gate leaf single width Cantilever support (overhang) +irr 7010 mm (23 ft.)to 9010 mm (30 ft.) 3660 mm (12 ft.) For gate leaf sizes 9450mm (31 feet)to 12190mm (40 feet), weld 2 top track/rails together forming a dual enclosed track. Provide 2 truck assemblies for each track for each gate leaf, total 4 truck assemblies. Bottom rail shall consist of 50mm X 1 00m (2 in. X 4 in.) aluminum member weighing 2.54 kg/m (1.71 Ib/ft). Gate leaf single width Cantilever support (overhang) 9450 mm (31 ft.)to 10670 mm (35 ft.) 4120 mm (13.5 ft.) 10970 mm (36 ft.)to 12190 mm (40 ft.) 4880 mm (16 ft.) irr For gate leaf sizes 12500mm (41 ft.)to 15240mm (50 ft.), fabricate 610mm (24 in.) wide rigid box frame truss. Truss shall consist of dual side frames, constructed similar to standard single leaf gates, separated by square cross members and diagonal truss rod bridging. Dual side frames shall each contain top track/rail to provide support for truss from both sides. Provide 4 trucks for each track, total 8 for each gate leaf. Weld steel plate between top of support posts to .r maintain truck assemblies in alignment with tracks. Gate leaf single width Cantilever support(overhang) 12500 mm (41 ft.) a 15240 mm (50 ft.) Custom made 2.07 SLIDING GATE .r A. Mesh section: (see article 2.03.1 B). B. Bracing: Provide diagonal adjustable length truss rods, of 9.5mm (3/8 in.) galvanized steel, in each panel of gateframes. C. Top Track/Rail: Enclosed, combination one-piece track and rail, aluminum extrusion with weight of 5.54 kg/m (3.72 Ib/ft). Track to withstand reaction load of. 907 kg (2,000 Ib)Track does not receive Polymer coating. D. Truck Assembly: Swivel type, zinc die cast, with 4 sealed lubricant ballbearing rollers, 50mm (2 in.) in diameter by 14mm (9/16 in.)in width, and 2 side rolling wheels to ensure truck alignment in track. Mount trucks on post brackets using 22mm (7/8 in.) diameter ball bolts with 13mm (1/2 in.) shank. Design truck assembly to withstand same reaction load as track. Truck Assembly: Swivel type, zinc die cast, with 4 sealed .0 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-5 lubricant ballbearing rollers, 50mm (2 in.) in diameter by 14mm (9/16 in.) in width, and 2 side rolling wheels to ensure truck alignment in track. Mount trucks on post brackets using 22mm (7/8 in.) diameter ball bolts with 13mm (1/2 in.) shank. Design truck assembly to withstand same reaction load as track. E. Gate Hangers, Latches, Brackets, Guide Assemblies, and Stops: Malleable iron or steel, galvanized after fabrication. Provide positive latch with provisions for padlocking. so These fittings do not receive Polymer coating. F. Bottom Guide Wheel Assemblies: Each assembly shall consist of two 100mm (4 in.) so diameter rubber wheels, straddling bottom horizontal gate rail, allowing adjustment to maintain gate frame plumb and in proper alignment. Attach one assembly to each guide post. These fittings do not receive Polymer coating. G. Gate Posts: Gate posts shall be 76.2mm (3 in.) hot-dipped galvanized steel square sections weighing 10.8 kg/m (7.04 lb/ft.) Pipe shall have a minimum 1.8 ounce/ft zinc coating meeting ASTM F1234. The steel shall meet requirements of ASTM A500, Grade B with a minimum yield strength of 40,000 psi. Provide 1 latch post and 2 support posts for single slide gate and 4 support posts for double slide gates. H. Polyester powder coating: (see article 2.02 B). I. Concrete: (Voir article 2.03.1-1). PART 3 - EXECUTION 3.01 GRADING The ground shall be graded to an easy even slope all along the length of the area where the fence is to be installed. 3.02 FENCE INSTALLATION A. Install the fence along the specified area. The fence shall be installed a distance of minimum of 30 mm B. (1-1/5 in.) and maximum of 50 mm (2 in.) above the ground surface. Post hole shall be a minimum of 200 mm C. (8 in.) in diameter and 1070 mm (42 in.) in depth. D. Profile posts installation: Insert the first post vertically in quick-set concrete at its proper height. The post needs to be a minimum of 460 mm (18 in.) in concrete. Once the concrete is set the mesh section is then hooked on the post and held in place with 2 tensioning devices. The second post, placed in the hole pre-filled with concrete is then hooked onto the other side of the mesh sections. The end section is fixed with two tensioning devices and held until the concrete sets. The procedure continues until completed. Post spacing are 2416 mm (95-1/8 in.) c/c of the profile post. E. Square posts installation 2 in. or 3 in.: Insert all the posts vertically at its proper height in concrete. Once the concrete is set, the mesh sections are installed with the Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-6 r r attachment kits 2 in. or 3 in. at each folds. Post spacing are for 2 in. post 2464 mm (97 in.) c/c with a adjustment of± 32 mm (1-1/4 in.) and for the 3 in. post 2490 mm (98 in.) r c/c of the post with a adjustment of± 32 mm (1-1/4 in.). F. When any posts or wire mesh section is field cut or trimmed for fit, a zinc rich primer must be applied to the exposed ends, and after a touch-up paint matching the proper �. color shall be used. G. The mesh shall be installed according to owners instructions with the following options 1. Spikes up or down 2. Folds facing inside or outside. 3.03 GATE INSTALLATION : A. Install gate posts in accordance with manufacturer's instructions. B. Concrete Set Gate Posts: Drill holes in firm, undisturbed or compacted soil. Holes shall have a diameter 4 times greater than outside dimension of post, and depths approximately 152 mm (6 in.) deeper than frost level. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set ww post bottom 36 inches (914mm) below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour, tamp for consolidation. Trowel finish around post and slope to direct water away from posts. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. C. Install gates perfectly horizontal and leveled (at junction). D. Attach hardware by means which will prevent unauthorized removal. E. Adjust hardware for smooth operation. END OF SECTION d. M No do Renton Municipal Airport Bid Set .. Runway Blast Wall Replacement June 2014 323114-7 am THIS PAGE INTENTIONALLY LEFT BLANK i Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 323114-8 SECTION 328400 IRRIGATION PART 1 - GENERAL rrr 1.01 RELATED DOCUMENTS A. Drawings, General Provisions, and Appendices apply to this Section. �r 1.02 SCOPE A. General: Furnish and install one completely automatic irrigation system to provide adequate irrigation of all new and restored planting shown on the plans and described in specifications, complete and ready for operation. The work shall consist of providing and installing all material necessary for a complete system, including pipe, valves, fittings, heads, automatic control equipment, and all appurtenances related thereto. Included shall be all labor for trenching, plumbing, backfill, electrical connections and adjustments, mechanical connections and other labor necessary for installation of satisfactorily operating systems. Whether mentioned or not, the intent is that the Contractor furnish a complete and operable system as indicated on the drawings. Coordinate with separate Contractor who will provide power to the permanent Controller. B. Related Work: Section 329300 Planting 1.03 GENERAL A. Plans and Details: Plans and details are diagrammatic; standard trade practices to be employed to insure economy of trenching and sleeving. Exact location of lines and heads may be determined by Contractor to provide best possible water coverage. Manufacturer's recommended head spacing shall be exceeded only with permission of Owner's representative. Piping shown under paving parallel and adjacent to planted �rw area is intended to be placed in planted area. B. Verification: Before proceeding, verify all locations and dimensions and report to the Owner's representative any deviation or conflicts between drawings, specifications and site conditions. Extra work arising from failure to do so shall be at the Contractor's expense. Prior to construction, verify that the static pressure downstream of the existing pressure regulating device and inform Owner's Representative of actual pressure reading in writing. C. Protection of Property: Protect all work from damage and protect the Owner's and adjacent property from injury or loss arising from this Contract. 1.04 ORDINANCES, CODES AND REGULATIONS A. General: All local, municipal and State laws, rules and regulations governing or relating to any of this work are hereby incorporated into and made part of these specifications and their provisions shall be carried out by the Contractor. Anything rrr Renton Municipal Airport Bid Set r. Runway Blast Wall Replacement June 2014 328400-1 contained in these specifications shall not be construed to conflict with above mentioned rules, regulations or requirements. Where conflict may occur, rules, regulations or requirements of the governing code shall be adhered to. However, when these specifications and/or drawings call for or describe materials, workmanship or construction of a better quality, higher standard or larger size, these specifications and/or drawings shall take precedence over the requirements of said rules, regulations and codes. 1.05 MATERIALS AND WORKMANSHIP A. General: Whenever any material is specified by name/number, such specifications are for the purpose of facilitating a description of materials and establishing quality, and shall be deemed and construed to be followed by the words "or approved equal." No substitutions will be permitted which have not been submitted for prior approval to W"g Owner's Representative. All materials shall be new, without flaws or defects and shall be the best of their class and kind. Furnish sufficient descriptive literature and/or samples for any material submitted as "equal" substitutes. rri B. Workmanship: All materials and equipment shall be installed in a neat and professional manner. The Owner or Owner's representative reserves the right to direct removal and replacement of any items, which in their opinion do not present an orderly and neat or professional appearance. Such removal and replacement shall be done, when directed in writing, at Contractor's expense without additional cost to Owner. 1.06 EXISTING UTILITIES AND STRUCTURES A. General: Exact location of all existing utilities and structures, irrigation lines and other underground utilities, whether or not indicated on the drawings, shall be determined by the Contractor. Conduct work so as to prevent interruption of service or damage. Contractor shall be responsible for repair of any utilities and related paving, surfacing or planting damaged in the course of his work. B. Work includes connection to and extension of an existing irrigation system. Protect and preserve all work to remain. 1.07 RECORD DRAWINGS A. General: Owner's Representative will furnish Contractor with one set of prints, showing all irrigation work required under this contract, for the purpose of having the Contractor record on these prints all changes made during actual installation of system. Immediately upon installation of any piping, valves, wiring, sprinkler heads, etc., in locations other than shown on the original drawings, Contractor shall clearly indicate such changes on the drawings. This set of drawings to be available for review during the Punch List, and submitted to the Owner's Representative upon acceptance of work. 1.08 MAINTENANCE AND OPERATIONS MANUAL A. Contractor shall provide two (2) sets of all manufacturer's maintenance data sheets, replacement parts lists, equipment brochures and systems operations information bound in 3-ring binders. Composite data sheets shall have the specific product used Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 w 328400-2 on this project clearly identified in colored ink marking. Submit maintenance and operations manual to Owner upon acceptance of work. B. Training: Contractor shall meet with Owner's maintenance personnel as necessary to provide information and answer questions regarding operation and maintenance of the irrigation system. 1.09 GUARANTEE A. General: It shall be the Contractor's responsibility to insure and guarantee complete coverage of the areas shown on drawings. The Contractor shall also guarantee satisfactory operation of entire system and workmanship for a period of one year from the date of Final Acceptance. Contractor is responsible for winterization the first year Y" following installation. B. Temporary Repairs: Owner may make temporary repairs as necessary during „r guarantee period. This will not absolve Contractor of guarantee responsibilities. C. Letter of Guarantee: Provide a signed letter stating that the Contractor will conform to the guarantee requirements stated in the specification. PART 2 - PRODUCTS 2.01 PIPE A. Pipe: Sizes shall conform to those shown on drawings. No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes may be used with approval of Owner's representative. All damaged pipe or pipe rejected because of defects shall be removed from the site at the time of rejection. B. Plastic Pipe: Rigid unplasticized PVC Schedule 40 extruded from virgin parent material of size specified on drawings. Pipe shall be homogeneous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents. C. Plastic Pipe Fittings: Schedule 40 or Schedule 80 molded fittings manufactured of same material as the pipe and suitable for solvent weld, slip joint ring tight seal, or screwed connection. Slip fittings socket taper shall be so sized that a dry, unsoftened pipe end, conforming to these special provisions can be inserted no more than halfway into the socket. Plastic saddle and flange fittings will not be permitted. When connection is plastic to metal, Schedule 80 male adapters will be used. The male adapter shall be hand tightened, plus one turn with a strap wrench. All ells and tees on the Schedule 40 PVC mainline shall be galvanized malleable iron. D. Identification: All pipes shall be continuously and permanently marked with the following information: manufacturer's name or trademark, size, schedule and type of pipe, working pressure at 73 degrees F. and National Sanitation Foundation (N.S.F.) approval. E. PVC Solvent Cement: In accordance with ASTM D-2564-7a. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � 328400-3 r11 F. Delivery: Plastic pipe shall be delivered to site in unbroken bundles or rolls, packaged in such a manner as to provide adequate protection for pipe ends, either threaded or plain. G. Sleeving: Schedule 40 PVC, or SDR 35 (over 6" diameter), sizes as indicated on the drawings. 2.02 IRRIGATION HEADS A. General: Irrigation heads shall be marked with the manufacturer's name and identification. B. Heads: Irrigation heads, nozzles, bodies, etc., as indicated on drawings. 2.03 VALVES A. Automatic Zone Valves: Rain Bird PEB series or PEB-PRS-B Plastic, size and as pressure regulation option per valve key. B. Double Check Valve: Existing, 1-1/2". C. Quick Coupling Valve: Rain Bird model 44LRC, with corresponding valve key and swivel hose ell. D. Gate Valves: Bronze, same size as line, with cross-type handle, and fully ported. E. Master Valve: Existing Rain Bird EFB-CP brass, 1-1/2". F. Pressure regulating valve: Existing 1-1/2" Wilkins model 600. 2.04 CONTROLLER A. Controller: Rain Bird ESP-Me 4 with expansion modules as noted on the plan. B. Enclosure: Strongbox model SB-16SSW stainless steel wall mount cabinet 16" x 18" x 10" depth. C. Rain Sensor: Rain Bird WR2 series model WR2-RFC wireless rain/freeze sensor. 2.05 CONTROL WIRE A. Control Valves and Master Valve: No. 14 single strand copper, designated for 24-50 volts, UL approved, Type U.F. (Underground Feeder). Copper conductor must meet or exceed ASTM B-3 Specifications. White: common. Red: control valve impulse. Blue: master valve impulse. Orange: run to farthest valves as spares. See irrigation plan for 0 quantities of spare wires for each branch of the mainline. B. Wire Splices: 3M-DBY or 3M-DBH gyri Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 328400-4 rr 2.06 VAULTS AND BOXES A. Valve boxes: Valve boxes in lawn or plant bed areas to be Carson Jumbo vault, extensions as required. B. Main Assembly and Meter Vaults: Carson Vaults as detailed. rr 2.07 METER A. Existing. 2.08 OTHER MATERIALS A. A. All other materials, not specifically described but required for a complete and proper irrigation system installation, shall be new, first quality of their respective kinds, and subject to the approval of the Owner or his representative. r. PART 3- EXECUTION " 3.01 EXCAVATION AND BACKFILL A. General: Coordinate irrigation pipe layout with utilities and other underground w obstructions. B. Excavation: Trenches for irrigation lines shall be excavated to depth and width sufficient to permit proper handling and installation of pipe and fittings. Trenches shall be straight and without abrupt grade changes. Trench bottoms shall be flat. Coordinate trenching between sites with other trades. C. Depth: Allow minimum 12-inches cover over all lateral lines and minimum 18 inches cover over all main lines after finished grades are established. Maximum depth of pipe shall be 18 inches below finished grade for laterals and 24 inches below finished grade for main lines. D. Backfill: Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating system for a short time before backfilling, or by backfilling in the early part of the morning before heat of the day. Backfill shall contain no lumps or rocks larger than 1-inch. Do not backfill with frozen or muddy material. Backfill trenches and remove spoils before the r. end of each work day. E. Compaction: Use hand-operated, plate-type, vibratory or other suitable hand tampers in areas not accessible to larger rollers or compactors. Compact initial backfill material surrounding pipes and conduit to 90 percent maximum density. For pipes, conduits and sleeves under roads or slabs, compact backfill as specified herein for other utilities under roads or slabs. ■r Renton Municipal Airport Bid Set aw Runway Blast Wall Replacement June 2014 328400-5 3.02 SLEEVING AND CONDUIT A. General: Installed prior to installation of irrigation system. General Contractor shall take special care in coordinating required work of various trades. Sleeve all roads, Ki walks, walls and other hard surfaces. Minimum pipe depths apply. B. Provide electrical conduit to controller within buildings. +iii 3.03 PIPING A. General: Install in a manner so as to provide for expansion and contraction as recommended by manufacturer. Cut plastic pipe to ensure a square cut. Remove burrs at cut ends prior to installation. Solvent-weld or slip seal all plastic joints. Only solvent recommended by pipe manufacturer shall be used. Install all plastic pipe and fittings as shown and instructed by pipe manufacturer. Contractor shall assume full responsibility for correct installation. B. Joints: All plastic to metal joints shall be made with plastic Schedule 80 male adapters Care should be taken at solvent joints not to use an excess amount of solvent. Allow PVC joints to set at least 24 hours before pressure is applied to system. Use pre- primer at joints. Contractor shall furnish Owner with sample 2-1/2" glue joint once per week during construction of irrigation system. Sample shall be a coupling glued to a short length of pipe. C. Galvanized Pipe and Fittings: All buried galvanized pipe, including valve fittings, shall be painted with Series 69 High Build Epoxoline #2 to prevent corrosion (see 2.01 G). Thoroughly paint all male threads. If painting is done before assembly, touch up after assembly. 3.04 WIRING A. General: Install all electrical Control Wire and Conduit as shown on drawings and/or specified. There shall be no splices of wires between valves and controller. B. Connections at Controller: Each control valve is connected to one station of controller and shall have wire sizes as shown or as specified. Controller shall have a separate common ground wire system. A junction box is to be provided by Contractor at controller location for connection. Connect master valve to master valve start circuit on controller. C. Underground splices shall be made with vinyl insulated connectors and sealed in epoxy resin. All splices to be made in electrical junction boxes. 3M-DBY or approved. D. Extra Wiring: Run spare wires from new controller along entire length of new main line, split for main line branches as indicated on the irrigation plan, and loop through each intermediate valve box. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 ski 328400-6 iii �r iYr SECTION 329113 PLANTING PREPARATION PART 1 - GENERAL 1.01 SCOPE A. General: Furnish all labor, equipment and materials necessary for plant bed and lawn area preparation including: 1. Subgrade Preparation 2. Topsoil 3. Finish Grading 4. Cleanup & Maintenance through Final Acceptance B. Related Sections: 1. Section 328000 Irrigation 2. Section 329300 Planting 3. Section 334600 Underdrainage Systems 1.02 INSPECTION A. General: Owner reserves right to reject materials at any time until final inspection and r acceptance. Remove rejected material immediately from site. Produce upon request sales receipts for all material and certificates from federal, state and other authorities. 1.03 MATERIALS A. General: No substitutions will be permitted which have not been submitted for prior approval to Owner's Representative. Furnish sufficient descriptive literature and/or samples for any material submitted as "equal" substitutes. 1.04 CONTRACTOR r A. General: Contractor must be experienced in landscape work of highest professional quality of a similar nature; must have adequate facilities and personnel for indicated r. work; and must become acquainted with all other work related to site improvements, and any other work which might affect preparation for installation of landscaping. 1.05 SUBMITTALS A. Test Certificates: 1. Imported topsoil sandy loam component(sieve analysis; nutrient content; salt component and organic matter by weight) 2. Imported topsoil sand component(sieve analysis) 3. Imported topsoil compost component(sieve analysis; organic matter content by weight) rrr Submit reports and obtain approval prior to mixing at plant and importing to site. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � 329113-1 �w 1.06 Samples: Submit 1 cubic foot of each of the following: 1. Topsoil sand component 2. Topsoil compost component 3. Topsoil sandy loam component 4. Topsoil sand, compost and sandy loam components mixed in specified proportions. 1.07 QUALITY ASSURANCE A. General: Beginning work in this section indicates acceptance by the Contractor of all other previously installed related work. B. Testing during importation: During the course of importation of all granular surfacing materials, the Owner has the right to take random samples for testing. In the event that any sample tested reveals non-qualifying material is being imported the Contractor shall cease all importation, determine through testing the extent of the problem, and remove the non-qualifying material at no cost to the Owner. Importation will resume ■r only when tests from a new source show compliance and are approved. Any delays or damage to completed work or cost of testing and inspection, due to removal of non- qualifying material are the responsibility of the Contractor. 10 C. The Owner reserves the right to reject material at any time until final inspection and acceptance. Remove rejected material immediately from the site. Produce upon request sales receipts for all materials and certificates from federal, state and other ► authorities. 1.08 REFERENCES A. General: Conform to the following standard specifications: 1. American Society for Testing Materials: ASTM E-11 Sieve Size for Soil Testing ASTM D-75 Sampling Material ASTM D-422 Particle Size Analysis ASTM D-1140 Washed Sieve Testing for#200 ASTM C-136 Fine and Course Aggregate Sieve Analysis 1.09 PROTECTION A. General: Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to commencement of work. Repair at Contractor's expense damaged utilities, curbs, paving, walks, walls, structures, or existing plantings. Keep street and area drains open and free flowing. Do not store materials outside the indicated limits of work unless otherwise approved. Remove and legally dispose of excess materials. Erect necessary signs and barriers against pedestrian/vehicular traffic. 1.10 CODES AND REGULATIONS A. General: Comply with all applicable city, county, state and federal codes and regulations. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329113-2 to �i rr 3.05 IRRIGATION HEADS A. General: Install all heads as detailed on drawings, adjusting location as necessary to achieve maximum coverage as intended. Heads adjacent to walks, walls or curbs and other paved areas shall be set 4-inches from edge of paving. Balance and adjust all nozzles after entire system is operable. Set heads perpendicular to finish grade unless �r► otherwise indicated. B. Adjustment: All nozzles on stationary sprinklers or spray heads shall be tightened after installation. All sprinklers having an adjusting screw, adjusting stem or adjusting friction collars shall be adjusted on a lateral line of circuit as required for proper arc, coverage, radius, diameter and/or gallonage discharge. 3.06 RISER ASSEMBLIES A. General: All swing joint assemblies shall be constructed as detailed. All necessary nipples and risers shall be lengths as required to adjust head to proper finish grade. 3.07 VALVES A. General: Stake location of all valve boxes for approval prior to installation. Install as detailed on plans. Before installation, the supply line must be thoroughly flushed. Use valve box extensions to ensure that box extends completely below the bottom of the «+ valve. Install locking cover bolts. B. Backflow Assembly: Install per code and as detailed in specified concrete vault. 3.08 CONTROLLER A. General: Wall mount new controller as directed by Owner's Representative, and in accordance with manufacturer's directions. Provide all electrical hook-ups as required for safe operation of the system in conformance with all governing codes and regulations. Install rain sensor on wall adjacent to controller as directed. 3.09 FLUSHING AND TESTING A. Flushing: After all new irrigation piping and risers are in place and connected, all necessary division work has been completed and prior to installation of irrigation heads, all control valves shall be opened and a full head of water used to flush out the system completely. B. Testing: Request no tests until confident work will pass. C. Main Line Pressure Test: After flushing is complete, pressure test mainline with all valves installed in operating order, and associated gate valves open, to 150 psi. System will pass test when it maintains less than 5% drop in a 30 minute time period in the presence of Landscape Architect or Owner's Representative. D. Lateral Line Pressure Test: Pressure test lateral lines with all lateral tees plugged or swing joints capped to 100 psi. System will pass test when it maintains less than 5% Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 328400-7 rr. drop in a 15 minute time period in the presence of Landscape Architect or Owner's Representative. E. Coverage: Contractor, in the presence of Owner's representative, shall perform a water coverage test to determine whether water coverage and operation of the system is adequate for planting. If system is determined by Owner's representative to be inadequate due to Contractor's poor workmanship or materials, it shall be replaced or repaired at Contractor's expense and test repeated until accepted. Dry spots or areas without sufficient overlap will not be acceptable. Excessive overspray on adjacent pavement or roadway will not be acceptable. END OF SECTION as ON rrt Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 328400-8 � 1.11 PRE-INSTALLATION CONFERENCE A. General: Prior to commencement of work by the landscape subcontractor, coordinate a pre-installation meeting at the site that includes the owner, landscape architect, general contractor and landscape subcontractor to discuss items covered in Sections 329113 and 329300. At a minimum, items to be discussed include: 1. Existing condition of subgrade to receive topsoil. Subcontractor shall certify acceptance of subgrade elevation and grading, common fill in planted areas prior to irrigation trenching or topsoil placement. Contractor shall notify landscape architect of any known problems with subgrade soil quality, drainage and permeability at this time. 2. Soil preparation and installation. 3. Plant material sources and installation. 4. Irrigation and planting construction schedules. 5. Quality control and maintenance. PART 2 - PRODUCTS 2.01 TOPSOIL A. General: Topsoil to be fertile, friable, sandy loam, and to supply the following composition requirements: weed and seed free; pH between 5.5 and 7.5; maximum particle size to be 1/2 inch, with 97%to 100% passing the 3/8" screen; soluble salts shall not exceed 600 ppm; free of clay and sod lumps, litter and toxic matter harmful to plant growth. Pure organic content shall be 10% maximum by weight. Topsoil rr components shall be mixed in the following proportions (percentages below are by volume): Sand Compost Sandy Loam Topsoil for lawn areas 50% 25% 25% Topsoil for plant beds 34%' 33% 33% All components shall conform to the requirements indicated. Mixing of the soil components shall not occur on site unless on-site materials, mixing operation and locations are approved. B. Sand: Conform to the following analysis using Tyler Standard Screens - U.S. Series Equivalent Number: Sieve % Passing #4 100% #10 95-100% #16 85-100% #30 75-90% #60 15-30% #100 0-5% #200 (wet sieve 0-1.5% procedure) Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329113-3 rr Submit separate sand sieve analysis for approval prior to mixing. C. Composted Yard Waste: Material derived from aerobic decomposition of recycled 0i plant waste fully composted for a minimum of 6 months; material shall have a moisture content such that no visible free water or dust is produced when handling the material; no fresh sawdust or fresh wood by-products to have been added after the composting process has begun. No recycled sanican waste shall be used. Yard waste shall be from a permitted composting facility. 100% of composted yard waste shall pass the 5/16 inch screen. Submit separate sample for approval prior to mixing. Available from lei Cedar Grove or approved equal. D. Sandy Loam: Shall be derived from the "A" Horizon of naturally occurring, free draining, friable soils. Soils with a high fine silt or clay content will be rejected. Submit separate sample for approval prior to mixing. 2.02 CHEMICALS A. General: Herbicide, insecticide and fungicide shall not be used on this project. 2.03 WATER A. General: Free of substances harmful to plant growth, delivered through on-site water sources. 2.04 COMMON FILL A. General: Fill for subgrade in planted areas shall be approved on-site soils, or approved native material. Fill shall have a maximum particle size of 2", and be free of large rocks sticks or other deleterious materials. PART 3 - EXECUTION 3.01 TOPSOIL AND FINISH GRADING A. General: Coordinate with all subgrade installations such as utilities, underdrainage systems, and irrigation. B. Prepare subgrade by scarifying to minimum 8" depth and removing rocks and debris over 1'/2" in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. It is the Contractor's responsibility to notify the Owner's Representative of any subgrade conditions deleterious to plant growth. C. Spread Topsoil: Do not spread topsoil when frozen or excessively wet or dry. Topsoil depth after settlement: 1. Plant Beds: Minimum 8" after settlement. 2. Lawn Areas: Minimum 4" after settlement. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329113-4 � D. Till topsoil: In all plant bed areas rototill topsoil mix into existing subgrade to a 12" depth prior to planting. E. Till topsoil: In lawn areas to be hydroseeded rototill topsoil into existing subgrade to an 8" depth prior to seeding. r F. Finish Grading: Except as otherwise directed, perform all rough and fine grading required to attain the elevations, lines and forms indicated on the drawings. Grade to uniform levels or slopes between points where grades are given, with round surfaces at abrupt changes in levels. Rake entire surface to a smooth and even grade, remove all rocks over 1" diameter, remove grass roots and debris. Fine graded areas shall include all areas disturbed by work in this Contract which are to be planted or seeded. 1. Grading Tolerance: a. Contours and spot elevations shown on the plans are finish grade elevations, unless otherwise noted. b. Where drawings indicate positive drainage flow grades shall provide that err drainage free of ruts, hummocks, or other uneven surfaces, which might hold or impede the flow of water. 2. Relationship to Adjacent Areas: a. Plant Beds: Finish grade (surface of 2" organic mulch layer) shall be flush with pavement surface and top of curbs/walls, unless otherwise noted. b. Tree and shrub Pits: See details. C. Seeded Areas: Finish grade in all seeded areas shall be flush with surrounding grades, pavement surface and top of curbs. 3.02 CLEAN UP r�r A. General: Remove from site all surplus subsoil, surplus imported soils/mulch and other debris resulting from work in this section. 3.03 FINAL ACCEPTANCE A. Final Inspection &Acceptance: Final inspection of the work in this section will be made at the time of the Final Inspection of the entire project. Inspection will include a random check of materials depths. A final "punch list"will be issued at that time. Final Acceptance of the landscaped areas will be contingent upon Final Acceptance of the entire project. r END OF SECTION Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329113-5 Will THIS PAGE INTENTIONALLY LEFT BLANK m� o � � � ° Renton Municipal Airport Bid Sat Runway Blast Wall Replacement June 2014 � 320113-0 ~~ ■r SECTION 329300 PLANTING err PART 1 - GENERAL 1.01 SCOPE A. General: Furnish all labor, equipment and materials necessary for the installation of landscaping as indicated, including but not limited to: 1. Fertilizer 2. Limestone 3. Chemicals 4. Antidesiccants 5. Water 6. Organic Mulch r 7. Hydroseeding Mulch 8. Tackifier 9. Plant Material 10. Sod 11. Seed 12. Staking and Guying Materials 13. Plant Establishment Period and Maintenance nr B. Related Sections: 1. Section 328000 Irrigation err 2. Section 329113 Planting Preparation 1.02 STANDARD SPECIFICATIONS A. General: Conform to the following standard specifications, except as supplemented or modified hereinafter: 1. Plant Names: "Report" issued by American Joint Committee on Horticultural Nomenclature Second Edition, 1942, and hereinafter called AJCHN. Names not present in this listing shall conform to accepted nomenclature in the nursery trade. rir 2. Quality Standards: "American Standard for Nursery Stock," issued by the American National Standards Institute and hereinafter called ANSI Z6.1-1986. 1.03 INSPECTION A. General: Owner reserves right to reject material at any time until final inspection and acceptance. Remove rejected material immediately from site. Produce upon request sales receipts for all material and certificates from federal, state and other authorities. 1.04 MATERIALS +rr A. General: Whenever any material is specified by name/number, such specifications are for the purpose of facilitating a description of materials and establishing quality, and shall be deemed and construed to be followed by the words "or approved equal." No Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 `�` 329300-1 substitutions will be permitted which have not been submitted for prior approval to Owner's Representative. Furnish sufficient descriptive literature and/or samples for any material submitted as "equal" substitutes. B. Materials: Furnish plant materials in accordance with Washington State Grading Code for No. 1 Grade; well established and vigorous normal habit of growth, must be free from disease, approved for quality, size and variety upon delivery at site. Verify prior to 6i bid date all sources of supply. Ensure availability of listed sizes, species, variety and quality. Conform with size requirements indicated on drawings or specified herein after, and with requirements of ANSI Z60.1. 1.05 CONTRACTOR A. General: Contractor must be experienced in landscape work of highest professional quality of a similar nature; must have adequate facilities and personnel for indicated work; and must become acquainted with all other work related to site improvements, and any other work which might affect preparation for installation of landscaping. 1.06 SUBMITTALS A. Samples Submit 1 cubic foot of each of the following: 1. Organic Mulch B. Manufacturer's Certificates of Conformance: �rrl 1. Fertilizer 2. Limestone 3. Antidesiccant 4. Seed 5. Hydroseeding Mulch 6. Tackifier 7. Sod 8. Staking and Guying Materials C. Schedule for installation: Conform to Owner-approved schedule and planting/seeding times defined in this Section. 1.07 QUALITY ASSURANCE A. General: Beginning work in this section indicates acceptance by the Contractor of all other previously installed related work. 1.08 PROTECTION A. General: Protect adjacent property, public walks, curbs and pavement from damage. Do not place organic mulch or soil directly on paved surfaces. Locate all underground utilities prior to commencement of work. Repair at Contractor's expense damaged utilities, curbs, paving, walks, walls, structures, or existing plantings. Keep street and area drains open and free flowing. Do not store materials outside the indicated limits of work. Remove and legally dispose of excess materials. Erect necessary signs and barriers against pedestrian/vehicular traffic. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-2 �' yw vrr 1.09 DELIVERY A. General: Protect plant material from wind, drought, unusual weather or vandalism. 'i Deliver branched plants with branches tied and exposed branches covered with material which allows air circulation. Prevent damage to root balls and desiccation of leaves. Deliver fertilizer and lime to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trademark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. Store fertilizer in a cool dry location away from contaminants. Protect seed from dehydration, contamination and heating during delivery, storage, and handling. B. Handling: Do not drop or dump materials from vehicles. Avoid drying or damaging plants being moved from the nursery or storage area to the planting site. Handle balled and burlapped plants carefully to avoid cracking or breaking the earth ball. Do not handle plants by the trunk or stems. Protect plants from freezing or drying by a covering of burlap, tarpaulin, or mulching material during transportation from the heeling-in bed to the planting site. Damaged plants will be rejected and shall be removed from the site. 1.10 GUARANTEE A. General: All plant material shall be guaranteed by the Contractor for a period of one year from the date of final acceptance, to be in healthy condition. 1. Inspections: Make periodic inspections, at no extra cost to Owner, during guarantee period. Determine what changes if any should be made in Owner's maintenance program. 2. Replacement at guarantee period conclusion: Replace, at no cost to the Owner, and as soon as weather conditions permit, dead plants and plants not in vigorous, thriving condition. Replacements to be of same species and to be subject to all indicated requirements. 3. Lawn Repair: Fertilize and reseed or re-sod areas not in a normal healthy growing condition. r 1.11 CODES AND REGULATIONS A. General: Comply with all applicable city, county, state and federal codes and regulations. PART 2 - PRODUCTS 2.01 FERTILIZER +rr A. Trees, Shrubs, Perennials, and Ornamental Grasses: Agriform planting tablets 20-10- 5, 21 gram size, 5 gram size. B. Bulbs: Granular fertilizer formulated specifically for bulbs: Slow-release 5-10-20 formula with trace elements. err Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 � 329300-3 wr C. All Seeded Areas: 1. Installation Fertilizer"A": Total available Nitrogen 10% by weight (of which 50% is derived from controlled release sources including Ureaform or Methylene Urea). Total available Phosphorus 20% by weight Total available Potassium 20% by weight 2. Initial Maintenance Fertilizer"B": Initial Fertilizer(Fertilizer'B') Total available Nitrogen 21% by weight (of which 50% if derived from controlled release sources including Ureaform or Methylene Urea) Total available Phosphorous 0% by weight Total available Potassium 0% by weight 3. Follow-up Maintenance Fertilizer"C": Total available Nitrogen 18% by weight (of which 50% if derived from controlled release sources including Ureaform or Methylene Urea) Total available Phosphorous 3% by weight Total available Potassium 16% by weight Total iron content 1% to 3% by weight 2.02 LIMESTONE A. General: Dolomite or'Neutra-Nuggets' by Essential Minerals. 2.03 ANTIDESICCANTS A. General: "Wiltpruf' as manufactured by Wiltpruf Products, Inc., PO Box 4280, Greenwich, CT 06830, 203.531.4740, or accepted equal. 2.04 WATER A. General: Free of substances harmful to plant growth. .r► 2.05 MULCH A. General: Free from weeds, weed seed, mold or other noxious materials. B. Organic Mulch: Fine shredded Douglas Fir bark mulch of uniform color for plant beds and around trees in lawn areas shall be free from weed seed, sawdust, and splinters and shall not contain resin, tannin, wood fiber, or other compounds detrimental to plant life. Bagged mulch shall have moisture content not in excess of 22%. Bulk mulch shall have a size range of one-half inch to one and one-quarter inch (1/2"-1 1/4")with a maximum of 20% passing a 1/2" screen. Submit sample for approval. 2.06 PLANT MATERIAL A. General: Plants to be nursery grown with size at least equal to size specified, prior to pruning. Do not prune prior to site delivery. Measurements, caliper, branching, grading, Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-4 rrr wr quality, balling and burlapping per Code of Standards of American Association of Nurserymen. Substitutions of smaller plant sizes will not be permitted, however, substitutions of larger sizes of the same type are acceptable, with approval, at no extra cost to the Owner. B. Container Stock: Provide container stock plants which have grown in container in which delivered for a minimum of 6 months, but not over 2 years. Do not handle container stock by tops, stems or trunks. Carefully loosen roots around outside of root balls prior to planting. Containers shall be weed free. +rrr C. Balled and Burlapped Stock(B&B): Dug with firm, natural balls of soil around roots; ball diameter and depth sufficient to encompass fibrous and feeding roots. Wrap with burlap and bind with twine, cord or wire mesh in accordance with ANSI Z60.0. Handle by ball only. Take care to protect ball and plant. Cracked, broken or dry-to-the-center balls will not be acceptable. Root balls shall be weed free. D. Pruning: Do not prune before delivery. Prune or limb new and existing plants only as directed by Owner's Representative. Trees with bark sunscalds, broken leaders, disfiguring knots or fresh cuts of limbs over 3/4 inch not completely calloused will be rejected. E. Form: Trees and shrubs are to have overall form typical of the species, with a uniformly branched, symmetrical crown. "Specimen" designation indicates plant materials of the highest quality and form. F. Quality: Trees with bark sunscalds, broken leaders or disfiguring knots will be rejected. Root balls shall be free of circling, kinked or truncated roots and free of roots protruding above the soil. 2.07 SEED A. Submittals: Submit a complete analysis of the seed including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. Total weed +w seed for mixture shall not exceed one percent(1%). B. General: Seed shall be "Blue Tag" or certified quality. Deliver in unopened containers with mixture seed content and inert material content plainly marked on outside of container. Seed Mix: Mixture % of Min. % Pure Min. % of Max Weed % by Weight Ingredient Pure Seed Seed in Mix Germination Seed % 33.3% Pennant 11 98% 32.7% 90% 1% Perennial Rye +rr 33.3% Affinity 98% 32.7% 90% 1% Perennial Rye 33.3% Imagine 98% 32.7% 90% 1% Perennial Rye Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-5 wr �i �i 2.08 WOOD FIBER MULCH A. Wood Fiber Mulch for Hydroseeding: A commercially prepared wood fiber mulch specifically manufactured for lawn hydroseeding, or as approved by Owner. Weyerhaeuser Silva-Fiber PLUS with tackifier or approved equal. 2.09 TACKIFIER A. Tackifier for hydroseeding shall be Stockopam, SoilBinder or approved equal. The PAM (acrylamide copolymer) shall be a long chain, water-soluble or linear, non- crosslinked, anionic (>20% hydrolysis) or nonionic. PAM tackifier shall be certified for compliance with ANSI/NSF Standard 60 for drinking water treatment and have a 0.05% maximum and an average 0.02% AMD (acrylamide monomer) concentration. The PAM anionic charge density may vary from 2-30%; a value of 18% is typical. 2.10 STAKING AND GUYING MATERIALS di A. Staking Material for Trees: 1. Stakes: 2" diameter x stake length as necessary Douglas Fir. Pre-stain stakes dark brown. 2. Guying Material: Twelve gauge galvanized guy wire with 3%" I.D, 2-ply black rubber garden hose, or approved equal, at tree as shown on detail. Hose shall be of adequate length to protect tree from wire. 2.11 CHEMICALS A. General: Herbicide, insecticide and fungicide shall not be used on this project. as 2.12 SOD A. Sod for use around irrigation heads in new turf areas: Sod shall have the following characteristics: a mature root system, maximum two years old, free of weeds, machine cut to a pad thickness of 3/4" excluding top growth, vigorous top growth, no mesh, and shall not be dormant. Broken and unevenly cut sod pads will not be accepted. Sod pads must be uniform in size and must support their own weight when held vertically. Transport flat, not rolled. Submit supplier for approval prior to delivery to site. Seed mixture shall be perennial rye grass with minimum three different grass species. Submit grass species names and characteristics for approval. PART 3 - EXECUTION 3.01 PLANTING A. See Section 329113 for plant bed and lawn area preparation. B. Timing of Planting: All plant material to be placed between October 15 and May 1, or as approved by Owner's Representative. Do not plant when ground is frozen, snow covered or muddy. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-6 ®r C. Location: Prior to commencement of planting operations, stake tree locations and stake outline of mulched beds in lawn areas. Mark name of variety on stake where different varieties are massed. Obtain approval of Owner's Representative prior to planting. D. Excavation of Plant Pits: Completely rip soils and scarify sides and bottom of all plant pits to dimensions shown on the plans. Remove any impervious or otherwise unsuitable soils or material to a minimum of 12" below bottom of plant pit and minimum 12" beyond sides of plant pit around each tree and shrub. 1. Shrub pits are to be excavated 6" deeper and 6"wider(all sides)than the rootball or container size. 2. Tree pits are to be excavated 6" deeper and 10"wider(all sides)than the rootball. 3. Perennial and ornamental grass pits are to be excavated 3" deeper and 6"wider (all sides)than the rootball or container size. 4. Bulbs are to be planted approximately two to three times their height, or between 3" and 4" deep, excluding the 2" mulch depth that will cover. Verify depth if bulb ► with Owner's Representative if bulb variety as specified is not available. E. Planting Soil Backfill: Place minimum 6" depth of a blend of 50%topsoil, 50% native soil in bottom of plant pit and compact. Place plant material as noted below. Backfill with a well blended 50/50 mix and proceed as noted below. F. Placement of Plants (Trees, shrubs, perennials, and ornamental grasses): Place at normal planting season, unless otherwise approved. Orient as directed for best appearance. Set in center of pits, on amended on site soil backfill. Set plantings to bear same relationship with finish grade after settlement as they bore to natural grade. For r trees in lawn areas, allow for placement of seed bed area topsoil mix up to circle of mulch around tree. Hold firmly in position while backfill mixture is being placed. Break down any smooth walls of the plant pit during this backfill process. Place backfill mixture carefully, avoiding root damage and filling all voids. Compact fill by jetting to avoid air pockets. Allow to soak away and continue adding more backfill mixture as required. Add fertilizer tablets, as specified below, near top of root ball during backfill. 1. For container stock: Cut 2 sides with approved type cutter, taking care to avoid any root damage. 2. For balled stock: Cut string and remove fasteners. Remove burlap. 3. For wire baskets: Cut wire and remove wire basket. G. Placement of Bulbs: Scatter approximately 75% of the total quantity of bulbs across the surface of finish graded plant bed, in naturalized drifts, with the average spacing as r indicated in the detail. Once the bulbs are in place, go back and adjust spacing, adding the remaining bulbs to create irregular massing without overplanting (no closer than 3"). The intent is to mass bulbs in large quantities, and extend `drifts' of smaller quantities at wider spacing away from the massed group, creating a naturalized effect. Within the area of coverage indicated on the plans for the bulb massing there will be voids. Once all bulbs are in place using a spade, trowel, or bulb planter, penetrate the soil to the proper planting depth and place the bulb in the hole. Leave holes open until .we all bulbs are planted, then backfill with planting soil. +rw Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-7 err H. Fertilizer: 1. For trees, shrubs, ornamental grasses and perennials: Space tablets evenly at upper outer edges of root system during backfilling, 6-8" below the surface of the soil for trees and shrubs, 24" below the surface for ornamental grasses and perennials. Provide (8) 21-gram tablets per tree, (4) 21-gram tablets per shrub and (1) 5-gram tablet per ornamental grasses or perennials. 2. For bulbs: Broadcast granular fertilizer over the planting area, rake lightly into the surface and topdress with organic mulch as noted below. I. Organic Mulch: Spread 2" minimum depth as indicated in all shrub and groundcover plant beds, and within 3 foot diameter circle around trees planted in lawn areas. Do not cover crown of trees with mulch. J. Staking and Guying: Place specified staking and guying materials as indicated on drawings. 3.02 HydroSEEDING A. See Section 329113 for lawn area preparation. All lawn areas indicated on the planting plan shall be hydroseeded. 66 B. Seed Bed Preparation: Apply Installation fertilizer"A" at the rate of 10lbs. per 1,000 square feet, and dolomite limestone at the rate of 30 lbs. per 1,000 square feet. Rake to incorporate. Finish surfaces by raking smooth and even; lightly compact with roller. Level out surface undulations and irregularities and re-compact as necessary. Drive no heavy equipment over seed bed after this operation. C. Hydroseeding: 1. Hydroseed in designated areas as shown on the planting plans which are not specifically designated for other improvements. 2. Slurry and Equipment: Hydroseeding equipment shall be as approved. Hydroseeding mixture shall consist of a slurry composed of water, seed, fertilizer, and wood fiber mulch in proportions as follows: Seed: 350 lbs/acre min. Fertilizer"A": 400 lbs/acre min. Wood Fiber Mulch: 2000 lbs/acre Tackifier: 3-5 lbs/acre rril 3. Areas to be seeded which are not accessible to hydroseeding equipment shall be mechanically or hand seeded as approved with the same rates of application. D. Timing of Seeding: Seed only from March 15 to October 1 or as approved by Owner's Representative. When seed, fertilizer, mulch, and tackifier is applied between June 1 and August 31, the Contractor shall protect the application from dehydration and when as applied between October 15 and March 31, the Contractor shall protect the application from freezing and excess moisture. 3.03 ESTABLISHMENT OF NEW LAWN A. Protection: Protect against harm from wind, storm water and trespassing. Treat and re- seed damaged portions as required. Erect temporary fences around newly seeded Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-8 area. Fencing should be of a height, durability, and visibility adequate to prevent trespassing. Post signage indicating new seeding as necessary to prevent trespassing. B. Mowing: When grass in sod and seeded areas reaches a height of 3"the Contractor shall mow with a reel type mower to a height of 2" and remove clippings. Establishment mowing is to be continued for a minimum of three mowings. See 3.06 for additional mowing requirements. C. Watering: Irrigate turf areas thoroughly immediately after each application of Fertilizer 'B'. Schedule irrigation applications minimum twice daily during maintenance period, duration based on daily weather conditions. D. Re-seeding: 30 days after initial seeding, all bare spots larger than 4 sq. in., and any areas of turf which fail to establish a healthy uniform stand of specified grasses shall be re-seeded at a rate of 4 lbs./1,000 sf. E. Initial Maintenance Fertilizer(Fertilizer"B"): Apply fertilizer at the rate of 2 lbs. per 1,000 square feet after the first mowing. Apply once each week through the third mowing, minimum three applications. Do not apply Fertilizer"B" between October 1 and March 30. F. Follow-up Maintenance Fertilizer(Fertilizer"C"): Apply fertilizer at the rate of 6 lbs. per 1,000 square feet four weeks after the third mowing. 3.04 CLEAN UP err A. General: Remove from site all cans, surplus materials and other debris resulting from planting operations. Neatly dress and finish landscaping areas. 3.05 PLANT ESTABLISHMENT AND FINAL ACCEPTANCE A. Preliminary Inspection and Acceptance: When the work specified in this section has ++r+ been completed, an inspection will be made within seven (7)days of the Contractor's request. The Owner will generate a "punch list" of items that will require revisions or completion to comply with the contract documents. Preliminary acceptance of the landscaping will be given when items on the punch list have been completed to the satisfaction of the Owner. B. Establishment Period and Maintenance: The Establishment Period will commence at •" the time of first planting and will extend until Final Acceptance of the entire project. Maintenance during this period shall include: 1. Watering: Make necessary adjustments to watering schedule to accommodate r . seasonal changes. Water areas of new lawn and plants so that they receive adequate water for survival of the plants in a healthy condition. 2. Mowing: Mow lawn areas to a height of 2"when the average height reaches 3". Remove clippings. Mow weekly until Final Acceptance, minimum 3 times. 3. Re-seeding/ re-sodding: Re-seed or re-sod spots larger than 4 inches square not having a uniform stand of grass. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-9 1� 4. Fertilization: Should the establishment period extend to 12 months beyond the time of first planting, fertilize all trees, shrubs, ornamental grasses, and perennials at the rates specified. 5. Adjustment of Stakes and Guys: Adjust stakes and guys as necessary to maintain vertical growth on trees. Replace damaged or removed stakes and guys. Should the establishment period extend to 12 months beyond the time of first planting, remove all stakes and guys. 6. Weeding: Remove all weeds before they reach 6" in height from all plant beds and individual tree plantings in lawn areas. C. Final Inspection and Acceptance: Final inspection of the work in this section will be made at the time of the Final Inspection of the entire project. A final "punch list"will be issued. Final Acceptance of the landscaping will be contingent upon Final Acceptance of the entire project. END OF SECTION �i Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 329300-10 � rr SECTION 334600 UNDERDRAINAGE SYSTEMS PART 1 - GENERAL +rr 1.01 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this section. 1.02 SUMMARY itrr A. Storm Drainage: This Section includes but is not limited to the following: 1. New storm drainage system piping and appurtenances connected to the existing WA storm system. 2. Work includes connection and cleanouts as indicated on drawings. B. Key Abbreviations: The following Abbreviations apply to this Section. CB Catch Basin CO Cleanout PVC Polyvinyl Chloride Pipe YD Yard Drain CPP Corrugated Perforated Polyethylene Drain Tubing C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Earthwork"for materials and methods of trench excavation and backfill made part of the work of this Section. +rs 1.03 QUALITY ASSURANCE r A. Installer's Qualifications: Firm with at least 3 years of successful installation experience on projects with storm drainage work similar to that required for project. B. Environmental Compliance: Comply with applicable portions of local Environmental Agency regulations pertaining to storm drainage systems. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for storm drainage system materials and products. B. Record Drawings: At project closeout, submit record drawings of installed storm drainage piping and products, in accordance with requirements of Division 1. C. Construction Changes Require Prior Approval: All construction changes revising the plan concept shall receive prior approval by the Owner's Representative before construction in the field. Approval may require submittal of design calculations or rrr additional information to justify the required change. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 334600-1 +r PART 2 - PRODUCTS 2.01 IDENTIFICATION LINE MARKER A. Underground-Type Plastic Line Marker: Manufacturer's standard permanent, bright- colored, continuous-printed plastic tape, intended for direct-burial service; not less than 6 inches wide by 4 mils thick. Provide green tape with black printing reading "STORM". B. Manufacturer: Subject to compliance with requirements, provide identification markers of one of the following: 06 Lineguard Type II Detectable Or approved equal 2.02 PIPES AND PIPE FITTINGS A. General: Provide pipes of one of the following materials, of weigh/class indicated. Provide pipe fittings and accessories of same material and weight/class as pipes, with joining method as indicated. B. Corrugated Perforated Polyethylene Pipe (CPP): 1. ADS or approved equal of the sizes indicated and conforming to Soil Conservation Service National Engineering, Standard and Specification Guide for Tile Drain, Code#606. Pipe shall be flexible with circumferential ribbing for maximum strength. Perforations shall have a total minimum inlet area of 0.125 square inches per square foot of tubing. 2. Fittings shall be made by the same manufacturer as the pipe and shall be the "snap-on" type. C. Polyvinyl Chloride (PVC) Pipe: ASTM D 3033, Type PSP, SDR 35, or ASTM D 3034, Type PSM, SDR 35. 1. Fittings: PVC, ASTM D 3034, solvent cement joints Complying with ASTM D 2855, using solvent cement Complying with ASTM D 2564, or electrometric joints Complying with ASTM D 3212, using electrometric seals Complying with ASTM F 477. 2.03 CLEAN OUT (CO): PVC with screw type top fitting. 2.04 DRAINAGE STRUCTURES A. Type I Catch Basin (CB): Type I catch basin shall be pre-cast APWA Type I and conform to WSDOT Standard Plan B-1. B. Yard Drains (YD): Pre-cast concrete inlet per WSDOT Standard Plan B-26 with frame and vaned grates. 2.05 PIPE BEDDING A. Corrugated-Perforated Pipe (CPP) Drainage Aggregate: 46 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 334600-2 � Im so 1. Aggregate used as a backfill at the 4" diameter lateral drain lines shall be 1/8"— 5/16"washed pea gravel. ift 2.06 CRIBBING AND SHEETING A. General: Provide all cribbing and sheeting needed to protect the work, existing r property, utilities, etc. to provide safe working conditions in the trench and to comply with applicable safety codes. No PART 3 - EXECUTION 3.01 INSTALLATION OF IDENTIFICATION so A. During back-filling/top-soiling of storm drainage systems, install continuous underground-type plastic line marker, located directly over buried line at 6 inches to 8 inches below finished grade. 3.02 INSTALLATION OF PIPE AND PIPE FITTINGS A. General: Install piping in accordance with governing authorities having jurisdiction, except where more stringent requirements are indicated. 1. Inspect piping before installation to detect apparent defects. Mark defective rr materials with white paint and promptly remove from site. 2. Lay piping beginning at low point of system, true to grades and alignment indicated, with unbroken continuity of invert. 3. Place bell ends or groove ends of piping facing upstream. 4. Install gaskets in accordance with manufacturer's recommendations for use of lubricants, cements, and other special installation requirements. B. PVC Pipe: Install in accordance with manufacturer's installation recommendations, and in accordance with ASTM D 2321. r C. Cleaning Piping: Clear interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each joint as it is completed. In large, accessible piping, brushes and brooms may be used for cleaning. 1. Place plugs in ends of uncompleted conduit at end of day or whenever work stops. 2. Flush lines between manholes/catch basins if required to remove collected debris. i D. Joint Adapters: Make joints between different types of pipe with standard manufactured adapters and fittings intended for that purpose. E. Interior Inspection: Inspect piping to determine whether line displacement or other damage has occurred. 3.03 CATCH BASINS (CB)AND YARD DRAINS (YD) A. General: Install catch basins and yard drains where shown on plans. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 334600-3 am B. Set frames and grates to elevations indicated. 3.04 BACKFILLING A. Conduct backfill operations of open-cut trenches closely following laying,jointing, and bedding of pipe, and after initial inspection and testing are completed. 3.05 FIELD QUALITY CONTROL A. Testing: Perform testing of completed piping in accordance with local authorities having jurisdiction. 3.06 UNDERDRAINAGE A. General: Underdrainage (perforated pipe &trenches) must be installed after subgrade is established, compacted and approved, and prior to placement of topsoil. Coordinate with earthwork, and concrete work installation. Connect new CPP pipes to 6" PVC collectors as shown on plans. B. Excavation and Trenching: 1. All trenching shall utilize slope and depth control equipment equal to "Lazer"to insure accuracy of trench bottoms and drain line gradients. Accuracy of grades shall be verifiable. 2. No trench excavation spoils may remain on the underdrained area. Trench spoils are to be removed from the surface before the end of each workday. Special care shall be taken to avoid contamination of existing pea gravel and other drainage soils with native soils. 3. Trenches shall be maintained with vertical slides and without loose or sloughed materials therein. Care shall be taken in placement of backfill in perforated pipe trenches to insure no sloughing of trench sides or contamination of the pea gravel. The Contractor shall not drive construction vehicles across excavated trenches. 4. Trenches for the 4" perforated pipe lateral lines (CPP) and the 3" perforated PVC lines shall be a minimum of 8"wide and cut to the appropriate bottom grade. In the event that the trenches have been over-excavated, the Contractor may correct the cut by use of pea gravel filler providing the invert elevation of the drain tubing is as indicated. 5. After underdrainage lines are installed, all excess soils shall be removed and the subgrade shall be regraded and recompacted as necessary to achieve a smooth unyielding subgrade to facilitate the unimpeded flow of water to the drain lines. C. Corrugated-Perforated Pipe (CPP): Corrugated - Perforated drain pipe shall be uncoiled and cut to length and then permitted to remain in the uncoiled position until extensive set induced by coiling is relieved. Pipe shall be laid on a 2" bed of pea gravel to grade and held in place to prevent vertical or horizontal movement while the pea gravel is placed around the sides and the top of the tubing. CPP tubing shall be end- capped at the ends of all 4" CPP lines or as otherwise shown on the drawings. Pipe will be coupled with snap-on couplings, wrapped with two (2)wraps of polyethylene tape (one tape width)to insure locking of the couplings. No open ends will be permitted in the CPP drain tubing. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 334600-4 wii END OF SECTION rr arr �r rr r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 334600-5 THIS PAGE INTENTIONALLY LEFT BLANK err Orli Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 334600-6 iii to tr rir err APPENDIX A Federal and State Prevailing Wage Rates • Statement of Intent to Pay Prevailing Wages • Affidavit of Prevailing Wages Paid ■r • Certificate of Payment of Prevailing Wages • Report of Geotechnical Investigation rr �lr ori rrr ■ri rr FEDERAL - DAVIS BACON WAGE RATE DETERMINATIONS GENERAL DECISION: WA140001 05/23/2014 WA1 The contractor and subcontractors shall download the current rates from WDOL 10 days prior to the date their bid is opened and use those rates for the duration of the project. The wages below were in effect on the date listed. irr General Decision Number: WA140001 05/23/2014 WA1 Superseded General Decision Number: WA20130001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date r 0 01/03/2014 1 01/17/2014 2 01/24/2014 3 02/07/2014 irr 4 02/21/2014 5 03/14/2014 6 04/25/2014 7 05/23/2014 CARP0001-008 06/01/2013 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GRANT, OKANOGAN Wrl (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1: . . . . . . . . . . . . . . . . . . .$ 30.66 12.87 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 31.56 12.87 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 31.64 12.87 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 31.64 12.87 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 62.58 12.87 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 30.29 12.87 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 31.29 12.87 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 28.54 12.87 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 30.29 12.87 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-1 w► SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES 0i GROUP 1: . . . . . . . . . . . . . . . . . . .$ 30.66 12.87 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 31.56 12.87 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 31.64 12.87 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 31.64 12.87 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 70.78 12.87 GROUP 6: . . . . . . . . . . . . . . . . . . .$ 32.64 12.87 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 35.39 12.87 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 34.39 12.87 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 34.39 12.87 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure 11i1 GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2 .25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4 .75/PER HOUR DISPATCH POINTS: 16 CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . Mill Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-2 CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2 .00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot W SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: tir Anyone working on a HAZMAT job (task) , where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- �rr CARP0003-006 10/01/2011 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-3 it i SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only) , PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west ii to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: mi CARPENTERS. . . . . . . . . . . . . . . . . .$ 32.04 14.18 DIVERS TENDERS. . . . . . . . . . . . . .$ 36.34 14 .18 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 77.08 14.18 DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 27.56 14.18 MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 32.19 14 .18 PILEDRIVERS. . . . . . . . . . . . . . . . .$ 33.04 14 .18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates) : Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point. ) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 IIS miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0770-003 07/01/2012 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 ad Wages-4 rr Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . .$ 25.93 12.60 CARPENTERS. . . . . . . . . . . . . . . . .$ 25.83 12. 60 DIVERS TENDER. . . . . . . . . . . . . .$ 39.15 12. 60 DIVERS. . . . . . . . . . . . . . . . . . . . .$ 87.20 12. 60 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . .$ 37.07 12. 60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 36.22 12.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS we Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: o Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee wr Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend r Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: q 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour Yrr ---------------------------------------------------------------- Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-5 ii CARP0770-006 07/07/2012 Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS. . . . . . . . . .$ 35.39 13. 60 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . .$ 35.49 13.60 CARPENTERS. . . . . . . . . . . . . . . . .$ 35.39 13.60 DIVERS TENDER. . . . . . . . . . . . . .$ 39.15 13. 60 DIVERS. . . . . . . . . . . . . . . . . . . . .$ 87.20 13.60 MILLWRIGHT AND MACHINE di ERECTORS. . . . . . . . . . . . . . . . . . .$ 36.39 13.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 35.59 13. 60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-6 AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free. 26-45 radius miles $ .70/hour Over 45 radius miles $1. 50/hour ---------------------------------------------------------------- ELEC0046-001 02/04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 46.87 3%+15.96 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 42.61 3%+15.96 ---------------------------------------------------------------- * ELECO048-003 01/01/2014 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 42. 63 19.11 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 38.75 19.11 iillil HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1 : 31-50 miles $1.50/hour ri Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4 : Beyond 90 miles $9.00/hour 1r *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- iYr ELECO048-029 01/01/2014 COWLITZ AND WAHKIAKUM COUNTY go Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 42.63 19.11 N ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 38.75 19.11 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-7 rW ----------------- ---------------------------------------------- ELECO073-001 07/01/2013 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Oil CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 31.98 16.15 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 29.07 16.15 ---------------------------------------------------------------- ELEC0076-002 09/01/2013 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 37.71 22.47 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 34.28 22.47 ---------------------------------------------------------------- ELEC0112-005 07/01/2013 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 38.90 17.35 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 37.05 17.29 ---------------------------------------------------------------- ELEC0191-003 06/01/2013 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 42.91 17.39 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 39.01 17.39 ---------------------------------------------------------------- ELEC0191-004 07/01/2013 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 39.50 17.30 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 35.91 17 .3 ---------------------------------------------------------------- ENGI0302-003 06/01/2013 CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-8 .w KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: Group 1A. . . . . . . . . . . . . . . . . . .$ 37.39 16. 65 Group 1AA. . . . . . . . . . . . . . . . . .$ 37.96 16.65 Group 1AAA. . . . . . . . . . . . . . . . .$ 38.52 16. 65 Group 1. . . . . . . . . . . . . . . . . . . . .$ 36.84 16.65 Group 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 16.65 Group 3. . . . . . . . . . . . . . . . . . . . .$ 35.93 16.65 Group 4. . . . . . . . . . . . . . . . . . . . .$ 33.57 16.65 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) • GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge to type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments rrr GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 rrr 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 as and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type ow Renton Municipal Airport Bid Set wo Runway Blast Wall Replacement June 2014 Wages-9 rw M Mill GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists- (elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under 1W1 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 950 of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-10 to am 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing `rr H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in rrr height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; as Quad 9, HD 41, D-10; Remote control operator on rubber tired Renton Municipal Airport Bid Set w Runway Blast Wall Replacement June 2014 Wages-11 ow rir earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade 1 trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists- (elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service Ed engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-12 16 rn of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but rr utilities excluded. 3. Marine projects (docks, wharfs, ect. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. rrr ---------------------------------------------------------------- ENGI0370-002 06/01/2013 r�rr ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES Ii11I ZONE 1 : Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25.56 12.85 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 25.88 12.85 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 26.49 12.85 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 26. 65 12.85 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 26.81 12.85 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 27.09 12.85 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 27.36 12.85 GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 28.46 12.85 ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho aw Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors r (under 2000 CFM, gas, diesel, or electric power) ; Deck Renton Municipal Airport Bid Set it Runway Blast Wall Replacement June 2014 Wages-13 Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator) , except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine di GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt Ni Finishing Machine; Blower Operator (cement) ; Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power) ; Concrete Saw (multiple cut) ; Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; Ni Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete) ; Spreader Box (self-propelled) ; Straddle Buggy (Ross & similar on construction job only) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat (Skid Steer) ; Boring Machine (earth) ; Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal Lining Machine (concrete) ; Chipper (without crane) ; Cleaning & Doping Machine (pipeline) ; Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar) ; Elevating Grader-type Loader (Dumor, Adams or similar) ; Generator Plant Engineers (diesel or electric) ; Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or similar) ; Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; IN Turnhead Operator GROUP 4 : Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar) ; Curb Extruder (asphalt or concrete) ; Drills (churn, core, calyx or diamond) ; Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ; Loaders (overhead & front-end, under 4 yds. R/T) ; Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired Skidders (R/T with or without attachments) ; Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity) ; Turnhead (with re-screening) ; Vacuum Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-14 M ■r Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45, 000 gw) ; Backhoe & Hoe Ram (under arr 3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & under) , all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons) ; Drilling Equipment (8 inch bit & over) (Robbins, reverse circulation & similar) ; Hoe Ram; Piledriving Engineers; Paving (dual drum) ; Railroad Track Liner Operaotr (self-propelled) ; Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar) ; Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ; Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ; Blade Operator (motor patrol & attachments) ; Cable Controller (dispatcher) ; Compactor (self-propelled with blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons) , all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds. ) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or similar equipment; Rollerman (finishing asphalt pavement) ; Roto Mill (pavement grinder) ; Scrapers, all, rubber-tired; Screed Operator; Shovel (under 3 yds. ) ; Trenching Machines (7 ft. depth & over) ; Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train) ; Lime Brain Operator (Recycle Train) ; Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds & over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar) ; Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ; as Rubber-tired Scrapers (multiple engine with three or more scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar) ; Ultra High rrr Pressure Wateriet Cutting Tool System Operator (30, 000 psi) ; Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over) ; Helicopter Pilot w Renton Municipal Airport Bid Set rr Runway Blast Wall Replacement June 2014 Wages-15 iris i BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- * ENG10612-012 06/01/2013 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: GROUP 1A. . . . . . . . . . . . . . . . . . .$ 37.39 16.65 GROUP 1AA. . . . . . . . . . . . . . . . . .$ 37.96 16.65 GROUP 1AAA. . . . . . . . . . . . . . . . .$ 38.52 16.65 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.84 16.65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.35 16.65 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.93 16.65 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 33.57 16.65 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS do GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom id GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-16 r. ,rr base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through +� 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; as Piledriver (other than crane mount) ; Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating err off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, B1aw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable err Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts) , air so tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; we Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp *a GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type) ; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole we digger-mechanical; Power plant; Pumps-water; Rigger and Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 Wages-17 +rr Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. r1 ---------------------------------------------------------------- ENGI0701-002 01/01/2014 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 38.25 13.70 ] GROUP lA. . . . . . . . . . . . . . . . . . . .$ 40.16 13.70 GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 42.08 13.70 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.56 13.70 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.54 13.70 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 34.56 13.70 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 33.43 13.70 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 30.34 13.70 Zone Differential (add to Zone 1 rates) : Zone 2 - $3.00 Zone 3 - $6.00 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-18 r as For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; do CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of +r Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. err St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the + identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. *a All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. as For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG wr All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment) ; LATTICE BOOM ■r CRANE: Operator, 200 tons through 299 tons, with over 200 Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 Wages-19 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, 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; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment) ; TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required) ; Canal Trimmer (Grade Oiler required) ; Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator) ; UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over 130, 000 lbs. ; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment) ; GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs. ; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment) ; LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom) ; } FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR: excavator over 80,000 lbs. through 130, 000 lbs. ; LOADERS: Loader operator 60,000 and less than 120, 000; RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required) ; BLADE: Blade operator; Blade operator, Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-20 rr rir finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS: Bulldozer Operator over 20, 000 rr 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; Chippers; Incinerator; Stump Splitter (loader mounted or similar type) ; Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine) ; Hydro Axe (loader mounted or similar type) ; COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types) ; Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two ++� (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry) ; rrr Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand so 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; trr 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; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20, 000 lbs through 80, 000 lbs. ; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer r Operator; Piledriver Operator (not crane type) ; PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe go Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting am Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 Wages-21 r Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder) ; H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator,single engine, single scraper; Self-loading, paddle wheel, auger type under 15 cu. yds. ; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds. ; Grade-all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber-tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber-tired dozers and pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (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. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade) ; CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type) ; Pavement Grinder and/or Grooving Machine Operator (riding type) ; Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing 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 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 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 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; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type) ; Hydraulic Backhoe Operator track type up to and including Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-22 rli .�r 20, 000 lbs. ; LOADERS: Loaders, rubber- tired type, less than 25, 000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser) ; PIPELINE-SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; ar Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled 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 GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill me Operator (any type) ; Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power) , under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B. , dry batch, etc. ) ; Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type) ; Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform) ; Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail girt machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd. ) ; Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail rw Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated) ; PUMPS: Pump Operator (any power) ; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade) ; Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt) ; Tamping ris Machine operartor, mechanical, self-propelled; Hydrographic Renton Municipal Airport Bid Set r. Runway Blast Wall Replacement June 2014 Wages-23 ow Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ---------------------------------------------------------------- IRON0014-005 07/01/2013 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 31.60 21.35 ---------------------------------------------------------------- IRON0029-002 07/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 34 .12 21.35 ---------------------------------------------------------------- IRON0086-002 07/01/2013 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 31.60 21.35 ---------------------------------------------------------------- IRON0086-004 07/01/2013 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 38.14 21.35 ---------------------------------------------------------------- LAB00001-002 06/01/2013 Ili ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-24 at o rr NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 22.19 9.85 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 25.41 9.85 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 31.76 9.85 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 32.53 9.85 a� GROUP 5. . . . . . . . . . . . . . . . . . . .$ 33.06 9.85 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS AND YAKIMA iwr COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 18.73 9.85 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21.47 9.85 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 23.51 9.85 r GROUP 4. . . . . . . . . . . . . . . . . . . .$ 24.08 9.85 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 24 .49 9.85 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall rr ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 as BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to we final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car No Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-25 iw GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4 : Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . ---------------------------------------------------------------- LAB00238-004 06/01/2013 No PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian) , FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA at SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-26 r® GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 22.00 10. 65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 24 .10 10.65 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24 .37 10.65 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 24 .64 10. 65 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 24.92 10.65 LABORER (SPOKANE) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 21.70 10.65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.80 10.65 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24.07 10.65 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 24.34 10.65 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 24. 62 10.65 Zone Differential (Add to Zone 1 rate) : $2.00 are BASE POINTS: Spokane, 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. rr LABORERS CLASSIFICATIONS as GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson) ; Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) rr GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine, 6 inches and smaller) ; Confined Space Attendant; Concrete do 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 "A" (to include do 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 lire GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Renton Municipal Airport Bid Set rw Runway Blast Wall Replacement June 2014 Wages-27 +rr Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine) ; Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator) ; Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4 : Air and Hydraulic Track Drill; Aspahlt Raker;Brush 1 Machine (to include horizontal construction joint cleanup brush machine, power propelled) ; Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high) ; Gunite (to include operation of machine and nozzle) ; Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit") ; High Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; Monitor Operator (air track or similar mounting) ; Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a di self-contained breathing apparatus or a supplied air line) ; Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) ---------------------------------------------------------------- LAB00238-006 06/01/2013 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-28 rr Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 24 .10 10.65 ---------------------------------------------------------------- LAB00335-001 06/01/2013 wr CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 28.65 10.05 rr GROUP 2. . . . . . . . . . . . . . . . . . . .$ 29.25 10.05 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 29.69 10.05 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 30.07 10.05 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 26.15 10.05 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 23.73 10.05 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 20.53 10.05 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 r Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER rrt ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the de respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 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; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types) ; Loading Spotters; Material Yard Man (including electrical) ; Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms) ; Rip Rap Man (hand placed) ; tilt Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Renton Municipal Airport Bid Set ti Runway Blast Wall Replacement June 2014 Wages-29 Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw) ; Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet) ; Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen; Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Ni Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-019 09/01/2013 Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 30.47 10.05 ---------------------------------------------------------------- PAIN0005-002 07/01/2013 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-30 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS. . . . . . . . . . . . . . . . . . . .$ 28.00 14.33 ---------------------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes wrr PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 20.82 7.44 ---------------------------------------------------------------- * PAIN0005-006 07/01/2013 err ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, go LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES to Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting. . . . . . . . . . . .$ 26.79 10.41 Over 30'/Swing Stage Work. .$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray. . . .$ 21.69 10.41 r Lead Abatement, Asbestos Abatement. . . . . . . . . . . . . . . . . . .$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates w listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055-003 01/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM rw COUNTIES Rates Fringes +wr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-31 0 Painters: Brush & Roller. . . . . . . . . . . . . .$ 21.01 9.06 High work - All work 60 ft. or higher. . . . . . . . . . . . . . .$ 21.76 9.06 Spray and Sandblasting. . . . . .$ 21.61 9.06 ---------------------------------------------------------------- PAIN0055-006 07/01/2013 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER. . . . . . . . . . . . . . . . . . . . .$ 33.41 10.36 ---------------------------------------------------------------- PLAS0072-004 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES lei Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1. . . . . . . . . . . . . . . . . . . . . .$ 26.01 12.14 Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- * PLAS0528-001 10/01/2012 BIW CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES 06 Rates Fringes Cement Masons: CEMENT MASON. . . . . . . . . . . . . . . .$ 35.68 14.45 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE. . . . . . .$ 36.18 14 .45 TROWLING MACHINE OPERATOR =" ON COMPOSITION. . . . . . . . . . . . . .$ 36.18 14 .45 ---------------------------------------------------------------- PLAS0555-002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-32 ■r ZONE 1: err Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH rrr COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD. .$ 30.58 17.76 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD. . . . . . . . . . . .$ 30.58 17.76 CEMENT MASONS. . . . . . . . . . . . . . .$ 29.98 17.76 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS. . .$ 31.18 17.76 Zone Differential (Add To Zone 1 Rates) : ++� Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER rrr ZONE 1 : Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. rrr ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. err ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- TEAM0037-002 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes rrr Truck drivers: ZONE 1 GROUP 1. . . . . . . . . . . . . . . . . .$ 26.90 13.75 r GROUP 2. . . . . . . . . . . . . . . . . . . .$ 27.02 13.75 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.15 13.75 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 27.41 13.75 y GROUP 5. . . . . . . . . . . . . . . . . . . .$ 27.63 13.75 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 27.79 13.75 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 27.99 13.75 wr Zone Differential (Add to Zone 1 Rates) : Renton Municipal Airport Bid Set rr Runway Blast Wall Replacement June 2014 Wages-33 wr Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4 : More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material ] on job site) ; Loader and/or Leverman on Concrete Dry Batch Plant (manually operated) ; Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3, 000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site) ; Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds. ; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3, 000 to 5, 000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-34 rr mix truck: over 7 cu yds. and including 11 cu yds. ; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10, 000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. �r includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds. ; Water Wagon (rated capacity) over 10,000 gallons to 15, 000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or r combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. , and includes Articulated Dump Trucks; Skid Truck No GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. No yds. and including 100 cu. yds. , includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- ur * TEAM0174-001 01/01/2014 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the im north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1: . . . . . . . . . . . . . . . . . . .$ 32.18 16. 69 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 31.34 16.69 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 28.53 16.69 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 23.56 16.69 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 31.73 16.69 No 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 No $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: on Renton Municipal Airport Bid Set Im Runway Blast Wall Replacement June 2014 Wages-35 No BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or di similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar tri equipment; Hyster Operators (handling bulk loose aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3, 000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and UW four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; orifi Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired) (when used within Teamster jurisdiction) ; Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) irrY GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic i HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-36 required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying ++rr respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit. " No LEVEL A: +$ .75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. aw ---------------------------------------------------------------- TEAM0690-004 01/01/2014 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES an Rates Fringes +�r Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, as Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1 : LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2 : PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 20.17 15.19 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.44 15.19 err GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.94 15.19 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 23.27 15.19 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.38 15.19 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 23.55 15.19 ++� GROUP 7. . . . . . . . . . . . . . . . . . . .$ 24.08 15.19 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 24.44 15.19 AREA 2 GROUP 1. . . . . . . . . . . . . . . . . . . .$ 21.77 15.19 r GROUP 2. . . . . . . . . . . . . . . . . . . .$ 24 .31 15.19 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 24 .42 15.19 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 24.75 15.19 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 24.86 15.19 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 25.02 15.19 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 25.56 15.19 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 25.88 15.19 Renton Municipal Airport Bid Set �. Runway Blast Wall Replacement June 2014 Wages-37 +r. im Zone Differential (Add to Zone 1 rate: Zone 2 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile & Y Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic System; Fork Lift (3001-16, 000 lbs. ) ; Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds. ) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds. ) ; Warehouseperson (to include shipping & receiving) ; Wrecker & Tow Truck YID GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds. ) ; Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) + GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ; Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds. ) ; Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds. ) ; Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton) ; Vacuum Truck (super sucker, guzzler, etc. ) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift 1 (over 16,000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ; Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds. ) ; Trucks, side, end, bottom and articulated end dump Yo (over 20 yds. to & including 40 yds. ) ; Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14, 000 gallons) ; Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-38 dd �r oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete (over 20 yds. ) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds. ) ; Truck Mounted Crane (with do 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 as 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. wa LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight (8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. -------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . IN ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical go order of "identifiers" that indicate whether the particular rate is union or non-union. err Union Identifiers Renton Municipal Airport Bid Set rw Runway Blast Wall Replacement June 2014 Wages-39 �r ur An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates dli the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. Illi ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-40 �IfY do +rr 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 rw contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ar Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. a* Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request +tr review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 go 4 . ) All decisions by the Administrative Review Board are final. rw END OF GENERAL DECISION ild► stir Renton Municipal Airport Bid Set •r Runway Blast Wall Replacement June 2014 Wages-41 r WASHINGTON STATE PREVAILING WAGES King County - Journey Level Prevailing Wage Rates For The Effective Date: 6/2/2014 Wit Note:Washington L&I updated rates February 1,2014,and will post the new rates to Washington L&I's Prevailing Wage website 30 days later. The Contractor and subcontractors shall download the rates from Washington State L&I on the date their bid is opened and use those rates for the duration of the project. County Trade Job Classification Wage Holiday Overtime Notes King Asbestos Abatement Workers Journey Level $41.69 5D 1H King Boilermakers Journey Level $64.44 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M King Building Service Employees Janitor $20.59 5S 2F irl Traveling King Building Service Employees Waxer/Shampooer $21.00 5S 2F Window Cleaner(Non- King Building Service Employees Scaffold) $24.29 5S 2F Window Cleaner King Building Service Employees (Scaffold) $25.15 5S 2F dA King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M Bridge, Dock And Wharf King Carpenters Carpenters $50.82 5D 1M King Carpenters Carpenter $50.82 5D 1M Carpenters on ur King Carpenters Stationary Tools $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D 1Mj King Carpenters Floor Layer $50.82 5D 1M King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 7A 1M King Divers&Tenders Diver $105.37 5D 1M 8A King Divers&Tenders Diver On Standby $59.50 5D 1M King Divers&Tenders Diver Tender $54.82 5D 1M Surface Rcv& Rov King Divers&Tenders Operator $54.82 5D 1M Surface Rcv& Rov King Divers&Tenders Operator Tender $51.07 5A 1B King Dredge Workers Assistant Engineer $53.00 5D 3F Assistant Mate King Dredge Workers (Deckhand) $52.58 5D 3F King Dredge Workers Boatmen $52.30 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-42 .r. .r County Trade Job Classification Wage Holiday Overtime Notes w King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F rrr King Drywall Applicator Journey Level $50.82 5D 1H King Drywall Tapers Journey Level $50.87 5P 1E Electrical Fixture Maintenance rrrr King Workers Journey Level $25.84 5L 1E King Electricians -Inside Cable Splicer $65.69 7C 2W King Electricians-Inside Cable Splicer(tunnel) $70.52 7C 2W �w King Electricians-Inside Certified Welder $63.49 7C 2W Certified Welder King Electricians-Inside (tunnel) $68.10 7C 2W err Construction Stock King Electricians-Inside Person $35.69 7C 2W King Electricians-Inside Journey Level $61.30 7C 2W King Electricians-Inside Journey Level (tunnel) $65.69 7C 2W King Electricians-Motor Shop Craftsman $15.37 1 King Electricians-Motor Shop Journey Level $14.69 1 King Electricians-Powerline Construction Cable Splicer $68.33 5A 4A King Electricians-Powerline Construction Certified Line Welder $62.50 5A 4A King Electricians-Powerline Construction Groundperson $42.56 5A 4A Heavy Line Equipment King Electricians-Powerline Construction Operator $62.50 5A 4A Journey Level King Electricians-Powerline Construction Lineperson $62.50 5A 4A Line Equipment King Electricians-Powerline Construction Operator $52.47 SA 4A King Electricians- Powerline Construction Pole Sprayer $62.50 5A 4A King Electricians-Powerline Construction Powderperson $46.55 5A 4A King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86.77 7D 4A Fabricated Precast Concrete All Classifications-In- King Products Factory Work Only $15.25 56 iR King Fence Erectors Fence Erector $15.18 1 rrr King Flaggers Journey Level $35.34 7A 31 King Glaziers Journey Level $53.76 71. 1y Heat& Frost Insulators And Asbestos King Workers Journeyman $58.93 5.1 1S +rr King Heating Equipment Mechanics Journey Level $69.37 7F 1E King Hod Carriers& Mason Tenders Journey Level $42.99 7A 31 +.r King Industrial Power Vacuum Cleaner Journey Level $9.32 1 Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 Wages-43 rrr County Trade Job Classification Wage Holiday Overtime Notes King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K Inspection/Cleaning/Sealing Of u Sewer&Water Systems By Remote Cleaner Operator, King Control Foamer Operator $31.49 1 Inspection/Cleaning/Sealing Of Sewer&Water Systems By Remote King Control Grout Truck Operator $11.48 1 Inspection/Cleaning/Sealing Of Sewer&Water Systems By Remote King Control Head Operator $24.91 1 Inspection/Cleaning/Sealing Of go Sewer&Water Systems By Remote King Control Technician $19.33 1 Inspection/Cleaning/Sealing Of Sewer&Water Systems By Remote King Control Tv Truck Operator $20.45 1 King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 Air, Gas Or Electric King Laborers Vibrating Screed $41.69 7A 31 King Laborers Airtrac Drill Operator $42.99 7A 31 WA King Laborers Ballast Regular Machine $41.69 7A 31 King Laborers Batch Weighman $35.34 7A 31 King Laborers Brick Pavers $41.69 7A 31 King Laborers Brush Cutter $41.69 7A 31 King Laborers Brush Hog Feeder $41.69 7A 31 King Laborers Burner $41.69 7A 31 King Laborers Caisson Worker $42.99 7A 31 King Laborers Carpenter Tender $41.69 7A 31 King Laborers Caulker $41.69 7A 31 King Laborers Cement Dumper-paving $42.46 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 Change House Or Dry King Laborers Shack $41.69 7A 31 Chipping Gun (under 30 King Laborers Lbs.) $41.69 7A 31 Chipping Gun(30 Lbs. King Laborers And Over) $42.46 7A 31 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-44 +rr County Trade Job Classification Wage Holiday Overtime Notes ■rr King Laborers Choker Setter $41.69 7A 31 King Laborers Chuck Tender $41.69 7A 31 King Laborers Clary Power Spreader $42.46 7A 31 King Laborers Clean-up Laborer $41.69 7A 31 Concrete Dumper/chute King Laborers Operator $42.46 7A 31 King Laborers Concrete Form Stripper $41.69 7A 31 Concrete Placement King Laborers Crew $42.46 7A 31 Concrete Saw King Laborers Operator/core Driller $42.46 7A 31 King Laborers Crusher Feeder $35.34 7A 31 King Laborers Curing Laborer $41.69 7A 31 Demolition:Wrecking& Moving (incl. Charred King Laborers Material) $41.69 7A 31 King Laborers Ditch Digger $41.69 7A 31 King Laborers Diver $42.99 7A 31 Drill Operator King Laborers (hydraulic,diamond) $42.46 7A 31 King Laborers Dry Stack Walls $41.69 7A 31 King Laborers Dump Person $41.69 7A 31 King Laborers Epoxy Technician $41.69 7A 31 King Laborers Erosion Control Worker $41.69 7A 31 rrr Faller& Bucker Chain King Laborers Saw $42.46 7A 31 King Laborers Fine Graders $41.69 7A 31 rw King Laborers Firewatch $35.34 7A 31 King Laborers Form Setter $41.69 7A 31 King Laborers Gabian Basket Builders $41.69 7A 31 King Laborers General Laborer $41.69 7A 31 Grade Checker&Transit King Laborers Person $42.99 7A 31 King Laborers Grinders $41.69 7A 31 King Laborers Grout Machine Tender $41.69 7A 31 Groutmen do (pressure)including Post King Laborers Tension Beams $42.46 7A 31 King Laborers Guardrail Erector $41.69 7A 31 Hazardous Waste King Laborers Worker(level A) $42.99 7A 31 Hazardous Waste ■r King Laborers Worker(level B) $42.46 7A 31 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-45 uri County Trade Job Classification Wage Holiday Overtime Notes Hazardous Waste King Laborers Worker(level C) $41.69 7A 31 King Laborers High Scaler $42.99 7A 31 King Laborers Jackhammer $42.46 7A 31 King Laborers Laserbeam Operator $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 31 Manhole Builder- King Laborers mudman $42.46 7A 31 King Laborers Material Yard Person $41.69 7A 31 Motorman-dinky King Laborers Locomotive $42.46 7A 31 Nozzleman (concrete Pump,Green Cutter When Using Combination Of High Pressure Air&Water On Concrete& Rock, Sandblast, Gunite, King Laborers Shotcrete,Water Bla $42.46 7A 31 King Laborers Pavement Breaker $42.46 7A 31 King Laborers Pilot Car $35.34 7A 31 King Laborers Pipe Layer Lead $42.99 7A 31 King Laborers Pipe Layer/tailor $42.46 7A 31 King Laborers Pipe Pot Tender $42.46 7A 31 King Laborers Pipe Reliner $42.46 7A 31 King Laborers Pipe Wrapper $42.46 7A 31 King Laborers Pot Tender $41.69 7A 31 King Laborers Powderman $42.99 7A 31 uo King Laborers Powderman's Helper $41.69 7A 31 King Laborers Power Jacks $42.46 7A 31 Railroad Spike Puller- ai> King Laborers Power $42.46 7A 31 King Laborers Raker-Asphalt $42.99 7A 31 King Laborers Re-timberman $42.99 7A 31 mi Remote Equipment King Laborers Operator $42.46 7A 31 King Laborers Rigger/signal Person $42.46 7A 31 dd King Laborers Rip Rap Person $41.69 7A 31 King Laborers Rivet Buster $42.46 7A 31 King Laborers Rodder $42.46 7A 31 King Laborers Scaffold Erector $41.69 7A 31 King Laborers Scale Person $41.69 7A 31 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-46 r. County Trade Job Classification Wage Holiday Overtime Notes King Laborers Sloper(over 20)" $42.46 7A 31 King Laborers Sloper Sprayer $41.69 7A 31 King Laborers Spreader(concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Piler $41.69 7A 31 Tamper&Similar .. Electric,Air&Gas King Laborers Operated Tools $42.46 7A 31 Tamper(multiple &Self- King Laborers propelled) $42.46 7A 31 Timber Person-Sewer (lagger, Shorer& do King Laborers Cribber) $42.46 7A 31 Toolroom Person (at King Laborers Jobsite) $41.69 7A 31 ars King Laborers Topper $41.69 7A 31 King Laborers Track Laborer $41.69 7A 31 King Laborers Track Liner(power) $42.46 7A 31 to King Laborers Traffic Control Laborer $37.79 7A 31 8R Traffic Control King Laborers Supervisor $37.79 7A 31 811 ift King Laborers Truck Spotter $41.69 7A 31 King Laborers Tugger Operator $42.46 7A 31 Tunnel Work- Compressed Air Worker King Laborers 0-30 psi $60.06 7A 31 8Q Tunnel Work- Compressed Air Worker King Laborers 30.01-44.00 psi $65.09 7A 31 8Q Tunnel Work- Compressed Air Worker King Laborers 44.01-54.00 psi $68.77 7A 31 8Q Tunnel Work- Compressed Air Worker King Laborers 54.01-60.00 psi $74.47 7A 31 8Q Tunnel Work- Compressed Air Worker King Laborers 60.01-64.00 psi $76.59 7A 31 8Q Tunnel Work- Compressed Air Worker King Laborers 64.01-68.00 psi $81.69 7A 31 8Q Tunnel Work- Compressed Air Worker rr King Laborers 68.01-70.00 psi $83.59 7A 31 8Q Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-47 No Will County Trade Job Classification Wage Holiday Overtime Notes Tunnel Work- 99 Compressed Air Worker King Laborers 70.01-72.00 psi $85.59 7A 31 8Q Tunnel Work- Compressed Air Worker King Laborers 72.01-74.00 psi $87.59 7A 31 8Q Tunnel Work-Guage and King Laborers Lock Tender $43.09 7A 31 8Q King Laborers Tunnel Work-Miner $43.09 7A 31 8Q King Laborers Vibrator $42.46 7A 31 King Laborers Vinyl Seamer $41.69 7A 31 King Laborers Watchman $32.12 7A 31 King Laborers Welder $42.46 7A 31 VA King Laborers Well Point Laborer $42.46 7A 31 Window King Laborers Washer/cleaner $32.12 7A 31 Laborers-Underground Sewer& General Laborer& King Water Topman $41.69 7A 31 Laborers -Underground Sewer& King Water Pipe Layer $42.46 7A 31 Irrigation Or Lawn King Landscape Construction Sprinkler Installers $13.56 1 Landscape Equipment Operators Or Truck King Landscape Construction Drivers $28.17 1 Landscaping or Planting King Landscape Construction Laborers $17.87 1 King Lathers Journey Level $50.82 5D 1H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 do King Millwright Journey Level $51.92 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 Equipment King Modular Buildings Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 mil Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 16 Wages-48 e.r County Trade Job Classification Wage Holiday Overtime Notes r King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $51.07 5D 1M +.n King Plasterers Journey Level $49.29 7Q 111 Playground & Park Equipment King Installers Journey Level $9.32 1 ,re King Plumbers& Pipefitters Journey Level $73.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P King Power Equipment Operators Barrier Machine(zipper) $53.00 7A 3C 8P Batch Plant Operator, King Power Equipment Operators Concrete $53.00 7A 3C 8P King Power Equipment Operators Bobcat $50.22 7A 3C 8P Brokk-Remote King Power Equipment Operators Demolition Equipment $50.22 7A 3C 8P King Power Equipment Operators Brooms $50.22 7A 3C 8P King Power Equipment Operators Bump Cutter $53.00 7A 3C 8P King Power Equipment Operators Cableways $53.49 7A 3C 8P King Power Equipment Operators Chipper $53.00 7A 3C 8P King Power Equipment Operators Compressor $50.22 7A 3C 8P Concrete Pump:Truck Mount With Boom King Power Equipment Operators Attachment Over 42 M $53.49 7A 3C 8P Concrete Finish King Power Equipment Operators Machine-laser Screed $50.22 7A 3C 8P Concrete Pump- Mounted Or Trailer High r Pressure Line Pump, King Power Equipment Operators Pump High Pressure. $52.58 7A 3C 8P Concrete Pump:Truck Mount With Boom King Power Equipment Operators Attachment Up To 42m $53.00 7A 3C 8P King Power Equipment Operators Conveyors $52.58 7A 3C 8P wo Cranes: 20 Tons Through 44 Tons With King Power Equipment Operators Attachments $53.00 7A 3C 8P Cranes: 100 Tons Through 199 Tons,Or 150'Of Boom (Including King Power Equipment Operators Jib With Attachments) $54.04 7A 3C 8P Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With w King Power Equipment Operators Attachments) $54.61 7A 3C 813 Renton Municipal Airport Bid Set r Runway Blast Wall Replacement June 2014 Wages-49 �r. County Trade Job Classification Wage Holiday Overtime Notes Cranes:45 Tons 46 Through 99 Tons, Under 150' Of Boom (including King Power Equipment Operators Jib With Attachments) $53.49 7A 3C 8P Cranes:A-frame- 10 King Power Equipment Operators Tons And Under $50.22 7A 3C 8P Cranes: Friction 100 King Power Equipment Operators Tons Through 199 Tons $54.61 7A 3C 8P Cranes: Friction Over King Power Equipment Operators 200 Tons $55.17 7A 3C 8P Cranes:Over 300 Tons Or 300'Of Boom (including Jib With King Power Equipment Operators Attachments) $55.17 7A 3C 8P Cranes:Through 19 Tons With Attachments King Power Equipment Operators A-frame Over 10 Tons $52.58 7A 3C 8P King Power Equipment Operators Crusher $53.00 7A 3C 8P Deck Engineer/deck King Power Equipment Operators Winches (power) $53.00 7A 3C 8P do Derricks,On Building King Power Equipment Operators Work $53.49 7A 3C 8P King Power Equipment Operators Dozers D-9& Under $52.58 7A 3C 8P Drill Oilers:Auger Type, King Power Equipment Operators Truck Or Crane Mount $52.58 7A 3C 813 King Power Equipment Operators Drilling Machine $53.00 7A 3C 8P Elevator And Man-lift: Permanent And Shaft King Power Equipment Operators Type $50.22 7A 3C 8P Finishing Machine, Bidwell And Gamaco & King Power Equipment Operators Similar Equipment $53.00 7A 3C 8P Forklift: 3000 Lbs And King Power Equipment Operators Over With Attachments $52.58 7A 3C 8P Forklifts: Under 3000 King Power Equipment Operators Lbs. With Attachments $50.22 7A 3C 8P Grade Engineer: Using Blue Prints, Cut Sheets, King Power Equipment Operators Etc $53.00 7A 3C 8P od King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P Hard Tail End Dump Articulating Off-Road Equipment 45 Yards. & King Power Equipment Operators Over $53.49 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-50 a* am County Trade Job Classification Wage Holiday Overtime Notes Aw Hard Tail End Dump Articulating Off-road Equipment Under 45 w King Power Equipment Operators Yards $53.00 7A 3C 8P Horizontal/directional King Power Equipment Operators Drill Locator $52.58 7A 3C 8P Horizontal/directional rrr King Power Equipment Operators Drill Operator $53.00 7A 3C 8P Hydralifts/boom Trucks King Power Equipment Operators Over 10 Tons $52.58 7A 3C 8P Hydralifts/boom Trucks, King Power Equipment Operators 10 Tons And Under $50.22 7A 3C 8P Loader, Overhead 8 +� King Power Equipment Operators Yards. &Over $54.04 7A 3C 8P Loader, Overhead, 6 Yards. But Not Including ri King Power Equipment Operators 8 Yards $53.49 7A 3C 8P Loaders,Overhead King Power Equipment Operators Under 6 Yards $53.00 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P Loaders: Elevating Type King Power Equipment Operators Belt $52.58 7A 3C 8P srr King Power Equipment Operators Locomotives,All $53.00 7A 3C 8P Material Transfer King Power Equipment Operators Device $53.00 7A 3C 8P Mechanics,All (leadmen -$0.50 Per Hour Over King Power Equipment Operators Mechanic) $54.04 7A 3C 8P Motor Patrol Grader- King Power Equipment Operators Non-finishing $52.58 7A 3C 8P Motor Patrol Graders, rrr King Power Equipment Operators Finishing $53.49 7A 3C 8P Mucking Machine, Mole,Tunnel Drill, Boring, Road Header '-` King Power Equipment Operators And/or Shield $53.49 7A 3C 8P Oil Distributors, Blower Distribution & Mulch King Power Equipment Operators Seeding Operator $50.22 7A 3C 8P Outside Hoists (elevators And srr Manlifts),Air King Power Equipment Operators Tuggers,strato $52.58 7A 3C 8P Overhead, Bridge Type King Power Equipment Operators Crane: 20 Tons Through $53.00 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-51 r County Trade Job Classification Wage Holiday Overtime Notes 44 Tons Overhead, Bridge Type: King Power Equipment Operators 100 Tons And Over $54.04 7A 3C 8P Overhead, Bridge Type: 45 Tons Through 99 King Power Equipment Operators Tons $53.49 7A 3C 8P 66 King Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P Pile Driver(other Than King Power Equipment Operators Crane Mount) $53.00 7A 3C 8P Plant Oiler-Asphalt, King Power Equipment Operators Crusher $52.58 7A 3C 8P Posthole Digger, King Power Equipment Operators Mechanical $50.22 7A 3C 8P IN King Power Equipment Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operators Pumps-Water $50.22 7A 3C 8P Quad 9, Hd 41, D10 And King Power Equipment Operators Over $53.49 7A 3C 8P Quick Tower-No Cab, Under 100 Feet In King Power Equipment Operators Height Based To Boom $50.22 7A 3C 8P Remote Control Operator On Rubber W Tired Earth Moving King Power Equipment Operators Equipment $53.49 7A 3C 8P King Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P ► King Power Equipment Operators Rollagon $53.49 7A 3C 8P Roller, Other Than Plant King Power Equipment Operators Mix $50.22 7A 3C 8P ad Roller, Plant Mix Or King Power Equipment Operators Multi-lift Materials $52.58 7A 3C 8P King Power Equipment Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws-Concrete $52.58 7A 3C 8P Scraper,Self Propelled King Power Equipment Operators Under 45 Yards $53.00 7A 3C 8P 16 Scrapers-Concrete& King Power Equipment Operators Carry All $52.58 7A 3C 8P Scrapers,Self-propelled: irr King Power Equipment Operators 45 Yards And Over $53.49 7A 3C 8P Service Engineers- King Power Equipment Operators Equipment $52.58 7A 3C 8P Shotcrete/gunite King Power Equipment Operators Equipment $50.22 7A 3C 8P i Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-52 rti County Trade Job Classification Wage Holiday Overtime Notes r. Shovel, Excavator, Backhoe,Tractors King Power Equipment Operators Under 15 Metric Tons. $52.58 7A 3C 8P Shovel, Excavator, r Backhoe: Over 30 Metric Tons To 50 King Power Equipment Operators Metric Tons $53.49 7A 3C 8P dr Shovel, Excavator, Backhoes,Tractors: 15 King Power Equipment Operators To 30 Metric Tons $53.00 7A 3C 8P Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 rr King Power Equipment Operators Metric Tons $54.04 7A 3C 8P Shovel, Excavator, Backhoes: Over 90 w King Power Equipment Operators Metric Tons $54.61 7A 3C 8P King Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Spreader,Topsider& tirr King Power Equipment Operators Screedman $53.49 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P irr Tower Crane Over 175'in Height, Base To King Power Equipment Operators Boom $54.61 7A 3C 8P Tower Crane Up To 175' King Power Equipment Operators In Height Base To Boom $54.04 7A 3C 8P Transporters,All Track King Power Equipment Operators Or Truck Type $53.49 7A 3C 8P King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Truck Crane Oiler/driver w King Power Equipment Operators -100 Tons And Over $53.00 7A 3C 8P Truck Crane Oiler/driver King Power Equipment Operators Under 100 Tons $52.58 7A 3C 8P Truck Mount Portable King Power Equipment Operators Conveyor $53.00 7A 3C 8P King Power Equipment Operators Welder $53.49 7A 3C 8P ari Wheel Tractors, Farmall King Power Equipment Operators Type $50.22 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Asphalt Plant Operators $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Assistant Engineer $50.22 7A 3C 8P �r King Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Renton Municipal Airport Bid Set wr Runway Blast Wall Replacement June 2014 Wages-53 rr County Trade Job Classification Wage Holiday Overtime Notes Underground Sewer&Water Power Equipment Operators- Batch Plant Operator, King Underground Sewer&Water Concrete $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Bobcat $50.22 7A 3C 8P Power Equipment Operators- Brokk-Remote King Underground Sewer&Water Demolition Equipment $50.22 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Brooms $50.22 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Bump Cutter $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Cableways $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Chipper $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Compressor $50.22 7A 3C 8P will Concrete Pump:Truck Power Equipment Operators- Mount With Boom King Underground Sewer&Water Attachment Over 42 M $53.49 7A 3C 8P Power Equipment Operators- Concrete Finish King Underground Sewer&Water Machine-laser Screed $50.22 7A 3C 8P Concrete Pump- i Mounted Or Trailer High Power Equipment Operators- Pressure Line Pump, King Underground Sewer&Water Pump High Pressure. $52.58 7A 3C 8P Concrete Pump:Truck Power Equipment Operators- Mount With Boom King Underground Sewer&Water Attachment Up To 42m $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Conveyors $52.58 7A 3C 8P Cranes: 20 Tons Power Equipment Operators- Through 44 Tons With King Underground Sewer&Water Attachments $53.00 7A 3C 8P Cranes: 100 Tons Through 199 Tons, Or Power Equipment Operators- 150'Of Boom (Including King Underground Sewer&Water Jib With Attachments) $54.04 7A 3C 8P Cranes: 200 Tons To 300 irr Tons, Or 250' Of Boom Power Equipment Operators- (including Jib With King Underground Sewer&Water Attachments) $54.61 7A 3C 8P Cranes:45 Tons Power Equipment Operators- Through 99 Tons, Under King Underground Sewer&Water 150'Of Boom (including $53.49 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-54 +rr. r� County Trade Job Classification Wage Holiday Overtime Notes r Jib With Attachments) Power Equipment Operators- Cranes:A-frame- 10 King Underground Sewer&Water Tons And Under $50.22 7A 3C 8P Power Equipment Operators- Cranes: Friction 100 King Underground Sewer&Water Tons Through 199 Tons $54.61 7A 3C 8P Power Equipment Operators- Cranes: Friction Over rrr King Underground Sewer&Water 200 Tons $55.17 7A 3C 8P Cranes:Over 300 Tons Or 300'Of Boom Power Equipment Operators- (including Jib With King Underground Sewer&Water Attachments) $55.17 7A 3C 8P Cranes:Through 19 Power Equipment Operators- Tons With Attachments King Underground Sewer&Water A-frame Over 10 Tons $52.58 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Crusher $53.00 7A 3C 8P Power Equipment Operators- Deck Engineer/deck King Underground Sewer&Water Winches (power) $53.00 7A 3C 8P trr Power Equipment Operators- Derricks, On Building King Underground Sewer&Water Work $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Dozers D-9& Under $52.58 7A 3C 8P Power Equipment Operators- Drill Oilers:Auger Type, King Underground Sewer&Water Truck Or Crane Mount $52.58 7A 3C 8P rr Power Equipment Operators- King Underground Sewer&Water Drilling Machine $53.00 7A 3C 8P Elevator And Man-lift: wr Power Equipment Operators- Permanent And Shaft King Underground Sewer&Water Type $50.22 7A 3C 8P Finishing Machine, y. Power Equipment Operators- Bidwell And Gamaco& King Underground Sewer&Water Similar Equipment $53.00 7A 3C 8P Power Equipment Operators- Forklift: 3000 Lbs And King Underground Sewer&Water Over With Attachments $52.58 7A 3C 8P Power Equipment Operators- Forklifts: Under 3000 King Underground Sewer&Water Lbs. With Attachments $50.22 7A 3C 8P Grade Engineer: Using Power Equipment Operators- Blue Prints,Cut Sheets, King Underground Sewer&Water Etc $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Gradechecker/stakeman $50.22 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Guardrail Punch $53.00 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-55 wir County Trade Job Classification Wage Holiday Overtime Notes Hard Tail End Dump Articulating Off-Road Power Equipment Operators- Equipment 45 Yards. & King Underground Sewer&Water Over $53.49 7A 3C 8P Hard Tail End Dump Articulating Off-road Power Equipment Operators- Equipment Under 45 King Underground Sewer&Water Yards $53.00 7A 3C 8P Power Equipment Operators- Horizontal/directional King Underground Sewer&Water Drill Locator $52.58 7A 3C 8P Power Equipment Operators- Horizontal/directional King Underground Sewer&Water Drill Operator $53.00 7A 3C 8P Power Equipment Operators- Hydralifts/boom Trucks King Underground Sewer&Water Over 10 Tons $52.58 7A 3C 8P at Power Equipment Operators- Hydralifts/boom Trucks, King Underground Sewer&Water 10 Tons And Under $50.22 7A 3C 8P Power Equipment Operators- Loader, Overhead 8 King Underground Sewer&Water Yards. &Over $54.04 7A 3C 8P Loader, Overhead, 6 Power Equipment Operators- Yards. But Not Including King Underground Sewer&Water 8 Yards $53.49 7A 3C 8P Power Equipment Operators- Loaders, Overhead King Underground Sewer&Water Under 6 Yards $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Loaders, Plant Feed $53.00 7A 3C 8P Power Equipment Operators- Loaders: Elevating Type King Underground Sewer&Water Belt $52.58 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Locomotives,All $53.00 7A 3C 8P Power Equipment Operators- Material Transfer King Underground Sewer&Water Device $53.00 7A 3C 8P Mechanics, All (leadmen Power Equipment Operators- -$0.50 Per Hour Over King Underground Sewer&Water Mechanic) $54.04 7A 3C 8P Power Equipment Operators- Motor Patrol Grader- King Underground Sewer&Water Non-finishing $52.58 7A 3C 8P Power Equipment Operators- Motor Patrol Graders, King Underground Sewer&Water Finishing $53.49 7A 3C 8P Mucking Machine, Mole,Tunnel Drill, Power Equipment Operators- Boring, Road Header King Underground Sewer&Water And/or Shield $53.49 7A 3C 8P Oil Distributors, Blower Power Equipment Operators- Distribution & Mulch King Underground Sewer&Water Seeding Operator $50.22 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-56 NIS County Trade Job Classification Wage Holiday Overtime Notes Outside Hoists (elevators And Power Equipment Operators- Manlifts), Air King Underground Sewer&Water Tuggers,strato $52.58 7A 3C 8P rr Overhead, Bridge Type Power Equipment Operators- Crane: 20 Tons Through King Underground Sewer&Water 44 Tons $53.00 7A 3C 8P �r Power Equipment Operators- Overhead, Bridge Type: King Underground Sewer&Water 100 Tons And Over $54.04 7A 3C 8P Overhead, Bridge Type: Power Equipment Operators- 45 Tons Through 99 King Underground Sewer&Water Tons $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Pavement Breaker $50.22 7A 3C 8P Power Equipment Operators- Pile Driver(other Than King Underground Sewer&Water Crane Mount) $53.00 7A 3C 8P Power Equipment Operators- Plant Oiler-Asphalt, King Underground Sewer&Water Crusher $52.58 7A 3C 8P Power Equipment Operators- Posthole Digger, King Underground Sewer&Water Mechanical $50.22 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Power Plant $50.22 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Pumps-Water $50.22 7A 3C 8P Power Equipment Operators- Quad 9, Hd 41, D10 And King Underground Sewer&Water Over $53.49 7A 3C 8P Quick Tower-No Cab, Power Equipment Operators- Under 100 Feet In King Underground Sewer&Water Height Based To Boom $50.22 7A 3C 8P Remote Control Operator On Rubber Power Equipment Operators- Tired Earth Moving King Underground Sewer&Water Equipment $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Rigger And Bellman $50.22 7A 3C 8P rrr Power Equipment Operators- King Underground Sewer&Water Rollagon $53.49 7A 3C 8P Power Equipment Operators- Roller, Other Than Plant wr King Underground Sewer&Water Mix $50.22 7A 3C 8P Power Equipment Operators- Roller, Plant Mix Or King Underground Sewer&Water Multi-lift Materials $52.58 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Roto-mill, Roto-grinder $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Saws-Concrete $52.58 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-57 rw rr County Trade Job Classification Wage Holiday Overtime Notes Power Equipment Operators- Scraper,Self Propelled King Underground Sewer&Water Under 45 Yards $53.00 7A 3C 8P Power Equipment Operators- Scrapers-Concrete& King Underground Sewer&Water Carry All $52.58 7A 3C 8P Power Equipment Operators- Scrapers,Self-propelled: King Underground Sewer&Water 45 Yards And Over $53.49 7A 3C 8P Power Equipment Operators- Service Engineers- King Underground Sewer&Water Equipment $52.58 7A 3C 8P Power Equipment Operators- Shotcrete/gunite King Underground Sewer&Water Equipment $50.22 7A 3C 8P Shovel, Excavator, 1W Power Equipment Operators- Backhoe,Tractors King Underground Sewer&Water Under 15 Metric Tons. $52.58 7A 3C 8P Shovel, Excavator, Backhoe:Over 30 Power Equipment Operators- Metric Tons To 50 King Underground Sewer&Water Metric Tons $53.49 7A 3C 8P Shovel, Excavator, Power Equipment Operators- Backhoes,Tractors: 15 King Underground Sewer&Water To 30 Metric Tons $53.00 7A 3C 8P Shovel, Excavator, Backhoes: Over 50 Power Equipment Operators- Metric Tons To 90 King Underground Sewer&Water Metric Tons $54.04 7A 3C 8P Shovel, Excavator, Power Equipment Operators- Backhoes:Over 90 King Underground Sewer&Water Metric Tons $54.61 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Slipform Pavers $53.49 7A 3C 8P Power Equipment Operators- Spreader,Topsider& King Underground Sewer&Water Screedman $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Subgrader Trimmer $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Tower Bucket Elevators $52.58 7A 3C 8P Tower Crane Over iW Power Equipment Operators- 175'in Height, Base To King Underground Sewer&Water Boom $54.61 7A 3C 8P Power Equipment Operators- Tower Crane Up To 175' King Underground Sewer&Water In Height Base To Boom $54.04 7A 3C 8P Power Equipment Operators- Transporters,All Track King Underground Sewer&Water Or Truck Type $53.49 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Trenching Machines $52.58 7A 3C 8P King Power Equipment Operators- Truck Crane Oiler/driver $53.00 7A 3C 8P Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-58 it County Trade Job Classification Wage Holiday Overtime Notes Underground Sewer&Water - 100 Tons And Over Power Equipment Operators- Truck Crane Oiler/driver King Underground Sewer&Water Under 100 Tons $52.58 7A 3C 8P Power Equipment Operators- Truck Mount Portable King Underground Sewer&Water Conveyor $53.00 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Welder $53.49 7A 3C 8P Power Equipment Operators- Wheel Tractors, Farmall King Underground Sewer&Water Type $50.22 7A 3C 8P Power Equipment Operators- King Underground Sewer&Water Yo Yo Pay Dozer $53.00 7A 3C 8P King Power Line Clearance Tree Trimmers Journey Level In Charge $44.86 5A 4A King Power Line Clearance Tree Trimmers Spray Person $42.58 5A 4A +rr Tree Equipment King Power Line Clearance Tree Trimmers Operator $44.86 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $40.08 5A 4A �w Tree Trimmer King Power Line Clearance Tree Trimmers Groundperson $30.20 5A 4A Refrigeration &Air Conditioning King Mechanics Journey Level $72.46 6Z 1G King Residential Brick Mason Journey Level $50.12 5A 1M King Residential Carpenters Journey Level $28.20 1 wr King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywall Tapers Journey Level $50.87 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 aw King Residential Painters Journey Level $24.46 1 King Residential Plumbers& Pipefitters Journey Level $34.69 1 Residential Refrigeration &Air wr King Conditioning Mechanics Journey Level $72.46 6Z 1G Journey Level (Field or King Residential Sheet Metal Workers Shop) $41.84 7F 1R w. King Residential Soft Floor Layers Journey Level $42.15 5A 3D Residential Sprinkler Fitters (Fire King Protection) Journey Level $42.48 5C 2R mr King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $21.46 1 +• King Residential Tile Setters Journey Level $25.17 1 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-59 dw IN County Trade Job Classification Wage Holiday Overtime Notes King Roofers Journey Level $44.71 5A 3H Using Irritable King Roofers Bituminous Materials $47.71 5A 3H Journey Level (Field or King Sheet Metal Workers Shop) $69.37 7F 1E King Shipbuilding&Ship Repair Boilermaker $40.12 7M 1H King Shipbuilding&Ship Repair Carpenter $38.24 70 3B King Shipbuilding&Ship Repair Electrician $37.80 70 3B King Shipbuilding&Ship Repair Heat& Frost Insulator $58.93 5.1 1S King Shipbuilding&Ship Repair Laborer $36.78 70 3B King Shipbuilding&Ship Repair Machinist $37.81 70 3B King Shipbuilding&Ship Repair Operator $40.15 70 3B King Shipbuilding&Ship Repair Painter $37.79 70 3B r King Shipbuilding&Ship Repair Pipefitter $37.77 70 3B King Shipbuilding&Ship Repair Rigger $37.74 70 3B King Shipbuilding&Ship Repair Sandblaster $36.78 70 3B King Shipbuilding&Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding&Ship Repair Shipfitter $37.74 70 3B King Shipbuilding&Ship Repair Trucker $37.59 70 3B King Shipbuilding&Ship Repair Warehouse $37.64 70 3B King Shipbuilding&Ship Repair Welder/Burner $37.74 70 36 rrr King Sign Makers & Installers (Electrical) Sign Installer $22.92 1 King Sign Makers& Installers (Electrical) Sign Maker $21.36 1 Sign Makers & Installers (Non- King Electrical) Sign Installer $27.28 1 Sign Makers& Installers (Non- King Electrical) Sign Maker $33.25 1 King Soft Floor Layers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $69.59 5C 1X Stage Rigging Mechanics (Non King Structural) Journey Level $13.23 1 King Stone Masons Journey Level $50.12 5A 1M Street And Parking Lot Sweeper King Workers Journey Level $19.09 1 Assistant Construction King Surveyors Site Surveyor $52.58 7A 3C 8P so King Surveyors Chainman $52.06 7A 3C 8P Construction Site King Surveyors Surveyor $53.49 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $36.01 5A 2B Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-60 err County Trade Job Classification Wage Holiday Overtime Notes Outside Telephone Line Construction - Hole Digger/Ground King Outside Person $20.05 5A 26 Telephone Line Construction - King Outside Installer(Repairer) $34.50 5A 213 Telephone Line Construction - Special Aparatus King Outside Installer 1 $36.01 5A 213 Telephone Line Construction - Special Apparatus King Outside Installer II $35.27 5A 26 Telephone Line Construction - Telephone Equipment King Outside Operator(Heavy) $36.01 5A 2B Telephone Line Construction - Telephone Equipment King Outside Operator(Light) $33.47 5A 213 Telephone Line Construction - King Outside Telephone Lineperson $33.47 5A 26 Telephone Line Construction - Television ++� King Outside Groundperson $19.04 5A 213 Telephone Line Construction - Television King Outside Lineperson/Installer $25.27 5A 213 +rr Telephone Line Construction - Television System King Outside Technician $30.20 5A 26 Telephone Line Construction - r�► King Outside Television Technician $27.09 5A 213 Telephone Line Construction - King Outside Tree Trimmer $33.47 5A 213 King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble &Terrazzo Finishers Finisher $37.79 5A 113 rr King Traffic Control Stripers Journey Level $42.33 7A 1K Asphalt Mix Over 16 Yards (W. WA-Joint King Truck Drivers Council 28) $48.87 5D 3A 8L Asphalt Mix To 16 Yards (W. WA-Joint Council King Truck Drivers 28) $48.03 5D 3A 8L King Truck Drivers Dump Truck&Trailer $48.87 5D 3A 8L Dump Truck(W. WA- King Truck Drivers Joint Council 28) $48.03 5D 3A 8L Other Trucks (W.WA- King Truck Drivers Joint Council 28) $48.87 5D 3A 8L wr King Truck Drivers Transit Mixer $43.23 1 Well Drillers & Irrigation Pump King Installers Irrigation Pump Installer $17.71 1 Well Drillers& Irrigation Pump King Installers Oiler $12.97 1 Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-61 qtr `rr County Trade Job Classification Wage Holiday Overtime Notes Well Drillers & Irrigation Pump �r King Installers Well Driller $18.00 1 of r1i Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Wages-62 Department of Labor and Industries STA rE o� Prevailing Wage 04 STATEMENT OF INTENT TO (360)902-5335 w www.lni.wa.p_ov/TradesLicensing/PrevWage PAY PREVAILING WAGES ■r • 1889 Public Works Contract This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. alr • Once approved,your form will be posted online at Intent ID#(Assigned by L&I) https:Hfortress.wa.gov/lni/pwigpub/SearchFor.asl2 Your`, ttttiNitfiCu t: Awariling,A el►e xt►#orttm#it►n Your Company Name Project Name Contract Number Your Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed Ir11 Aaldi nae Deet s Con Imet Detaiiis Your Expected Job Start Date(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract(including sales tax)or indicate time and materials,if applicable. ❑ T&M A11:13A1'!.Fitntls Weatherizatlni err tlelettt ltttnds-: Wr Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No �0161nne contractsr"s Collhimy Informtion Hiring; conte nt tbr'�-�t>m an Ittf6rmatlott rte Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Company's Contractor Registration Number Hiring Contractors UBI Number Rmill Io t Information' Do you intend to use ANY subcontractors? ❑Yes ❑No Will employees perform work on this project? ❑Yes ❑No Will ALL work be subcontracted? ❑Yes ❑No Do you intend to use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who will perform work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑Three(3) Crafts/Trades/Occupations—(Do not list apprentices. They are listed on the Affidavit of Wages Paid Rate of Hourly Workers only.)If an employee works in more than one trade,ensure that all hours worked in each trade are reported Numbers Pa Rate of Hourly Usual("Fringe") below. For additional crafts/trades/occu ations lease use Addendum A. y Benefits 111 Tr1f1 9100tore NOW - I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda,are correct and that all workers I employ on this toPublic Works Project will be paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Si nature: Date: ir10 Approved by signature of the Department of Labor and Industries Industrial Statistician irrr NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04.370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this Intent. F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries STAPy�o Prevailing Wage 0 STATEMENT OF INTENT TO (360)902-5335 � wwwPAY PREVAILING WAGES " www.Ini.wa.g_ov/TradesLicensine/PrevWag_e ,� oy" a t • This form must be typed or printed in ink. 18" Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at Intent ID#(Assigned by L&I) httl2s:Hfortress.wa.gov/lni/pwiapub/SearchFor.asp Your Company taformation Awarding Agency InformaMm Your Company Name Project Name Contract Number Your Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed Additional DetailsUdd/yyyy) Contract DetaHs Your Expected Job Start Bid Due Date(Prime or's) Award Date(Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract(including 66 sales tax)or indicate time and materials,if applicable. $ ❑T&M ARRA Funds Weatherlaation or Energy Eff1ctcnC Fnt[ds Does this project utilize American Recovery and Reinvestment Act(ARRA)fun Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No Prime ContraeWs Company br, Hiring Contractor's Company. trot Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company N I to Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number Employment Information Do you intend to use ANY subco ❑Yes ❑No Will employees perform work on this project? ❑Yes ❑No Will ALL work be subcontracted? ❑Yes ❑No Do you intend to use apprentice employees? ❑Yes ❑No t Number of Owner/Operators who own at least 30%of the company who will perform work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑Three(3) Crafts/Trades/Occupations—(Do not list apprentices. They are listed on the Affidavit of Wages Paid Rate of Hourly Number of Rate of Hourly only.)If an employee works in more than one trade,ensure that all hours worked in each trade are reported Usual("Fringe") below. For additional crafts/trades/occupations please use Addendum A. Workers Pay Benefits Si tare Block I hereby certify that I have read and understand the instructions to complete this form. That the information,including any addendum(s),are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevai ng Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Si nature: Date: �.��\e��... \ �. a a777, Approved by the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04.370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The ERB 2805 Addendum is not submitted with this Intent. NUMBERED-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 ,rr Department of Labor&Industries INSTRUCTIONS g STaTF Prevailing Wage Program o�� py rrr P.O.Box 44540 = Q STATEMENT OF INTENT TO PAY Olympia,Washington 98504-4540yy e��°� PREVAILING WAGES Phone(360)902-5335/Fax(360)902-5300 FOR PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM rw The numbered blocks in the following instructions correspond to the numbered Statement of Intent to Pay Prevailing Wage above. In addition a completed sample form(without numbers)is included at the end of these instructions. go Your Company Information- Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: https://fortress.wa.cov/lni/bbip/Search.aspxx. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: wr https://fortress.wa.gov/dol/dolprodibpdLicenseQuery/. d) Your Industrial Insurance Account Number— You can verify this number at: httl2s:Hfortress.wa.gov/lni/c!psi/MainMenu.aspx?Messageld=200 1. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices. You can access approved forms at:https:Hfortress.wa. og vAni/pwiapub/SearchFor.asp. No notice of approval will be mailed. to fl Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract. so This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. a* c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address, City,State and Zip+4 for the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the to Prime Contractor communicates with at the Awarding Agency. f) County Where Work Will Be Performed—Enter the name of the county where the work will be performed. If the work will be performed in multiple counties,include the names of all counties where work will be no performed. g) City Where Work Will Be Performed—Enter the name of the city where the work will be performed. If the work will be performed outside the limits of any city,or in multiple cities,include the name of the nearest city. *a M Additional Details a) Your Expected Job Start Date—This is the date that you expect to begin work on the project. b) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. +rr Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 +1� Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project(mm/dd/yyyy). rr1 • What if my contract was not bid?—If the contract you will be working under was not required to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the awarding agency awarded the contract to the Prime Contractor (mm/dd/yyyy)• c) Indicate the Total Dollar Amount of Your Contract—Enter the dollar amount of your contract, including the applicable sales tax. If this is a"time and materials"contract,please indicate this by checking the box next to"T&M." ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? �Q Prime Contractor's Company Information—Enter the information about the contractor who has the direct y, contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. (01 b) Prime Contractor's Intent ID Number—Enter the Prime Contractor's Approved Intent ID Number. c) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at:https:Hfortress.wa.izov/lnilbbip/Search.aspx. d) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at:https:Hfortress.wa.gov/dol/dolprod/bpdLicenseQuefy . Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the company name of the contractor who hired or contracted with your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at: https://fortress.wa.gov/lni/bbip/Search.aspx. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuery(. Employment Information—Enter information about the individuals who will perform work on this project: a) Do you intend to use subcontractors?—If PART of the work will be performed by subcontractors you will hire,check the"Yes"box. b) Will employees perform work on this project?-If employees,including apprentices,will perform any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. Do not list the actual apprentice,just the craft/trade/occupation the apprentice will be working in. Also,please note the information regarding apprentices in"d"below. If you choose"No"and this chances later,you certify that you will submit a new Intent form listing workers. c) Will All work be subcontracted?—If ALL work will be performed by subcontractors,check the "Yes"box. d) Do you intend to use apprentice employees?—If you plan to employ apprentices on this project please be aware: o Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. o Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 trr o You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. o To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number of Owners/Operators who own at least 30% of the company who will perform work on this project—Indicate the number of Owners/Operator(s)who will perform work on this project.If no 30%+Owners/Operators will perform work on the project,check the box"None". Crafts/Trades/Occupations—List each craft/trade/occupation of all workers you plan to employ on this project. M ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators will work on this project,and you also indicated above that no employees will perform work on the project,or ALL work will be subcontracted,then you do w1I1 not need to fill in this section. (Individuals who own less than 30%of the company are not considered to be Owners/Operators,and must be listed as employees and paid the correct prevailing rate of wage.) Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. rrr Residential Construction—If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project/work contracted for meets the definition of residential construction? 2. Please indicate the type of structure(e.g.single-family dwelling,duplex,apartment, No condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for?-Answer"yes"or"no"to each of the following options: f�11 a. Permanent residence only? b. Rehabilitation house? �1r1 c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 11ri 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? wr 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction—If you are using"Landscape Construction"or any of the sub-classifications �r within Landscape Construction(e.g.,Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,or Landscape Equipment Operators or Truck Drivers)you must provide information on Addendum C regarding the following aspects of the work in order for L&I to determine if you are 1rr1 appropriately applying Landscape Construction rates: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of Work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. irr a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project—the tasks you performed,equipment used, and tools used.Please provide as much detail as you can. ON Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 11111 c. If the project involves installing an irrigation system,trenching,installing French drains or other subsurface water collection systems,or spreading top soil or mulch, please tell us the relevant depths. 2. If Operating Engineers and/or Truck Drivers will be used in addition to Landscape VA Construction,describe the type of equipment used,and list the size or rated capacity of the equipment. Number of Workers—Enter the number of journey-level workers you plan to employ on this project for that craft/trade/occupation. �=a Rate of Hourly Pay—Enter the rate of hourly pay as defined by RCW 39.12.010,that you will actually pay the worker(s)for that craft/trade/occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly Usual("fringe")Benefits for that craft/trade/occupation. This is the cost of usual benefits,as defined by RCW 39.12.010,that you will actually pay the worker(s). The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form, use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks W performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: https://fortress.wa.j!ov/lni/Dwiapub/SearchFor.asp(No notice of approval will be mailed). MA�fL�N+ :IIVSTRUC,PIt NS FtTRTH R NNF lRMATION i YO must mail he,eorrlp 0e e.,afid'st,9n d Mere h eks rt gable ta,` fh0OOVr D entof borohdidiisres rn ur h r 0)t a star"atttb ted�lith the, (lln ucuestrlfbq ' aul€1 lzlte a.sista ce 1 W 1Nc>trarnrt 5euree 10`carr pletr the farm;Pteas .call us at Deprrr�eht ofLdb�r&Mdtf$ es ail the P u[Wh9 PrevcrJrrgug Prrarrr Va a of ick dt L ianitt. V; POfaxs�4$ 5 7 a F 3 � E a lyrirr Ad A 98,50 J .. Prevailing wage rates are available on the Internet at: http://www.ini.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 to Department of Labor and Industries ���STATE of Prevailing Wage o b STATEMENT OF INTENT TO (360)902-5335 www.lni.wa.gov/TradesLicensing/PrevWa�ze oy� PAY PREVAILING WAGES • This form must be typed or printed in ink. 1889 Public Works Contract * Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required •Please allow a minimum of 10 working days for processing. t� •Once approved,your form will be posted online at Intent ID# (Assigned by L&I) https:Hfortress.wa. og v/lni/vwiapub/SearchFor.asp Your Cotmpattg tlrl° Awarding Agency Information Your Company Name Project Name Contract Number ABC Company,Inc. Road Repair 2011-01 B Your Address Awarding Agency v 1234 Main Street WA State Department of Tran Atanon tha11, tlnr City State Zip+4 Awarding Agency Address O�;' 4 Olympia WA 98501-1234 PO Box 47354t f kip C Your Contractor Registration Number Your UBI Number City State Zip+4 1111E ABCCI*0123AA 123456789 Olympia t " .WA ��'1 98501 Your Industrial Insurance Account Number Awarding cy Contact Name 4e `ber 111,111-11 John Do1di i, 5-5555 Your Email Address(required for notification of approval) Your Phone Number CountyiWhereill Be Performed y Where Work Will Be Performed prevailingwage@lni.wa.gov (555)555-5555 11;b Olympia Additional I3etaels Contract DetaBs, ' Your Expected Job Start Date(mm/dd/yyyy) 6 Bid Due Prime Co", s) li M" Award Date(Prime Contractor's) to 01/01/2011 �auti 4 8/01/201 = a 08/10/2010 Job Site Address/Directions ate al Dollar Amount our Contract(including State Street @ Plum Street (7 ] s` or time and materials,if applicable. $1000.00 11111 ARRA#aa& VPeattleritatlon ut`Frergy�Efitttstt 'a»ds Does this project utilize American Recovery and Reinvestment Act(ARRA )u Does this u[pize any weatherization or energy efficiency upgrade funds ❑Yes ®No (ARRA oro se)? ❑Yes ®No Prime Contractor's Company Ittfatt`ttlom► ; Hiring Corrtractorls Company Information: Irl Prime Contractor's Company Name Prim s Imen r tractor's Company Name XYZ Company,Inc. 12456 4111, Su avers,Inc. Prime Contractor's Registration Number Prime Contr' N's � H' ng Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN*0123AA 987654321 ,�1'�, SUPERPA123AA 321456987 rtglio�Iltent Ittfprmlatiop Do you intend to use ANY subcontracto V ❑Yes '1; dNo Will employees perform work on this project? ®Yes ❑No 60 Will ALL work be subcontracted? '.(, ` ®No Do you intend to use apprentice employees? ®Yes ❑No 7 Number of Owner/O s who own at leas ` 0 the comps' ho will perform work on the project: ❑None(0) ®One(1) F1 Two(2) El Three(3) i u Crafts/Trades/7, upations-(Do not list apps'Aces. They are listed on the Affidavit of Wages Paid only.) Rate of Hourly t111 Number of Rate of Hourly « If an employee rks in more than one trade,ens that all hours worked in each trade are reported below. Usual("Fringe") For additional U s/trades/o ease usefdum A. Workers Pay Benefits �a Laborer-Asphal " w)N 2 39.28 5.00 r1G v Power Equipment Operator-Asphalt Pt t Operator 1 48.04 2.35 Truck Driver-Asphalt Mix ds) 1 46.47 0.00 �Ir it titre IiioCtt I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda,are correct and that all workers I employ on this Public Works Project will be paid no less than the PrevailingWa a Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. IIWf Print Name: Print Title: Si nature: Date: Approved by signature of the Department of Labor and Industries Industrial Statistician ON am NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04.370 requires you to complete the ERB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this Intent. SAMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 1 Department of Labor and Industries �STATE 0 AFFIDAVIT OF WAGES PAID Prevailing Wage Program o4 (360)902-5335 Public Works Contract www.ini.wa.gov/TradesLicensing/PrevWage m� 02 $40.00 Filing Fee Required 0 yy 1889a • This form must be typed or printed in ink. Affidavit ID#(Assigned by L&I)• • Fill in ALL blanks or the form will be returned for correction(see instructions). • Please allow a minimum of 10 business days for processing. • Once approved,your form will be posted online at: https://fortress.wa. og v/lni/pwiMub/SearchFor.asp Your Compainy Information Awarding en Information Your Company Name Project NameContract Number Your Company Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed Additional Detalls Contract Details Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) Job Site Address/Directions Your Approved Intent ID# PP Indicate Total Dollar Amount of Your Contract (including sales tax). $ EHB 2805(RCW 39.04.370)—Is the Prime Contractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or contract at a cost of over one million dollars($1,000,000)? El Yes El No later you must com lete and submit the EHB 2805(RCW 39.04.370)Addendum. ARRA Faruk Weatherization or knergy,Efficient Pumis Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No Prime Contractor's Company hdorrnation Mflug Contractor's C00414MY Inf+►rtnation ill i Prime Contractor's Company Name Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Employment Information Did you use ANY subcontractors? ❑Yes(Addendum B Required) ❑No Did employees perform work on this project? ❑Yes ❑No Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. "Apprentices are not recorded below.You must Benefits use Addendum D to list Apprentices. Signature Btodt t I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: . 0 0111111 APPROVED: Department of Labor and Industries By Industrial Statistician tt F700-007-000 Affidavit of Wages Paid 3-2011 _;r as Department of Labor and Industries �STA Prevailing Wage Program TEo� AFFIDAVIT OF WAGES PAID o 6 � (360)902-5335 Public Works Contract www.ini.wa.gov/TradesLicensing/PrevWalze $40.00 Filing Fee Required r 1889� • This form must be typed or printed in ink. Affidavit ID #(Assigned by L&I): • Fill in ALL blanks or the form will be returned for correction(see instructions). • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at art httl2s:Hfortress.wa. og v/lni/pwigpub/SearchFor.asp Maur Com tint tns►tiott Awarding Agency Worn"04 Your Company Name Project Name Contract Number Your Address Awarding Agency rrin City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of!=one Number County Where Work Was Performed City Where Work Was Performed rid Atlditfottal Details Contract Deta hi Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) �t Job Site Address/Directions Your Approved Intent ID# _ PP Indicate Total Dollar Amount of Your Contract (including sales tax). $ EHB 2805(RCW 39.04.370) M ime Contractor's ❑Yes ❑No If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one Lars($1,000,000)? later you must complete and submit the EHB 2805(RCW 39.04.370)Addendum. ARRA Fttiids Wea{herizadan or Emd�ent tuttds Does this project utilize American Recovery and Reinvestment Act(ARRA)fund es this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No RRA or otherwise)? ElYes ElNo rrs Prime C6ntractoes c an wo ttl , Mll, n Prime Contractor's Company Name Hiring Contractor's Company Na Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number rCrll Dm iut D►fortnatlon ` Did you use ANY subcontractors? ❑Yes(Addendum B Required) ❑No Did employees perform work on this project? ❑Yes ❑No IY� Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3) trl You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. "Apprentices are not recorded below.You must Benefits aw use Addendum D to list Apprentices. ED Illi I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: APPROVED: Department of Labor and Industries trr By Industrial Statistician Numbered Version of F700-007-000 Affidavit of Wages Paid 3-2011 ad 10 Department of Labor&Industries Prevailing Wage Program S��sTATQ INSTRUCTIONS P.O.Box 44540 so Olympia,Washington 98504-4540 �y ;? AFFIDAVIT OF WAGES PAID FOR t ieae Phone(360)902-5335/Fax(360)902-5300 PUBLIC WORKS CONTRACTS ins COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of Wages Paid above. In addition,a completed sample form(without numbers)is included at the end of these instructions. Your Company Information— Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: https:Hfortress.wa.gov/lni[bbip/Search.aspx. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuer . d) Your Industrial Insurance Account Number— You can verify this number at: https://fortress.wa.gov/lni/crl2si/MainMenu.aspx?Messageld=2001 e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices.You can access approved forms at:https:Hfortress.wa. og v/lni/pwiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract.This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City,State and Zip+4 of the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Was Performed—Enter the name of the county where the work was performed. If the work was performed in multiple counties, include the names of all counties where work was performed. g) City Where Work Was Performed—Enter the name of the city where the work was performed. If thel work was performed outside the limits of any city,or in multiple cities,include the name of the nearest city. Additional Details a) Your Job Start Date—This is the date that you began work on the project. b) Your Date Work Completed—This is the date you completed work on the project.You cannot have a date in the future. Md c) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. d) Your Approved Intent ID#—Enter the 6-digit number,assigned by L&I,from the approved Intent form filed for this project. r Instructions to F700-007-000 Affidavit of Wages Paid 12-2010 Page 3 of 5 ire s Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for air this project(mm/dd/yyyy). • What if my contract was not bid?—If the contract you are working under was not required to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the Awarding Agency awarded the contract to the Prime Contractor (mm/dd/yyyy)- c) Indicate the Total Dollar Amount of Your Contract—Enter the total amount of Your contract, rn including the applicable sales tax. You must enter the final amount of your contract. You cannot enter Time and Materials on an Affidavit of Wages Paid. EHB 2805 (RCW 39.04.370) - F700-164-000 is an addendum to your Affidavit of Wages Paid Form.RCW err 39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1,2010 and December 31,2013 if the Prime's contract is at a cost of over one million dollars($1,000,000).If you fail to properly provide the requested information more than one time between September 1,2010 and December 31,2013,pursuant to RCW 39.04.350(1)(f)you will not be considered a responsible bidder qualified to be awarded a public works project. Use as many of these forms as you need in order to provide the requested information for all relevant project items. This is an addendum to form F700-007-000. ARRA&Weatherization FundingQuestions—Enter the information regarding Q the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Prime Contractor's Company Information—Enter information about the contractor who has the direct a* �� contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at:https://fortress.wa.govAni/bbip/Search.aspx. c) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at: https:Hfortress.wa.gov/dol/dolprodlbpdLicenseQuery. dw Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the name of the contractor who hired or contracted your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at: https:Hfortress.wa.jzov/lni/bbip/Search.aspx. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseOuery/. Employment Information—Enter information about the individuals who performed work on this project: a) Did you use any subcontractors?-If PART of the work was performed by subcontractors you hired, check the"Yes"box and complete Addendum B. r b) Did employees perform work on this project?-If employees,including apprentices,performed any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. If you utilized apprentices on this project you must complete Addendum D. c) Was ALL work subcontracted?-If ALL work was performed by subcontractors,check the"Yes" box and complete Addendum B. d) Did you use apprentice employees?—If you used apprentices on this project please be aware: Instruction to F700-007-000 Affidavit of wages Paid 3-2011 !f>rY 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered 96 apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number of Owners/Operators who own at least 30% of the company who performed work on the project—Indicate the number of Owners/Operators who performed work on the project.If no 30%+ Owners/Operators performed work on the project,check the box"None". Crafts/Trades/Occupations and Apprentices—List the craft/trade/occupation of each worker,journey-level and apprentice,employed on this project. ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators worked on this project,and you also indicated above that no employees performed work on the project,and that ALL work was subcontracted,then you do not need to fill in this section. Individuals who own less than 30%of the company are not considered Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing rate of wage for the work performed. Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction-If you are using any residential classifications(e.g.Residential Carpenter, ON Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project meets the definition of residential construction? 2. Please indicate the type of structure(e.g.single-family dwelling,duplex,apartment, condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for(answer"yes"or"no"to each of the following options)?: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? I d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? ill Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 ! amt Landscape Construction-If you are using"Landscape Construction"or any of the sub-classifications within Landscape Construction(e.g.Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,Landscape Equipment Operators or Truck Drivers)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if Landscape Construction rates are being utilized appropriately: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with more information so we can verify whether the landscape construction wage rates apply to this project. w a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project—the tasks you performed,equipment e used,and tools used.Please provide as much detail as you can. c. If the project involves installing an irrigation system,trenching,installing French drains or other subsurface water collection systems,or spreading top soil or y� mulch,please tell us the relevant depths. 2. If Equipment Operators and/or Truck Drivers were used,describe the type,and list the size or rated capacity of the equipment. wr ❖ Apprentices—If you employed apprentices on this project,list each apprentice by Name,Registration Number,Trade,the number of hours the individual had completed in the program when they started work(Beginning Hours)and ended work(Ending Hours)on the project,Beginning and Ending dates of work performed on this project,and Rate of Hourly Pay and Usual("Fringe")Benefits. 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. it 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. ow 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5366. am Number of Workers—Enter the number of journey-level workers employed on this project for that craft/trade/occupation. Total Number of Hours Worked—Enter the number of hours worked for that Craft/Trade/Occupation. Rate of Hourly Pay—Enter the rate of hourly pay,as defined by RCW 39.12.010,that you actually paid the workers for that Craft/Trade/Occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly fringe benefits for that Craft/Trade/Occupation. This is the cost of fringe benefits,as defined by RCW 39.12.010,that you actually paid go to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. rrr rr Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 i1� > If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I approval of your Affidavit of Wages Paid is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. lid Be sure to include your email address on the form.If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: httgs:,[/fortress.wa.gov f lni wiapub/SearchFor.asp(No notice of approval will be mailed). 77 }' MAtLINt ITIISTRUCTIf1N5 FURTHER MFt3RIVIAT101 f ` tau inus rt2att tlte,cem Toted Fid Pgtte T yr i MaW checcks a lrte ta; �, � � y 1 wTt s¢L1L° 91� trirktotocaprf tr peporttn Eabo�ani�}nriuslrrs st azure vitt}�die dceeptectJ with the$ ,flog, E yr�tl h pve rTq �trsn�ciry u1d like aTstance In „' .' ir► 1e �rrn, leasal�trs utCSOJ 9t12- unagement Ssrvxees, Ctlrrtp 53 tre»tall they ailixcrre� e at t7prtt ttne f #tizt &1tt 'str�ies { � t3#dx 483 r tlyrrtpzp,iA�` 5U I Prevailing wage rates are available on the Internet at: http://www.Ini.wa.gov/TradesLicensin e/PrevWage/WageRates/default.as12 lei a til Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 16 Department of Labor and Industries �ST"TE 0 AFFIDAVIT OF WAGES PAID Prevailing Wage Program o b (360)902-5335 z x Public Works Contract www.ini.wa.gov/TradesLicensing/PrevWaize $40.00 Filing Fee Required I889 • This form must be typed or printed in ink. Affidavit ID #(Assigned by L&I)• • Fill in ALL blanks or the form will be returned for correction(see instructions). • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at SAMPLE https:Hfortress.wa.2ov/lni/nwiat)ub/SearchFor.asp Your Company lnformatllon Awarding Agency Information Your Company Name Project Name Contract Number ABC Company Road Repair 123-456 Your Address Awarding Agency YYf 1234 Main Street WA St Department of Transportation City State Zip+4 Awarding Agency Address Olympia WA 98501-1234 PO Box 123 ttrr Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia WA 98501 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number rr 111,111-11 John Doe (555)555-5555 Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed prevailingwage@Ini.wa.gov �(555)555-5555 Thurston 10lympia Additional Mils Contract Detalls Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) 2/1/2011 �3/1/2011 1/1/2011 1/5/2011 Job Site Address/Directions Your Approved Intent ID# �(i�ncludmg tal Dollar Amount of Your Contract Plum and State Street 123456 sales tax). T$10,000,00 EHB 2805(RCW 39.04.370)—Is the Prime Contractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one million dollars($1,000,000)? ❑Yes ®No later you must com lete and submit the EHB 2805(RCW 39.04.370)Addendum. ARRA Funds. Weatherization or,Energy Efflcient Funds Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ®No (ARRA or otherwise)? ❑Yes ®No Prime'cmdr, c$Co ny lnformatiou Hiring Contractor's Company wurmation Prime Contractor's Company Name Hiring Contractor's Company Name XYZ Company CBA Company Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number XYZCI*0123AA 1987654321 CBACI*0123AA 1456789123 Em A t 1Cnforrirmtios Did you use ANY subcontractors? ❑Yes(Addendum B Reauired) ®No Did employees perform work on this project? ®Yes ❑No Was ALL work subcontracted? ❑Yes(Addendum B Reauired) ®No Did you use apprentice employees? ❑Yes ®No tlrr Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ®One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. "Apprentices are not recorded below.You must Benefits use Addendum D to list Apprentices. General Labor 2 153 41.23 8.54 rw Carpenter 5 210 52.26 10.13 S ' a€tuure lllo! std I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name:Jane Doe Print Title:Bookkee er Signature; Datc:3/5/2011 APPROVED: Department of Labor and Industries By Industrial Statistician SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 tinrn «r Department of Labor and Industries STATE0 Affidavit of Wages Paid Addendum A Prevailing Wage (360)902-5335 0 6 Additional List of Crafts www.lni.wa.gov/TradesLicensing/PrevWage Public Works Contract n e • This form must be typed or printed in ink. 1889 No Additional Filing Fee Required • Fill in all blanks or the form will be returned for correction(see instructions). Affidavit ID#(Assigned by L&I) .r (Please staple this addendum to the corresponding Affidavit of Wages Paid form.) Project Name Contract Number t� Company Name Title Signature UBI Number Contractor Registration Number Awarding Agency IIM List all Crafts/Trades/Occupations your firm utilized for this project. 1 Crafts/Trades/Occupations and Apprentices—For Apprentices enter the Total#of Hours Rate of Hourly PP PP Number of Rate of Hourly name,registration number,trade,dates of work on project,stage of progression, Workers Forked—Each Pay Usual("Fringe") wage and fringe rate for each apprentice). Trade Benefits YIr1 111 9 ilrrl err wr r APPROVED: Department of Labor and Industries By we Industrial Statistician F700-161-000 Addendum A to Affidavit of Wages Paid 06-2010 DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I r Department of Labor and Industries STA rgAffidavit of Wages Paid Prevailing Wage (360)902-5335 0 a Addendum B www.Ini.wa.gov/TradesLicensing/PrevWage " List of Next Tier Subcontractors �y I889 oy • This form must be typed or printed in ink. Public Works Contract No Additional Filing Fee Required (Please staple this addendum to the corresponding Affidavit of Wages Paid form.) Project Name Contract Number Company Name Title Signature UBI Number Contractor Registration Number Contract Awarding Agency(Public agency—not federal or private) List all Subcontractors your firm hired for this project. Subcontractor's Subcontractor's Subcontractor's Subcontractor's Business Name LIBI Number Contractor Registration Number Phone Number subcontractor must file an Addendum B form APPROVED: Department of Labor and Industries with their Affidavit if any subcontractors were hired by their firm to perform work on a By public works project. Industrial Stastician F700-143-000 Affidavit Addendum B 05-08 DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (Original copies must be submitted-copies will be retained by L&I after approval.) r Department of Labor and Industries STATE o� Affidavit of Wages Paid Addendum C Prevailing Wage (360)902-5335 6 Additional Information www.Ini.wa.gov/TradesLicensing/PrevWage ws 2 Public Works Contract 01889 l Filing i Additonane • This form must be typed or printed in ink. No g Fee Required • Fill in all blanks or the form will be returned for correction(see instructions). Affidavit ID#(Assigned by L&I) M (Please staple this addendum to the corresponding Affidavit of Wages Paid form) Project Name Contract Number Your Company Name Title Signature Your UBI Number Your Contractor Registration Number Awarding Agency rrr Additional Information rrr +rrr wr r err .�r trr r s a�3 r APPROVED: Department of Labor and Industries By Industrial Statistician wr F700-162-000 Addendum C to Affidavit of Wages Paid 06-2010 DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I wr Department of Labor and Industries BTA TEo� Affidavit of Wages Paid Addendum D Prevailing Wage (360)902-5335 ° �_ Apprentices www.Ini.wa.gov/TradesLicensing/PrevWage ws �a` Public Works Contract 8y` • This form must be typed or printed in ink. Moo No Additional Filing Fee Required • Fill in ALL blanks or the form will be returned for correction(see instructions). Affidavit ID#(Assigned by L&I) (Please staple this addendum to the corresponding Affidavit of Wages Paid form.) Project Name Contract Number Your Company Name Your Title Signature Your UBI Number Your Contractor Registration Number pA--dingAgency List all Apprentices your firm employed for this project. Crafts/Trades/Occupations and Apprentices—For apprentices,enter their name,registration number,trade,county worked in,state in which the apprentice is registered,wage and fringe rate for each apprentice,apprentice start and end hours(the start and end hours are the hours the apprentice was credited for in their program at IN the time they started the project and ended the project),the first and last day worked on the project and the number of hours worked in each wage rate. Apprentice Name: Apprentice Registration Number: Apprentice Trade: County Where Apprentice Worked: PStateApprentice is Registered: Apprentice Wage Rate: Apprentice Fringe Rate: Apprentice Step Start Hours: Apprentice Step End Hours: First Day on Project: Last Day on Project: Number of Hours Worked at this Wage Rate: Apprentice Name: Apprentice Registration Number: Apprentice Trade: County Where Apprentice Worked: State Apprentice is Registered: Apprentice Wage Rate: Apprentice Fringe Rate: Apprentice Step Start Hours: Apprentice Step End Hours: First Day on Project: Last Day on Project: Number of Hours Worked at this tt Wage Rate: Apprentice Name: Apprentice Registration Number: Apprentice Trade: 1 16 County Where Apprentice Worked: State Apprentice is Registered: Apprentice Wage Rate: Apprentice Fringe Rate: Apprentice Step Start Hours: Apprentice Step End Hours: First Day on Project: Last Day on Project: Number of Hours Worked at this Wage Rate: Apprentice Name: Apprentice Registration Number: Apprentice Trade: County Where Apprentice Worked: State Apprentice is Registered: Apprentice Wage Rate: Apprentice Fringe Rate: Apprentice Step Start Hours: Apprentice Step End Hours: First Day on Project: Last Day on Project: Number of Hours Worked at this Wage Rate: APPROVED: Department of Labor and Industries By Industrial Statistician rr F700-165-000 Addendum D to Affidavit of Wages Paid 03-2011 wr CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. .. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: srr r wr Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 ar Cert-1 THIS PAGE INTENTIONALLY LEFT BLANK ■r Renton Municipal Airport Bid Set Runway Blast Wall Replacement June 2014 Cert-2 rr +w .r� �. RENTON MUNICIPAL AIRPORT RUNWAY REHABILITATION RENTON, WASHINGTON REPORT OF GEOTECHNICAL INVESTIGATION URS PROJECT NO. 33760331 Prepared for Renton Municipal Airport, Clayton Scott Field 616 West Perimeter Road Renton, WA 98057 wr November 12,2007 �r m 1501 Fourth Avenue,Suite 1400 Seattle,Washington 98101-1616 w rr we Wtr TMR November 12, 2007 10 Ryan Zulauf Renton Municipal Airport, Clayton Scott Field 616 West Perimeter Road Renton, WA 98057 Renton Municipal Airport, Clayton Scott Field Geotechnical Investigation no Seattle, Washington URS Job Number 33760331 Dear Mr. Zulauf, URS Corporation is pleased to submit our Report of Geotechnical Investigation for the Renton Municipal Airport, Clayton Scott Field Runway Rehabilitation project, in Seattle, Washington. This geotechnical report consolidates the results of a geotechnical field exploration program that was completed in September 2007 by URS. A preliminary result memorandum on which this report is based was issued on October 23`d,2007. Please call if you have questions or need additional information. Sincerely, URS Corporation q: Erich Lenz Staff Engineer t t VZ a 234 O C �ONgL E Martin McCabe, P.E. Senior Geotechnical Engineer rrl mss: 2i28ioCl URS Corporation 1501 4th Avenue, Suite 1400 Seattle,WA 98101-1616 Tel: 206.438.2700 Fax: 206.438.2699 V TABLE OF CONTENTS rir1.0 INTRODUCTION.........................................................................................................................................1 2.0 PROPOSED CONSTRUCTION..................................................................................................................1 3.0 SCOPE OF SERVICES................................................................................................................................1 4.0 SITE CONDITIONS.....................................................................................................................................2 4.1 GEOLOGIC SETTING...................................................................................................................................2 4.2 PREVIOUS INVESTIGATIONS AND RELEVANT DATA.........................................................................2 4.3 SURFACE AND SUBSURFACE CONDITIONS..........................................................................................2 4.4 GROUNDWATER..........................................................................................................................................3 5.0 FIELD AND LABORATORY TESTING...................................................................................................3 wr 6.0 CONCLUSIONS AND RECOMMENDATIONS......................................................................................3 6.1 PAVEMENT SUPPORT PARAMETERS......................................................................................................3 +r 6.2 SEISMIC DESIGN CONSIDERATIONS......................................................................................................4 6.3 EARTHWORK CONSIDERATIONS............................................................................................................4 7.0 REFERENCES..............................................................................................................................................5 w r TABLES, FIGURES,AND APPENDICES Tables: rrr► Table 1 — Summary of Cone Penetrometer Tests and Pavement Sections Thicknesses Table 2A — Summary of CBR Values at Cone Penetrometer Tests Locations Table 213 — Weighted Average of Interpolated CBR values for Station Interval Along Taxiway Bravo rr Figures: Figure 1 — Site Location Map Figure 2 — Site Plan Figure 3.1 —3.3 — CBR Values vs.Depth as Correlated from CPT Data Figure 4.1—4.3 — Pavement Section Photographs Appendices: Appendix A — Field Explorations r rr 1w K Rwto,Airpon Repave Gwimh—al Rqp n'Gmo h—1 Repon Remo,Repave 2007-11-1?.Aoc 1 THIS PAGE INTENTIONALLY LEFT BLANK Renton Municipal Airport, Clayton Scott Field, Geotechnical Investigation Renton,Washington wir 1.0 INTRODUCTION + + This report summarizes the results of geotechnical investigations and engineering recommendations associated with the design of the Runway 16-34 Rehabilitation Renton Municipal Airport, Clayton Scott Field located in Renton,Washington. 2.0 PROPOSED CONSTRUCTION me The proposed construction at the project site is to be comprised of new asphalt concrete pavement placement over existing pavement sections and to a limited extent new pavement placement in areas without existing pavement. The repaving project is to involve approximately half the length of Runway 16-34 from station 0+00 to approximately 35+00 and a portion the inter-connector taxiways to the Taxiway B located near West Perimeter Road,Renton,Washington. Figure 1 shows the location map of the project site. The planned repaving for the project will include: aw • Repave existing pavement areas with 2 to 4 inches of asphalt concrete. Some removal and grading of existing pavement is anticipated. • Limited area of new pavement placement that would require appropriate topsoil removal and to subgrade preparation for asphalt concrete placement. • General drainage and utility work involving excavating small trenches to a depth of 2 to 3 feet for to the installation of underdrains. A general layout of the project site is shown on the Site Plan,Figure 2. 3.0 SCOPE OF SERVICES w, The scope of services for this geotechnical investigation is as follows: 1. Investigate subsurface conditions at select locations along the alignment of Runway 16-34 by coring through existing pavements to examine existing pavement thicknesses and then performing Cone Penetrometer Testing (CPT) at the core locations to characterize the subgrade soils for pavement design. r 2. Perform laboratory soils index testing to characterize the soils encountered. 3. Prepare a written report that presents the results of this and pertinent portions of previous w investigations, describes recommendations for design of the future foundations, and discusses construction considerations such as preparation of pavement subgrades, temporary excavations, re- use of on-site soil for compacted fill, compaction requirements, and other geotechnical aspects of design and construction. The report will include the logs of current borings/probes and a plan showing boring locations. w. Page 1 US K.(Renton Airport RepavelGeotechnicallReportlGeotechnical Report Renton Repave 2007-11-12.doc rr1 4.0 SITE CONDITIONS 4.1 GEOLOGIC SETTING Mapped geologic conditions at the surface in the vicinity of the project site are described in Troost et al, 2005. Generally, the surface soils consist of alluvium deposits of sand, silt, gravel, and cobbles, deposited by streams and running water and may locally contain very soft peat lenses. The natural, now in-filled,Cedar River channel,prior to being dredged and straightened to the current alignment,intersects and may have meandered within the runway area. However, the previous channel positions have not mapped out. The Renton Municipal Airport is situated on the relatively flat valley floor of the Cedar River at the south i end of Lake Washington. The Cedar River Valley is a broad,north-south valley shaped by advancing and retreating continental glacial ice during the Holocene epoch and by recent volcanic events of Mount Rainier. 4.2 PREVIOUS INVESTIGATIONS AND RELEVANT DATA Previous subsurface information was not available from this project site nor from sites in the immediate vicinity. Past and recent projects near the Boeing Facility, located to the east and adjacent to the airport, show that piles have been used to support structures, indicating unfavorable soil conditions for a significant depth at that location. A geotechnical report obtained from the Pacific Northwest Center for rrf Geologic Mapping Studies (GeoMapNW) at the University of Washington for an apartment complex located 1 mile east of the airport and east of the Boeing facility along Lake Washington shows the depths of firm soils occurring at depths approaching 145 feet or more. 4.3 SURFACE AND SUBSURFACE CONDITIONS +ri Surface and subsurface conditions were explored by coring eight 8-inch diameter holes in the existing runway pavement and advancing a cone penetrometer test probe to depths ranging from 4 to 25 feet below the bottom of the pavement at approximate locations indicated on the Site Plan, Figure 2. The rlf► pavement core thickness and occurrence of multiple pavement layering, if present, their respective thicknesses, and pavement type (e.g. asphalt or Portland cement concrete) were recorded. The advancement of the cone probes into the soils allows for a continuous data readout to be recorded and interpreted, the method in which is explained in the introduction text of Appendix A. The logs of pavement core thicknesses are listed in Table 1 at the end of this text and the core photos are shown on Figures 4.1 through 4.3. The logs of cone penetrometer tests for this investigation are in Appendix A along with a descriptive key. Originally, ten coring/drilling locations were planned as part of this investigation, however, due to time constraints and difficulty in penetrating the very dense pavement subgrade soils with the CPT probe,three of the probes were cancelled (UC-6-07, UC-7-07, and UC-9-07) and one probe (UC-5-07) did not advance beyond four feet in depth. Predrilling for several feet below the bottom of the pavement was required at all probe locations due to the dense gravelly nature of the upper soil. Additionally, all of the completed probes except for UC-1-07 required additional predrilling for several feet due to the dense gravelly nature of the upper soil. Predrilling was accomplished by using a small 2-inch diameter auger flight drill to remove material from a depth of 2 to 6 feet. The predrilling depths for each probe are noted on Table 1. Any CPT cone data derived from within the predrilled zone would not be applicable for use in deriving CBR values. As such, it was conservatively assumed that the CBR values within the predrilled zone would be in the range of 25 to 30. Page 2 TIRS K.(Renton Airport RepavelGeotechnicallReportlGeotechnical Report Renton Repave 2007-IIJ2.doc Generally, the soil profile consists of 2 to 6 feet of very dense gravel base coarse material followed at most locations by medium dense to dense sand to silty sand for at least a few feet depth. The silt content usually increases with increasing depth, with silt or clayey silt being the predominant material below 8 feet in most CPT probe locations. The silty sand below a few feet depth is typically loose to medium Ndense,while the silt or sandy silt can be characterized as medium stiff and occasionally soft. 4.4 GROUNDWATER irr Groundwater level measurements were inferred from pore pressure measurements made during the advancement of the CPT probes and from pore water dissipation tests at certain depths. The pore water 60 dissipation test entails probing some distance below the suspected groundwater table and using the pore water pressure sensor on the CPT probe to obtain the stabilized water pressure value. Based on the difference of the probe depth and the measured hydrostatic water head, a ground water reading can be obtained. go The results indicate that groundwater occurs at depths of 6 to 7 feet or more below the ground surface during the time of drilling. Seasonal variations may contribute to the fluctuation of the groundwater from ■r 5 feet depth to 10 feet depth below the top of the pavement. It can be conservatively assumed that the ground water elevation is the same elevation as Lake Washington. �w 5.0 FIELD AND LABORATORY TESTING The process of advancing the electric cone penetrometer constitutes a test of the soil properties, as the tip resistance and frictional resistance recorded can be related to shear strength and compressibility characteristics of the soils. The cone penetrometer testing and soil identification process are illustrated in Appendix A. ow A small diameter flight auger tool has been used by URS on other projects to obtain a disturbed soil sample for index testing with mixed results. The soil sample was obtained by hand from soils retained on to the auger flights after pulling the auger without rotation straight out of the ground. Due to the thickness of the overlying gravelly soils, it was decided that retaining any of underlying soils would be difficult or not possible. to A steel rod hand probe was used to characterize the consistency of the subgrade soil directly beneath the cored out pavement section prior to probing. When possible, subgrade soils were investigated by hand. The details of subgrade materials encountered during hand probing are noted in Table 1. i.r 6.0 CONCLUSIONS AND RECOMMENDATIONS 6.1 PAVEMENT SUPPORT PARAMETERS Estimates of the California Bearing Ratio (CBR) values for the subgrade soils at each cone penetrometer probe location were made using a correlation between CBR and cone penetrometer test results established by Pamukcu and Fang(1989). The estimated CBR values are plotted as a function of depth up to 10 feet, as illustrated in Figures 3.1 to 3.3. The CBR values ranged from approximately 7 to more than 20. The highest CBR values were typically encountered at very shallow depths, and the values usually dropped with depth, sometimes abruptly. The higher CBR values occurred within 0 to 3 feet or more beneath the pavement,which coincided with the occurrence of the gravel base coarse material. At probe UC-2-07 the estimated CBR value dropped to approximately 7 at a depth of only 3.5 feet below the top of subgrade level. However, at UC-1-07 the estimated CBR was approximately 20 or more for 7 feet of depth. Table r Page 3 Im K.9Renton Airport RepavelGeotechnicahReportlGeotechnical Report Renton Repave 2007-11-12.Aoc 2A at the end of this report shows the interpolated CBR values at each of the probe locations in 1 foot depth increments. Where the CBR values drop significantly at shallow depths, a composite CBR value would be appropriate for use in design. The depth range over which the composite value is developed will depend on the expected thickness and rigidity of the pavement and the size of the wheel load area. For this project URS recommends composite CBR values based on the assumption that weighting factors for soil from the subgrade level downward should be as follows: 45 percent for the first foot, 30 percent for the second foot, 20 percent for the third foot, and 5 percent for the fourth foot. Soil more than 4 feet below the subgrade level is not expected to significantly influence the composite CBR value. The recommended composite CBR values along the project alignment are shown in Table 2B. Where predrilling of the core/probe location occurred, the CBR value of this upper coarse soil was estimated using published data(AASTHO, 1993) for this type of material. The CBR value of sands and silts encountered thereafter were estimated from the measured cone tip resistance using a relationship developed by Pamukcu and Fang(1989). 6.2 SEISMIC DESIGN CONSIDERATIONS The adverse effects of the 2001 Nisqually Earthquake at this facility are not known or have not been supplied to URS. With the presence of the soft soils beginning at the depth of 6 to 15 feet in conjunction with a relatively shallow ground water table, damage to the runway during large magnitude seismic events may occur in the form of settlement, fissures and sand boils, and cracking of paving caused by liquefaction of the soft soil zones during large seismic events. The liquefaction can occur only below the groundwater,which is at a depth of at least 6 feet. The most recent USGS Earthquake Hazards Map data (2002 U.S. Geologic Survey website data) corresponding to a latitude 47.53 degrees and a longitude of —122.20 degrees has indicated that a horizontal peak acceleration of 0.32 g is appropriate for the site. This corresponds to the ground acceleration that would be associated with an event having a 10 percent probability of being exceeded in 50 years(i.e.return period of 500 years). The Site Class is selected using the definitions in Table 1613.5.2 of the 2006 International Building Code (IBC) considering the average properties of soils in the upper 100 feet of the soil profile at the site. Information from recent and previous borings indicates that a Site Class E ("soft soil profile") is the most appropriate for this location in the absence of liquefaction. Considering the potential for liquefaction, a Site Class F would be selected. 6.3 EARTHWORK CONSIDERATIONS The surficial organic silty topsoil covering areas not yet paved should be stripped from areas where vk pavements will be constructed. Exposed subgrade soils should be proof-rolled to check for very soft zones that may need additional over-excavation prior to placement of the new base course and paving. A separation/stabilization geotextile may be required at the subgrade level if pumping and weaving of the ground surface occurs during proof-rolling. Where over-excavation exposes the native soft to medium stiff silt to sandy silt, replacement using controlled density fill (CDF) may be preferable to base or sub- base aggregate fill in order to avoid the potentially adverse effects of the compaction process. Vibratory compaction equipment should be used with caution where the shallow soft to medium stiff silt or sandy silt could deteriorate during compaction. Static rollers should be used as much as possible. Page 4 UM K:IRenton Airport Repavf lGeotechnicallReportGeotechnical Report Renton Repave 2007-11-12.doc h +r Keeping the excavation as shallow as possible will maximize the benefit of the rigidity of the upper medium dense to dense granular soil layer. During the traditional wet weather period from November 1 through April 30, the trafficability of the soils will be adversely affected by direct rainfall and flow of surface water onto the site. In wet conditions, most of the surficial soils become unsuitable unless these sources of water are diverted or r collected and discharged away from the work zone to limit the deterioration of exposed surfaces. The Stratum 1 silty sand is considered a Type B soil from the standpoint of OSHA/WISHA regulations for trenching and shoring. This means that temporary cuts greater than 4 feet deep should be no steeper than 1 Horizontal to I Vertical (1 H:1 V). Surface compaction of the slopes may be needed to control localized sloughing. If water is perched within this layer and seeps out during the excavation process,the slopes may need to be flattened to 1.5H:1 V. The soft to medium stiff silt is generally considered to be a type B soil,and may also be sloped at 1 H:1 V for cuts deeper than 4 feet. �s w 7.0 REFERENCES arr American Association of State Highway and Transportation Officials. (1993).AASHTO guide for design ofpavement structures, 1993. Washington,D.C.: The Association. Pamukcu, S and Fang, H.Y. (1989) "Development of a chart for preliminary assessments in pavement design using some in-situ soil parameters",Transportation Research Record, Issue 1235. Troost, K. G., Booth, D. B., Wisher, A. P., and Shimel, S. A., 2005, "The geologic map of Seattle - A progress report,2005",U. S. Geological Survey Openfile report 2005-1252, scale 1:24,000 Winterkorn, H.F. and Fang, H.Y. (1975), Foundation Engineering Handbook, Van Nostrand Reinhold, N.Y. ,rr ■ t' aw we �wPage 5 TITM K.(Renton Airport Repave)GeotechnicaHReportlGeotechnica!Report Renton Repave 2007-1]-]2.doc TABLES Table 1: Probe/drill locations and pavement thicknesses. Probe No. Station Station Pavement Pavement Pavement Location Offset Thickness Section 1 Section 2 feet inch in/ e* in/t e* UC-1-07 1+00 50'West 15.5 8/PC 7.5/AC UC-2-07 6+15 T West 18.5 11.5/PC 7.0/PC UC-3-07 11+62 15'West 5.5 2.25/AC 3.25/AC UC-4-07 17+57 20'West 5.25 2.5/AC 2.75/AC UC-5-07 26+00 20'West 8.5 2.5/AC 6.0/AC rn UC-8-07 42+65 7'West 5.25 2.25/AC 3/AC UC-9-07 52+66 40'West 5.5 2.75/AC 2.75/AC UC-10-07 47+06 10'West 6.75 3/AC 3.75/AC * Pavement types: PC = Portland Cement Concrete,AC=Asphalt Concrete �.t to arr ar. +rr rr� rr Table 1 Job No. 33760331 Summary of Probe/drill locations and pavement thicknesses. UIRS Renton Municipal Airport, Runway Rehabilitation Renton, Washington IlSeaoceanl1631Renton Airport RepavelGeotechnicallFieldlRenton Airport Borings-Sep.2007.xls lit Table 2a: Summary of CBR Values at Cone Penetrometer Tests Locations sir Probe CBR CBR CBR CBR CBR CBR CBR No. 0to1ft 1to2ft 2to3ft 3to4ft 4to5ft 5to6ft 6to7ft UC-1-07 25 20 22 22 22 22 20 UC-2-07 25 25 12 9 9 7 9 UC-3-07 25 25 25 14 13 13 13 UC-4-07 25 25 25 13 12 12 16 UC-5-07 25 25 25 13 12 12 16 IW UC-9-07 30 30 25 25 25 23 23 UC-10-07 30 30 30 30 30 30 26 Table 2b: Weighted Average of Interpolated CBR values for Station Interval Along Taxiway Bravo Applicable Station CBR Cone Interval Value Probes 0+00 to 3+00 23 1 3+00 to 9+00 22 2 9+00 to 29+00 24 3, 4, 5 29+00 to 45+00 20 6, 7, 8 45+00 to 53+79 1 25 1 9, 10 as No wi Table 2 Job No. 33760331 Summary of CBR Values at Cone Penetrometer Tests Locations Renton Municipal Airport, Runway Rehabilitation TIRSRenton, Washington klSeaoceaM1631Renton Airport RepavelGeotechnicallCalculationslCPT to CBR Data Plots.xls r Y i i i 6 1 1 1 1 1 1 1 1 1 1 t Kennydale U ns y AGF t( ff Renton Washington l 1 �r �% HE ':76TH T". NT N 1 /2 'L � �r cL D � ♦ SRT, R TO .S sta s 1 V TER HPk G� ' �7S iAW TT �r L ■1° .°1 ` a R C` 1 • U � A P on t > rk= I• E ` ii LN ( a i 34 IR E N7 s r � Park(' H19h G gk Park, ' Simi Mtrni liv2� _� a , _ 1 22 1L4 \ Pork `1 -9 �er ` BM 3 c, Sza Map created with TOPOI-©1997 Wildflower Productions,www.topo.com, ' based on USGS topographic map Nq 0 0.5 1 Approximate Scale in Miles , Figure 1 Job No. 33760331 Site Location Map Renton Municipal Airport URS Runway Rehabilitation Renton, Washington N W 9 LL L — ►J /f\t VJ I I 3 G � I I I I I ORw } I I II Z l0 1 1I F I U � T CL I I ft 1 a OA 0 Q 19 I Y K 1 1 Q X 1� 1 J ao W � 1 I 1 I � I I 1 I I I S I 1 I I I w I I ,1 11 I I I I 4 � 1 a I 1 ooz Wzo I I it J LL� Z $ z=Ey3 g I' Dole I i Z�o lz 6 I I Ft�6W 'v 1SM1 ; z N c C 1 �a iD I I I I I 1 I q I I n I I � I I I I Iq 1 I� 1 I 1 I I t I o I GI I 1 I I � I I � I �} I I 1 j I t I I � I a nE m I I > I I r xx Its? I I I I I ,.g I 45 $ hbq-Iw B 3En aLo�-[az Y�.q.wx'.bve.i',mama do he �o n we xM�-Mle\e�rtx�ae�x�bnq\On\wwb abwy\.w.aWe�4.w•\,�3Krx nu Y Z Q J LLI H W J } J J Q Z O H Z W F Z_ W (7 Q a U) x I 0 2 3 r G1 •�. 4F��7- 000w . ..:,• v ti.. 5 L .. M 6 U) ,- --, C1 - �• • - •X g LU rm, 001, G 10 CO CL 0 12 13 UC-2-07 -- - - • - �a 14 UC-3-07 —_. •r-- 0 5 10 15 20 25 30 CBR Value Note: UC-2-07 predrilled to 3 feet depth UC-3-07 predrilled to 3 feet depth Figure 3.1 Job No. 33760331 CBR Values vs. Depth as Correlated from CPT Data ' MIS Renton Municipal Airport, Runway Rehabilitation Renton, Washington IISeaoceanIIO Renton Airport RepavelGeotechnicallCalculitionsICPT to CBR Data Plols.xls 0 � ZM 2 - -_ — 4 - 5 5 , r Q 6 -- 7 N 8 as M 9 -- N 10 — � 1•X W 12 -C=2 m c 13 m t 14 - Q. p 15 16 - 17 — 18 UC-4-07 ' 19 - - UC-5-07 20 0 5 10 15 20 25 CBR Value t Note: UC-4-07 predrilled to 3 feet depth UC-5-07 predrilled to 2 feet depth, not probed beyond 2 feet due to refusal Figure 3.2 , Job No. 33760331 CBR Values vs. Depth as Correlated from CPT Data Renton Municipal Airport, Runway RehabilitationTITM ' Renton, Washington IlSeaoceaMIOFenton Airport RepavelGeotechniraACalculationslCPT to CBR Data Plots.xls 0 1 2 .: 3 4 - �-- G1 -•- 7 - — -_-_ 8 L cm 9 N 10 'x 12 -w W r.. 3 13 O •r m 14 - 15 4 15 CL • -- • . d -� 13 16 ' i 17 irr 18 - 19 UC-9-07 UC-10-07 20 0 5 10 15 20 25 30 CBR Value Note: UC-9-07 predrilled to 5 feet depth UC-10-07 predrilled to 6 feet depth ' Figure 3.3 Job No. 33760331 CBR Values vs. Depth as Correlated from CPT Data ' Renton Municipal Airport, Runway Rehabilitation MS Renton, Washington IlSeaoceanl1631RenI n Airport RepavelGeol chnicallCalculal,,nslCPT to CBR Data Plols.xls Core: UC-1-07 t 6 7 8 9 10 1 3 3 3 _« S3 E `3 1 2 1 �3 T fC i J ,�.1 i 2 4 Core: UC-2-07 Xr 6 d 1199 F t:7 ti 6 6 '7. 8 9 1 2 3 .1 ci 6 1 A Core: UC-3-07 ' 1 Figure 4.1 Job No. 33760331 Pavement Section Photographs Renton Municipal Airport, Runway Rehabilitation ' Renton, Washington IlSeaocean11631Renton Airport RepavelGeotechnicaARe1cARenton Airport Borings-Sep.2007.x1s Core: UC-4-07 r - .. Core: UC-5-07 kol nE r a r Core: UC-8-07 2 3 4 5 6 7 Figure 4.2 Job No. 33760331 Pavement Section Photographs Renton Municipal Airport, Runway Rehabilitation Renton, Washington IISeaocean11631Renton Airport RepavelGeotechni.11FieldlRenton Airport Borings,Sep.2007.xls r Core: UC-9-07 ' S'2iIr. <<� 1t�f�JlllJA11ttt[ftt�t Core: UC-10-07 ' Figure 4.3 ' Job No. 33760331 Pavement Section Photographs vi Renton Municipal Airport, Runway Rehabilitation ' Renton, Washington IlSeaocean11631Renton Airport RepavelGeotechnicallRWMRenton Airport Borings-Sep.2007.xls L APPENDIX A FIELD EXPLORATIONS AND LABORATORY TESTING The field explorations for this project consisted of the advancement of 10 cone probes by Northwest Cone at locations selected by URS at locations shown on Figure 2, Site Plan. Table A- I below provides a summary of the estimated depth and surface elevation information for the cone probes advanced. TABLE A-1: Summary of Cone Probes Figure Cone Probe Probe Date Est.Station Est.Station Probe Est.Surface Number Number Location Offset Depth(ft) Elev.(ft) Figure A-3 UC-1-07 9/21/2007 1+00 50'West 15 31.8 Figure A-4 UC-2-07 9/21/2007 6+15 7'West 15 29.1 Figure A-5 UC-3-07 9/22/2007 11+62 15'West 20 26.8 Figure A-6 UC-4-07 9/22/2007 17+57 20'West 20 25.8 Figure A-7 UC-8-07 Not probed 42+65 7'East - 24.9 Figure A-8,9 UC-9-07 9/25/2007 52+66 40'West 25 23.9 Figure A-10, 11 UC-10-07 1 9/25/2007 1 47+06 1 10'West 15 23.8 Logs of the interpreted soil conditions for each probe are presented on Figures A-3 through A- 11. The plots of dissipation testing are attached as Figures A-12 and A-13. The cone probes were advanced to depths ranging from 10 to 20 feet depth using a drilling rig that uses the cone penetrometer test (CPT) method employing a Hogentogler electric cone. The probing was accomplished in general accordance with ASTM Method D3441-86. The instrumented cone-tipped probe and the attached string of steel rods was pushed into the ground by means of heavy hydraulic rams mounted on a 3-axle truck (see Figure A-1). Parameters measured nearly continuously during the CPT are soil bearing resistance at the cone tip, soil frictional resistance along the cylindrical friction sleeve, and pore water pressure directly behind the cone tip. These measured values are then used to estimate the type of soil being penetrated using correlations established through experience and research. A chart showing the correlation between CPT results and soil type is presented on Figure A-2. The correlations have been established by Robertson and Campanella (1986, "Guidelines For Use, Interpretation and Application of the CPT and CPTU", University of British Columbia, Soil Mechanics Series No. 105, Civil Engineering Department,Vancouver, B.C., Canada). Q The basic product of a CPT sounding ' Cone Resistance, Sleeve Friction ' q�(tso Resistance, fS (tsf) Speed of push 2 cm/second(-4 ft/minute) 1-meter connecting rod , I Qp1ionalMeasurrmsnt ' Downhole Shear wave Friction Ratio ---T-100 velocity,V. -- Sleeve Friction ' Resistance, f, Rene Resistance,q, ' Standard jkMeasuremcau --- (Electric and Mechanical Dutch cones Y Figure A-1 Job No. 33760331 Cone Penetration Test (CPT) Illustration MRS Renton Municipal Airport, Runway Rehabilitation ' Renton, Washington IlSeaoceanl101Renlon Airporl RepavelGeolechnica/IReporllCone Probe Appendix.xls L 1000 i --- j _ —}— ... --T---T— 10 12 wr Drained 9 11 frr 100 .. 8 7 Cr a C; Q�a`6 Undrained CU pa�`a 5 4 c C3 10 3 lar - -- 1 2 to 0 1 2 3 4 5 6 7 8 W Friction Ratio(%), Rr Zone %�N Soil Behaviour Type 1 2 Sensitive Fine Grained Material 2 1 Organic Material 3 1 Clay 4 1.5 Silty Clay to Clay 5 2 Clayey Silt to Silty Clay 6 2.5 Sandy Silt to Clayey Silt 7 3 Silty Sand to Sandy Silt 8 4 Sand to Silty Sand 9 5 Sand 10 6 Gravelly Sand to Sand 1 i 1 Very Stiff Fine Grained(') 12 2 Sand to Clayey Sand('} �w ('}Overconsolidated or Cemented 1 Bar= 1.044 TSF �r Source: Robertson et al., 1986 Figure A-2 Simplified Soil Classification Chart Job No. 33760331 For a Standard Electronic Friction Cone Renton Municipal Airport, Runway Rehabilitation 6. TIRSRenton, Washington ,seaoroan,1631Renlon Airport RepavelGeolechnica,Reporticone Probe Appendix.xls URS Corp Operator: Brown CPT Date/Time: 9/21/2007 7:16:23 AM ' Sounding: UC-01-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type` SPT N' Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 O I I I I I I I I I I I I I I I I I I I II II I I I � I I 1 I I V I I I I I I I I I I 11 I I � I I 1 1 I II 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 I II I II I I I I I I I I I I I' I I 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 I I I I I I I I 2 - I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I 1 I I I I ( I I I I 1 1 1 1 1 I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I 1 1 I 1 1 1 1 1 1 1 I I I I I I I I 1 I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I 1 I I I I I I I I I I I I I I I I I I 1 I I I I I I 1 I I I I I 1 I I V I I I I I I I I I I I I I I I 1 I 1 I I I I V I I I I I I I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I 6 ----- __I___I------ 8 _i__I8 I 1 I I I I I I I I I I I I I I I I 11 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I 1 I I I I I V I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I II I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 Depth 10 _II 1 1 1 1 1 1 1 1 (ff) I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II II I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 I 1 1 1 1 1 1 1211L 11JJ_I_I_I_I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ! I I I I I I I I I I I I I I I II 1 I I I II I I I I I I i I I I 1 1 I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I II I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I 14 ___ --L__I__J__1__J_ 1_J__I__I_ __ J__1_I 11L 111J___I_I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I 11 I I I I I I I I I I I I I I I I I I I I-I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 I I I 16 V I I I I I I I I 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 18 - I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I 20 I I I I I I I I 1 1 1 1 1 1 Maximum Depth=14.93 feet Depth Increment=0.164 feet 1 sensitive fine grained 04 silty clay to clay 7 silty sand to sandy silt M10 gravelly sand to sand E2 organic material 5 clayey silt to silty clay8 sand to silty sand 11 very stiff fine grained(') 03 clay 0 6 sandy silt to clayey silt 09 sand 12 sand to clayey sand(*) Gravelly in upper 6 feet In Situ Engineering 'Soil behavior type and SPT based on data from UBC-1983 Figure A-3 URS Corp Operator: Brown CPT Date/Time: 9/21/2007 7:54:37 AM ■r Sounding: UC-02-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33? r Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPT N" Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 0 1 I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I 1 I I I I I I I I I I 1 1 1 1 1 1 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I 1 I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I 1 I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 I I I I I 1 I I I 1 1 1 1 1 1 I I I I I I I I 4 11 +I i I I I I I I I I I i I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I 1 1 1 1 1 1 I I I I I I I I I I I I 1 1 1 1 1 1 I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I 1 I 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I 1 I I 1 I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I V I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I V I I I I 1 1 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I �I II I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I 8 - I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I 1 I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I II I i I I I I I I i I I I I I I I l i i l l l I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I 1 1 1 1 1 1 I I I I I I I I I I I I I 1 I LI I I I I I I I 1 1 1 1 1 1 I I I I I I I I I Depth 10 1 11 JJJ_I_1_1 _ __ _ 1-1_ I_LJ_I_1J IJJ 11L p 1 1 1 1 IIIIIIII (ft) 1 1 1 1 I 1 1 1 I 1 1 1 1 1 1 1 1 1 III I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I 1 I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I 12 I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 14 J 1 ___I__1 _J__I___ _I_L -1-1_ 1 L 1 1 J I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 I I I I I 11 11 I I I i I I I 1 I I 1 I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I V I I I 1 1 1 1 1 1 1 1 1 1 I I 16 - - - - 1-------- 18 _____18 _--- --I _ _- - --I__I_ _ III 1 1 11 1 1 1 1 --_ -_ --I_ 1 __ _ __ I ____ I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 V I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I 20 Maximum Depth=14.93 feet Depth Increment=0.164 feet 1 sensitive fine grained E 4 silty clay to clay 7 silty sand to sandy silt 010 gravelly sand to sand 02 organic material IN 5 clayey silt to silty clay 8 sand to silty sand ■11 very stiff fine grained(") N 3 clay 0 6 sandy silt to clayey silt gig sand 0 12 sand to clayey sand(*) Gravelly in upper 2 feet,pushed 30"shelby tube from 36"to 72" In Situ Engineering 'Soil behavior type and SPT based on data from UBC-1983 Figure A-4 URS Corp. Operator: Nowak CPT Date/Time: 9/25/2007 9:03:43 AM ' Sounding: UC-3-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qc TSF Fs/Qc(%) PW PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 ' O I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I 1 1 1 1 I I I I II I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I 1 I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I 1 I I I I I i l l l I I I I I I I I I I I I I I I I I I I I I V I I I I I I V I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I 4 - I I I I I I V I I I 1 1 1 1 1 1 I I 1 1 1 1 1 1 I I I I I Ir I I I I I I I I I I I 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 I I I 1 I I I I 1 V I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 I I I I I I I I I I I I I I I I I I 1 I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I V I I I I 1 1 1 1 1 1 I I I I I I I I I 1 1 1 I I I V I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 I 1 1 1 1 1 1 I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I ( I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I II 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I 1 I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I 6 ___J__+--I---I__;__L_ 1_ J__- I_L J-I-1 J 1 1 1 L 1 -1- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II 1 1 1 1 1 I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I 1 I I I 1 I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I Depth 10 1 1 1 1 1 1 1 1JJ_I_I_I_I J_ 1__I_ 1_ 1_ L_ ��ll 1 1 1 I 1 1 1 1 I 1 1 I 1 1 1 1 1 11 1 I I 1 1 I I I I I I I I I I I I I 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 I I I I I 1 I I 1 I I I I I I I I I I I 1 1 1 1 1 1 1 121JJ_I_I_1_I ' I I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II 11 I I I I I II I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I 1 I I I I I I 1 I I I I ( I I I I II II I I I I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 1 1 14 _ J__1__I __I _1_ L_ 1_J__I__I_ _I_L _1_1_1 1L 1JJ _I_I 1 I I I I I I I I I I I I 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 16 _I___I__ I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I 1 I I I I I I 1 I I I I I I I I I I I I I I I I 1I I I I 1 1 1 1- I 1 I I I 1 I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I 1 I 1 I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I ( I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 16 _ V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 1 1 20 Maximum Depth=15.09 feet Depth Increment=0.164 feet 1 sensitive fine grained 04 silty clay to clay 07 silty sand to sandy silt 010 gravelly sand to sand ' E2 organic material E 5 clayey silt to silty clay 8 sand to silty sand 11 very stiff fine grained(*) 03 clay 0 6 sandy silt to clayey silt Gg sand 0 12 sand to clayey sand(*) Pre-drilled gravel to 3.5 feet In Situ Engineering *Soil behavior type and SPT based on data from UBC-1983 Figure A-5 URS Corp. Operator: Nowak CPT Date/Time: 9/25/2007 10:31:42 AM Sounding: UC-4-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPT N' Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 0 I I I I i i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 I 1 1 1 1 1 1 I I I I I I 1 I I I I I I I I I I till I I I I I I I I I I I I I I I I I I 2 - I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I 1 I V I I I I I I I i I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I 11 V I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 4 - I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 I I I I I I D I I I I I 1 1 1 1 I I I I I I I I I I I I I I 1 I I I I I I V I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 I I I I I I I 1 1 1 1 I I 1 I I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I 1 6 I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ( I I I I 1 1 1 1 1 1 I I I I I I I I I I i I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I 8 I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 I I I I I 1 1 1 1 1 1 I I 1 1 1 1 1 1 y I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I 1 I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I Depth 10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I 1 I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I 1 1 1 1 I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 12 _I__J__1__L__I__1__L_ 1_1__1__ _I_LJ_I_LJ JL 11L 11JJ_I_I_I_I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I 1 1 1 1 1 1 1 I I I I I I I 1 I I I I I I I I I 1 1 1 1 1 1 I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 I 1 1 1 1 1 1 I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 I I I I I II I 1 1 14 -J__1__I___I__1__L_ 1_J_J_ -1-L J_I_1 JL 11L I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I 1 I I I I I I I I I I I I 1 1 1 1 1 1 1 1 II l i l l l l I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 16 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I 1 I I I I i I I I I I 1 I I I I I I I I I l i l l l l I I I I I I I I I I 1 1 1 1 1 1 1 ( I I I I I 1 1 1 1 1 1 I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I V I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I V I I I 1 -iii, --I-I - 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 I I I I I 1 I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I 1 1 1 1 1 1 1 I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 I I I I ( I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 20 Maximum Depth=16.90 feet Depth Increment=0.164 feet 1 sensitive fine grained ■4 silty clay to clay 07 silty sand to sandy silt 010 gravelly sand to sand M2 organic material N 5 clayey silt to silty clay 8 sand to silty sand ■11 very stiff fine grained(') 03 clay 0 6 sandy silt to clayey silt 9 sand E 12 sand to clayey sand(') Pre-drilled gravels to 2.5 feet In Situ Engineering Soil behavior type and SPT based on data from UBC-1983 Figure A-6 URS Corp. Operator: Nowak CPT Date/Time: 9/25/2007 11:29:15 AM ' Sounding: UC-5-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 ' 0 1 I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I � � I I I I I I 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 I l l I I I I I 1 1 1 I I I I I I I I I I I I I V I I I 2 -1- 1 I I I I I I I I I 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 I I I I 1 1 1 1 1 1 I I I I I I I 1 1 I I I I I I I I I I I I 1 I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 4 IIIII IIIIII IIIIIIII-------- -}-_}__ 4 l11IIIIII1 I1IIII I1IIIIIIII I}+A1IIIIIIII1II III1IIII IIIII 1II✓IIIIIIL 1IIIII1 IIIIIIII-II 1 �JII11II I1I IIIIIII 1IIIIII I---_III11III 1IIIII IIIII1IIII IIII I--__III1 1III1 IIIIIIIII1IIII IIII-I II1III 1II IIIIIII1 IIIIII II- 1- 6 +1 -- 8 I--1-- 10 - _ 1I 1 LI 1 JI JI JI Depth II1III I1I IIIIIII 1IIIIII II (ft) I 1 I 1 1 1 1 I I 1 I I 1 1 1 1 I I I 1 I I I I I 1 I I 11 1 1 1 1 I I 1 I I I I I I i I I I I I I M I I I I I I I I I I I I I I I I I I I I I I II � � II I II II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I II II I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I 12 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 II I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 II 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I 1 1 1 1 1 1 I I I I I I 1 I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 14 I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I 11 I 11 I I 1 I I I 1 1 1 1 1 1 1 I I II � 11 I I I I � I II II I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 16 IIIIIIIIIIIIIIIIIII _IIIIIIIII_ 16 -- -- I --I---- I IIIIIII 1F 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I 1 1 1 I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 I I I D I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 Maximum Depth=1.97 feet Depth Increment=0.164 feet 91 sensitive fine grained 4 silty clay to clay 7 silty sand to sandy silt 010 gravelly sand to sand ' 2 organic material ■5 clayey silt to silty clay 8 sand to silty sand .11 very stiff fine grained(*) 3 clay 6 sandy silt to clayey silt 9 sand 12 sand to clayey sand(*) Pre-drilled to 2 ft,refused cpt,predrilled to 2.5 feet refused again In Situ Engineering *Soil behavior type and SPT based on data from UBC-1983 Figure A-7 w URS Corp. Operator: Nowak CPT Date/Time: 9/27/2007 10:26:08 AM Sounding: UC-9-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 O I I I I I I I I I I I I I 1 1 1 1 I I I i I I I I I I I I I I 1 I I I 1 1 1 1 1 1 1 2 i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 4 - I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I 11 I I I I I I I I I I I I I I I I I I 1 1 1 1 I I I I I I I I I I I 11 I I I I I 1 1 1 1 1 1 I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I 1 1 1 1 1 1 I Depth 10 p I I I I I I I I I I I 1 1 1 1 1 1 1 I I 11 I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 I 1 I I I I I I I I I I I I I I I I I I I I I I I I 12 I I I 1 I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 I I I I' I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 14 _I_ J_I_1_I 11L 11JJ_I _I_I I I I I I I I I I I I 11 I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I i I I I I i l i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 16 V I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I 1 II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I i I I I i 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 18 ------ ----------I__ I_I_I _I I_I _I Ili Ilil-I_I_I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 2U Maximum Depth=20.01 feet Depth Increment=0.164 feet 1 sensitive fine grained E4 silty clay to clay 7 silty sand to sandy silt 010 gravelly sand to sand 02 organic material 0 5 clayey silt to silty clay 8 sand to silty sand N 11 very stiff fine grained(*) 03 clay 0 6 sandy silt to clayey silt 9 sand E 12 sand to clayey sand(*) Pre-drilled through previous hole to 5 ft 10 in In Situ Engineering *Soil behavior type and SPT based on data from UBC-1983 Figure A-8 URS Corp. Operator: Nowak CPT Date/Time: 9/27/2007 9:58:59 AM ' Sounding: UC-9-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPT N' ' Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 O I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 2 - ----T--I---I--t--r- -y--I--- -I-t -I-t tY iyy-I-I-- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 V I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I 1 I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 I 4 - I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I t I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I 1 I 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I 1 1 1 V 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 6 _I__I- I I 1 I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 I I I I I I I I I 1 I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I ( I I I I I I I I I I I I I I I I I I I I I I I I 8 ---J--L__I--_I-_;__L_ - 1111_ _-yJ-I-LJ LI-I-IJJ 11L 1�JJ-I 1111-I I I I I I I I V I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 11 I I I I I I I I I I I V I I I 1 1 1 1 1 1 1 1 I I I 1 1 1 1 1 1 1 1 1 10 Depth �LLl 1 I I 1 1 1 1 1 1 11 1 I 1 1 1 1 1 1 1 I I I 1 1 1 1 I 1 I I I I II II I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I 11 I II I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ( I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I V I I I 12 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I II I I 1 1 1 1 1 1 1 I I I 1 II I I I I I I I I I I I I I I I I I I I I I I II II I I I I I I II I I I I I I I I I I I I I I I I I 1 1 II I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 II I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I 14 ___J__1__1__J-.. 1__L I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I 1 1 1 1 1 I � I I I I I II I I I II I I I I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I 1 1 I I I I I I 11 I 1 I I I I I I I I I I I I I I 1 1 1 1 1 I I•I 16 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I 11 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I 1 1 1 I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I 1 I r I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I 11 1 I I I I I I I I I I I I I I I 1 1 1 I I 18 ---- ----------- --' -- - --=-I 1111_1_1_1 ... I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 ( I I I I 1 1 1 I I I I I I I I I I I I 1 1 I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I 1 I I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I 20 Maximum Depth=2.79 feet Depth Increment=0.164 feet 1 sensitive fine grained 04 silty clay to clay 07 silty sand to sandy silt 010 gravelly sand to sand , 2 organic material 5 clayey silt to silty claye,8 sand to silty sand ®11 very stiff fine grained(') 03 clay 0 6 sandy silt to clayey silt 09 sand 0 12 sand to clayey sand(') Predrilled to 2.5 ft,refused at 2.8 ft In Situ Engineering 'Soil behavior type and SPT based on data from UBC-1983 Figure A-9 URS Corp. Operator: Nowak CPT Date/Time: 9/27/2007 8:28:02 AM r� Sounding: UC-10-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 W Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 0 1 1 I I I 1 1 I I I I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 I I I I 1 1 1 I I I I 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 1 I I I I I I 1 1 1 1 1 1 1 1 1 1r I I I I I I i i 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 2 I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I 1 I I I I I I I I I I l i V I I I I I I I I I I I I I 1 I I I I I I I I I V I I I I I I I I 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I 4 - V I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I 1 I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I 1 V I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I 1 I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 I I 1 1 1 1 1 1 I I 8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I 1 I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 I I I I I I I I I I 1 I I I I I I I V I I I I I I 1 I 1 I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 10 Depth 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 1 1 1 1 1 1 (ft) 1 1 1 1 1 1 1 1 1 1 11 1111 11 1 1111111 1 1 1 I 1 I 1 I 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1111111 111 111111111 1 1 1 I I I 1 1 I 1 I 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I 11 I 1 I I I I 1 1 1 1 1 1 1 12 I__J__L__I__J-_1-_L- 1_J__I__I_ 1_I_LJ_I_1J I 1 1JJ_I_I_I_I I I I I I 1 I I I I ( I I I I I I I 1 1 1 1 1 1 1 I I 1 I I I I I I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 r -1 1 1 1 � 1 � 11111 � � 111 , 1 , 111 11 ; 11111 111 I 111 1 1 1 111111 1 111111111 111111 1111 1111111 111 11111111 14 -J__1__1___1__1__L_ _J__I__I_ _1_ J_1-L_I 1 L L 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 I 1 1 11 11 1 I i 1 I 1 1 1 1 1 i 1 1 1 1 1 1 1 li 1 1 1 1 1 1 1 i 1 1 1 1 i i 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 i 1 1 1 1 1 � 1 i 1 1 1 Ii 11 i i I I i i I 1 1 1 1 1 I I i l i 1 1 1 1 I I I I I I 1 I I I I II I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 16 I I I I I I I I I I I I I 1 I I I I I I I I I I 1 I I I I V I I I I I V I I I 1 1 1 1 1 1 1 I I I i i I I I I I I I I I I I I I I I I I I I i l l l i l II I I I I I I I I I I I I I I 1 1 1 1 1 1 l i l i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I 18 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I 1 I I I I I I I 1 1 1 1 1 20 Maximum Depth=20.18 feet Depth Increment=0.164 feet IM 1 sensitive fine grained 04 silty clay to clay 7 silty sand to sandy silt 010 gravelly sand to sand ■2 organic material N 5 clayey silt to silty clay 8 sand to silty sand N 11 very stiff fine grained(*) 03 clay 0 6 sandy silt to clayey silt 9 sand 0 12 sand to clayey sand(*) Pre-drilled to 6.5 ft in same hole as previous attempts In Situ Engineering *Soil behavior type and SPT based on data from UBC-1983 Figure A-10 URS Corp. Operator: Nowak CPT Date/Time: 9/27/2007 8:07:12 AM ' Sounding: UC-10-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33760331 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qc TSF Fs/Qc(%) Pw PSI Zone:UBC-1983 60%Hammer 0 800 0 5 -6 10 0 12 0 100 ' 0 I I I 1 1 I I 1 1 1 1 1 I II I I I I II � I I 1 1 1 1 1 I I I I 1 I I I I I I I 1 1 1 1 1 1 2 __y__r__ 4 _,___,__+ I I I I I I I I I 1 1 1 I V I I I I I I I I 1 I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 I I I I I I 1 1 I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I__+I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 +- -1- - I I I I I I I I 1 1 I I I 1 1 1 1 1 1 1 I I 1 1 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 i 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I 1 1 1 I I I I I I I 1 1 1 Il 1 1 1 1 1 I I 1 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6 _I-_ __+__I___I--{__L_ +_�__I__I_ _I-+-I-I-+� F-I-I-I-!-!++♦_ i i J J-I-I-I-I I I I I I I I I I I I I I I I'I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I ( I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 8 -I--J__A__I__ --1--L_ 1 I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I V I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10 1-_J__1__II___I__1__L_ 1_J_J_ Depth I I I I I 1 I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I 1 I I I I I I I 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 II I I I II I I 1 I I I I I I I I 1 I 11 I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I 12 1 L I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I 1 I I I I I I I I I II I II I 1 I II 1 1 1 1 1 1 1 1 1 1 1 II I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 II I I I I I I I I I I I I I I I I I I I II 1 1 1 II I I 1 1 1 14 ---J 1__I___I__i_ 1 _I __L j-!-1 J _I__I J J 1 L L I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I i I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I � I I I 1 1 1 1 1 1 1 1 1 1 1 I I II II I I I I I I I I I I I I I I I I I I I I I I I I 1 II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 16 V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I 18 V I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 1 1 I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I I V I I I I I 1 II I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I 1 1 1 1 1 1 1 1 1 ( I I I I I I I I I I I I I I II I I I I II I I I I I I I I I I I I I I I 1 1 1 II I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 Maximum Depth=3.77 feet Depth Increment=0.164 feet 1 sensitive fine grained 04 silty clay to clay 7 silty sand to sandy silt M10 gravelly sand to sand 02 organic material 5 clayey silt to silty clay 8 sand to silty sand 11 very stiff fine grained(*) E 3 clay 0 6 sandy silt to clayey silt W 9 sand 0 12 sand to clayey sand(*) Pre-drilled gravels to 2 ft,cpt refused,pre-drilled again to 4 It and also refused In Situ Engineering *Soil behavior type and SPT based on data from UBC-1983 Figure A-11 r URS Corp Operator Brown CPT Date/Time: 9/21/2007 7:54:37 AM Sounding: UC-02-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33? Selected Depth(s) (feet) 3 —11.647 I I I I I I I I I I I I I I I I I I , 1 ----------- -I--r- F- _r______-1--r--r-r--I--r- --r--r----T- I -T--I--r- I I I I I I I I 1 I I I I I I I II I I 1 I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I - - I- - 1 _I_____1__- _____1_____1_____1_ -I- I I I I I I I I -I__L_J__L_J__I__1__I__1_ _LLILIL_JLI__J__I__1____1____1___ I I I I I I I I I I I I I I I I I 1 I I I I I I I --I--I - ---- __I-- - - - -I I I I I 1 _}- 1 I Pressure 2 (psi) 1 1 1 ------------------ -- r__r____r_-__,__ --I -I - ____ --I-- --I-- - --I-- --I -- --1 --I _ _--- ---- ---- --I-_ --1- I 1JI I I I I I I I I I I I ------------ -L----L--I-- ---- -___ ----------------- I r _i____-____-____r__I__r____ _ __r____I__T__I__ __I__T__I__T___ I I I I I I I I I I I I I 1 I I I - I I J 1 1 1 1 I I I I I I I I II I I I I I I I I I I , I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I 1 1 I I I I I 1 I I I I I I I I 1 I I I I I I I I I I I I I I I I _I- I I I I I I I I I I I I I I I I I I I I I I 1 0 1 2 3 ' Time:(minutes) In Situ Engineering Figure A-1 2 URS Corp Operator Brown CPT Date/Time: 9/21/2007 7:54:37 AM , Sounding: UC-02-07 Location: Renton Runway Rehabilitation Cone Used: DSG1015 Job Number: 33? , Selected Depth(s) (feet) q r ' 14.108 3 -------------- -- ' 2 ------ --- -- ----- --- ----------- --- -- --- ----------- --------------- --- Pressure , (psi) 1 - --------------- --- -- - - - - --- ---- - - _- -- ---------------- 0 - - ----------- ---- - - - - - -------------- ---- -- ----------- 0 1 Time:(minutes) In Situ Engineering Figure A-13 1 1 1 1 1 ! APPENDIX B 1 Construction Safety and Phasing Plan 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RUNWAY BLAST WALL REPLACEMENT PROJECT RENTON MUNICIPAL AIRPORT Date: June 5, 2014 ,rr Subject: Construction Safety and Phasing Plan (CSPP) The following documents will be incorporated into the contract plans and specifications in accordance with the requirement of a construction safety and phasing plan. The following CSPP documents will be included as Appendix B: • CSPP Narrative Plan sheets o G2.01: Contractor Layout Plan, Haul Routes o G2.02: Safety and Security Notes 6 o G2.10: Construction Phasing — Phase 1 and 2 • GVOR—Ground Vehicle Operations Rules for Renton Airport I Cordially, Andrew B. Carpenter, PE r Civil Engineer URS Corporation L �a A z6• t9 EXPIRES8/25fti THIS PAGE INTENTIONALLY LEFT BLANK RUNWAY BLAST WALL REPLACEMENT PROJECT RENTON MUNICIPAL AIRPORT CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) (Note—Paragraph numbers refer to FAA Advisory Circular 150/5370-2F) i 201. Overview.Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan(CSPP)and the contractor's Safety Plan Compliance Document(SPCD)are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation .� procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop,certify, and submit for FAA approval each CSPP. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans has been developed concurrently with the �ro project design. a. Submit an Outline/Draft.By the time approximately 25%to 30%of the project design is completed,the principal elements of the CSPP should be established. b. Submit a Construction Safety and Phasing Plan (CSPP). c. Submit a Safety Plan Compliance Document(SPCD).The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions.All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204.Meet CSPP Requirements. a. To the extent possible,this CSPP addresses the following as outlined in Section 2, of AC 150/5370-2F). Details that cannot be determined at this stage are to be included in the SPCD. (1) Coordination. (2) Phasing. (3)Areas and operations affected by the construction activity. (4) Protection of navigation aids(NAVAIDs). (5) Contractor access. (6)Wildlife management. (7) Foreign Object Debris(FOD)management. (8)Hazardous materials(HAZMAT)management (9)Notification of construction activities. (10)Inspection requirements. (11)Underground utilities. Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 1 (12)Penalties. (13) Special conditions. (14)Runway and taxiway visual aids. , (15)Marking and signs for access routes. (16)Hazard marking and lighting. (17)Protection. (18)Other limitations on construction. b.The Safety Plan Compliance Document(SPCD)should include a general statement by the , construction contractor that he/she has read and will abide by the CSPP. In addition,the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor,the title of the project CSPP,the approval date of the CSPP, and a reference to any supplemental information (that is,"I ,Name of Contractor,have read the Title of Project CSPP,approved on Date,and will abide by it as written and with the following additions as noted:").The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject,the statement,"No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the ' CSPP: (1)Coordination.Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2)Phasing.Discuss proposed construction schedule elements including: (a)Duration of each phase. ' (b)Daily start and finish of construction,including"night only"construction. (c)Duration of construction activities during: (i)Normal runway operations. , (ii)Closed runway operations. (iii)Modified runway"Aircraft Reference Code"usage. ' (3)Areas and operations affected by the construction activity.These areas and , operations should be identified in the CSPP and should not require an entry in the SPCD. (4)Protection of NAVAIDs.Discuss specific methods proposed to protect operating , NAVAIDs. (5)Contractor access.Provide the following: (a)Details on how the contractor will maintain the integrity of the airport security fence(gate guards,daily log of construction personnel,and other). (b)Listing of individuals requiring driver training(for certificated airports and as ' requested). Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 2 r (c)Radio communications. (i)Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. .. (d)Details on how the contractor will escort material delivery vehicles. (6)Wildlife management. Discuss the following: a (a)Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7)Foreign Object Debris (FOD)management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8)Hazardous material(HAZMAT) management.Discuss equipment and methods for ' responding to hazardous spills. (9)Notification of construction activities. Provide the following: (a)Contractor points of contact. (b)Contractor emergency contact. ' (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the ' airport operator. (10)Inspection requirements. Discuss daily(or more frequent) inspections and special inspection procedures. (11)Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12)Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. ' (13) Special conditions.Discuss proposed actions for each special condition identified in the CSPP. ' (14)Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: ' (a)Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings(paint,fabric, other). Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 3 (c)Types of temporary Visual Guidance Slope Indicators(VGSI). (15)Marking and signs for access routes.Discuss proposed methods of demarcating ' access routes for vehicle drivers. (16)Hazard marking and lighting.Discuss proposed equipment and methods for ' identifying excavation areas. (17)Protection of runway and taxiway safety areas.including object free areas, , obstacle free zones,and approach/departure surfaces. Discuss proposed methods of identifying, demarcating,and protecting airport surfaces including: (a)Equipment and methods for maintaining Taxiway Safety Area standards. ' (b)Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. ' (18)Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. ' 205. Coordination. Airport operational safety during construction will be discussed during the prebid and preconstruction conferences. In addition: ' a. Contractor Progress Meetings. Operational safety shall be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the Construction Safety and Phasing Plan(CSPP). All changes will be reviewed and approved by the airport operator and the FAA. ' c. FAA Coordination. The project will be coordinated with Peter Doyle, Seattle Airports District Office(ADO)project manager in conjunction with submittal of FAA form 7460-1. The project will ' be coordinated with Renton Airport Traffic Control Tower(ATCT)manager. 206. Phasing. The sequence of construction has been phased to gain maximum efficiency while allowing minimizing impacts to normal operations. The construction phases have been coordinated with airport ' users. The general phasing strategy has been to incorporate all of the work outside the limits of the runway safety area and taxiway object free areas. The project will consist of two major phases: • Phase 1:will be to establish the new blast wall and perimeter fence. All the work will be within the Airport Operations Area(AOA)north of the existing blast wall and perimeter fence. Phase 1 ' will establish a new fence line and blast wall perimeter. Work will consist of pavement demolition and reconstruction,as well as forming of the new blast wall foundation,and erection of the new blast wall. , • Phase 2: will be performed south of the new blast wall and perimeter fence. Elements will consist of the demolition of the existing blast wall and perimeter fence. Once the existing blast wall has been removed the area will be regarded for landscaping and artwork on the pedestrian side of the blast wall. , Renton Municipal Airport Construction Safety and Phasing Plan t Runway Blast Wall Replacement Project 4 a. Phase Elements. Refer to the construction drawings for: • Construction staging areas • Construction access and haul routes • Hazard marking and lighting • Lead times for required notifications There will be no effect on the following items due to construction activity: • Aircraft operations and movement • Impacts to NAVAIDs • Declared distances • Available runway lengths • Runway lighting and marking b. Construction Phase Drawings. Drawings have been developed which indicate the specific safety procedures,and construction equipment height restrictions. Available runway distances will not be affected by construction activity. 207. Areas and Operations Affected by Construction Activity. The construction phasing plan has been developed to allow runways and taxiways to remain in use without compromising safety. The plan was discussed with airport users during project design. a. Identification of Affected Areas. N/A.There are no areas/operations affected by the construction activity. The construction areas are identified in the drawings. b. Mitigation of Effects. N/A. Since there are no operations affected,there are no mitigation procedures required. 208. Navigation Aid(NAVAID)Protection. This project will be coordinated with the FAA ATO/Technical Operations office through submittal of FAA form 7460-1. During construction the use of reach forks up to 25 feet tall will be permitted for demolition of the existing 22 foot tall blast wall. Though unanticipated,the contractor will initiate the appropriate submittal to Airport Operations for all NOTAMs during construction activities.(See 213.b below for more information regarding NOTAMs) 209. Contractor Access. The project drawings show the areas to which the contractor has access, and how contractor personnel will access those areas. Specifically addressed are: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA,OFZ or OFA of an operational runway. Stockpiled materials and equipment adjacent to these areas shall be prominently marked and lighted during hours of restricted visibility or darkness. This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. b. Vehicle and Pedestrian Operations. Vehicle and pedestrian access routes are shown on the project drawings and are designed to prevent inadvertent or unauthorized entry of persons,vehicles,or ' animals onto the AOA. These routes have been coordinated with airport operations personnel. The following is included: Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 5 (1) Construction site parking. These areas provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees shall park and service all ' construction vehicles in an area outside the OFZ and never in the safety area of an active runway or taxiway. Inactive equipment shall not be parked on a closed taxiway or runway. Employees shall park construction vehicles outside the OFA when not in use. (3) Access and haul roads. The construction contractor shall not use any access or haul roads ' other than those approved. Access routes used by contractor vehicles shall be clearly marked to prevent inadvertent entry to areas open to airport operations. The primary access point for the contractor to the construction site will be through Gate V8 just west of the blast wall. (4) Marking and lighting of vehicles. Any contractor vehicles that enter the AOA shall have a flag or amber flashing beacon attached to it. Any vehicle operating in the AOA during hours of darkness or reduced visibility must be equipped with an amber flashing beacon. (5) Description of vehicle operations under normal,lost communications,and emergency conditions. Vehicles operating within or crossing the AOA must have prior approval from the , airport Owner. If a vehicle becomes lost or has a radio failure,the operator should vacate the runways and taxiways as quickly and safely as possible,advise the Contractor's superintendent of the situation and wait for further instruction. If an emergency condition occurs,the contractor's staff should meet at a location designated by the contractor's safety officer. ' (6) Required escorts. When any vehicle other than one that has prior approval from the airport Owner, must travel within any portions of the AOA, it will be escorted and properly identified ' and lighted. (7) Training requirements for vehicle drivers. The Contractor's Safety Officer will be q responsible to ensure contractor's operations are in compliance with the airport operator's vehicle rules and regulations. The Contractor's Safety Officer will be trained on the rules and regulations by Airport Staff prior to beginning the project. (8) Situational awareness. Vehicle drivers shall confirm by personal observation that no aircraft is approaching their position(either in the air or on the ground)when crossing a runway, taxiway,or any other area open to airport operations. No vehicles shall pass in front of pedestrians or moving aircraft. In addition,it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9) Two-way radio communication procedures. ' (a) General. Construction contractor personnel engaged in activities involving unescorted , operation on aircraft operation areas must observe the proper procedures for communications, including using the appropriate radio frequency. When operating vehicles on or near open runways or taxiways, construction personnel must announce their intentions and continue to monitor aircraft operations. Vehicular traffic located in or crossing an AOA must have a working two-way radio, be under the direction of contractor furnished flaggers, or be escorted by a vehicle with ' a radio. All drivers shall confirm that no aircraft is approaching the vehicle position. Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 6 i i Additional requirements and recommendations are contained in the Airport's Ground Vehicle Operating Rules,copy enclosed. (b) Areas requiring two-way radio communication with the ATCT. (c) Frequencies to be used. The contractor shall use and monitor ground control frequency i 121.6 Mhz. .� (10) Maintenance of the secured area of the airport,including: (a) Fencing and gates. Contractors shall take care to maintain security during construction when access points are created in the security fencing. Temporary gates shall be equipped i so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures shall be in place to ensure that only authorized persons and vehicles have access to the AOA. i Contractor shall be responsible to provide gate guard personnel any time material delivery, hauling,or other construction activities require leaving a gate open that provides access to the airport. (b) Badging requirements. Each driver authorized to operate a vehicle on the airport will be required to attend the Airport's ground vehicle training course. After successful i completion, a gate access card will be provided. All drivers will be required to have the gate access card to access the gate. i (c) Airports subject to 49 CFR Part 1542,Airport Security. Not applicable (11) Flagging. It is anticipated that construction traffic will not be required to cross active runways, ,. taxiways or aprons. Under no circumstances is the Contractor to cross a runway open to air traffic. During construction activity within Phase 2,the contractor will be working on both sides of Perimeter Road, and must provide flaggers to provide safe passage for pedestrian traffic traversing on Perimeter Road. i 210. Wildlife Management. The Contractor shall carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel shall be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. d. Poorly Maintained Fencing and Gates. (See 209.b(10)(a)above.) e. Disruption of Existing Wildlife Habitat. Contractor personnel shall immediately notify the airport operator of wildlife sightings. ' 211. Foreign Object Debris(FOD)Management. The Contractor shall not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be removed immediately. Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 7 Materials capable of creating FOD shall be continuously removed during the construction project. Fencing may be necessary to contain material that can be carried by wind into areas where aircraft ' operate. 212. Hazardous Materials(HAZMAT)Management. The contractors shall be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. ' 213. Notification of Construction Activities. The contractor shall immediately notify the airport operator or Engineer of any conditions adversely affecting the operational safety of the airport. ' a. List of Responsible Representatives/Points of Contact. The contractor shall prepare and maintain an emergency contact list for all involved parties,and procedures for contacting each party, including , after hours. b. NOTAMs. Before beginning any construction activity which may impact the normal operations at , the airport the contractor must ensure,by direct communication with City of Renton airport personnel,that the activity has been reported using the FAA's Notice to Airmen(NOTAM)system. Upon completion of work and return of areas to standard conditions,the contractor must verify the cancellation of all applicable NOTAMs. Only the airport operator may initiate or cancel NOTAMs, ' and is the only entity that can close or open a runway. c. Notification to the FAA. All communication with the FAA will be accomplished by the airport ' operator. 214. Inspection Requirements. a. Daily Inspections. Inspections will be conducted daily,or more frequently if necessaryto ensure ' conformance with this CSPP. A Construction Progress Daily Safety(CPDS)checklist,enclosed as part of this document,will be used. ' b. Final Inspection. A final airport safety inspection will be conducted by the airport operator at the end of final construction activity. 215. Underground Utilities. Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Drawings. 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 either the airport or the Engineer for their accuracy or completeness. 216. Penalties. Non-compliance with the CSPP or airport rules and regulations may result in revocation , of driving privileges and access to the Aircraft Operations Area. Additional limitations to the construction activity are outlined in Section 222. 217. Special Conditions. None 218. Runway and Taxiway Visual Aids. The contractor shall insure that areas where aircraft will be ' operating are clearly and visibly separated from construction areas. Throughout the duration of the construction project,the contractor shall verify that these areas remain clearly marked and visible at all times and that marking, lighting,signs, and visual NAVAIDs remain in place and operational. ' Renton Municipal Airport Construction Safety and Phasing Plan ' Runway Blast Wall Replacement Project 8 S a. General. Airport markings, lighting, signs,barricades and visual NAVAIDs shall be clearly visible to pilots. All must be secured in place to prevent movement by prop wash,jet blast,wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Marking will consist of replacing the threshold marking and runway end demarcation bar as shown in the drawings. S 219. Marking and Signs for Access Routes. Pavement markings and signs will conform to AC 150/5340-18 and with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD)or State highway specifications. Signs adjacent to areas used by aircraft will comply with the frangibility requirements of AC 150/5220-23,Frangible Connections. 220. Hazard Marking,Lighting and Signing. � a. Hazard Marking and Lighting. Hazardous areas in the AOA, including any area affected by construction that is normally accessible to aircraft,personnel, or vehicles,open manholes, areas under repair, stockpiled material,waste areas,and areas subject to jet blast, shall be marked with barricades. During periods of low visibility and at night,red flashing lights shall be operational on the barricades. The hazardous area marking and lighting shall be furnished and maintained by the contractor. b. Equipment. (1) Barricades. Barricades,(weighted or sturdily attached to the surface)are acceptable methods to identify and define the limits of construction and hazardous areas. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds,prop wash and jet blast. The spacing of barricades shall be such that a breach is physically prevented barring a deliberate act. Fully interlocking low profile lighted barricades will be used exclusively. (2) Lights. Lights shall be red, either steady burning or flashing,and must meet the luminance requirements of the State Highway Department. Lights shall be mounted on barricades and spaced at no more than 10 ft. Lights shall be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. (3) Signs. The contractor shall supplement barricades with signs(for example"No Entry," "No Vehicles")as necessary. (4) Air Operations Area-General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area,and on aprons,the contractor shall use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, ' alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in(50 by 50 cm) square and securely fastened to eliminate FOD. All ' barricades adjacent to any open runway or taxiway safety area,or apron must be as low as possible to the ground, and no more than 18 in high,exclusive of supplementary lights and flags. Barricades shall be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop ' wash,jet blast, wing vortex,or other surface wind currents. ' Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 9 221. Protection of Runway. Runway safety areas, obstacle free zones(OFZ),object free areas(OFA), and approach surfaces shall be protected at all times by the contractor. The project drawings show all ' safety areas,object free areas,obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area(RSA). A runway safety area is the defined surface surrounding the runway ' prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot,or excursion from the runway. No construction may occur within the RSA while the runway is open for aircraft operations. ' b. Runway Object Free Area(ROFA). Construction,including excavations,may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material shall ' not be stockpiled in the ROFA. c. Obstacle Free Zone(OFZ). Personnel,material,or equipment may not penetrate the OFZ while the runway is open for aircraft operations. ' c. Runway Approach/Departure Areas. Personnel,materials, and equipment shall remain clear of the applicable approach and departure surfaces. d. Construction Activity Coordination. a. The contractor shall hold a daily safety meeting to coordinate with Airport ' Operations personnel of the equipment to be used that day,and to confirm the hours that day for construction activity. (Airport contact:Jonathan Wilson,206-423-0087 or 425-430-7477) 222. Other Limitations on Construction: The airport owner shall have the authority to suspend the work wholly,or in part, for such period as necessary,due to conditions considered unfavorable for the , prosecution of the work,or due to the failure of the Contractor to carry out orders given or perform provisions of the contract. Renton Municipal Airport Construction Safety and Phasing Plan , Runway Blast Wall Replacement Project 10 Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur. This checklist shall be completed each day by the contractor to aid in identifying and correcting potentially hazardous conditions. Item Action Required None Open excavation adjacent to runway ❑ rs Mounds of earth,construction materials or other obstacles near an open runway or Object Free Area/Aircraft Approach Area ❑ Heavy equipment (stationary or mobile) operating or idle near AOA,in runway approaches or in OFZ. ❑ +rr Use of cranes without proper notification. ❑ Improperly positioned or malfunctioning obshuction lights on ❑ .r equipment or airport hazards,such as holes or excavations. Objects,loose pavement,trash and other debris on or near AOA. ❑ Improper marking and lighting of runway relocated threshold.. ❑ Wildlife attractants Misleading or malfunctioning obstruction lights.. ❑ Failure to coordinate NOTAM requirements with airport staff ❑ i Lack of radio communications with construction vehicles in airport movement areas. ❑ ,. Objects that could be distracting or confusing to pilots during aircraft operations. ❑ Spillage from vehicles(gasoline,diesel fuel,oil)on active " pavement areas ❑ Construction work taking place outside of designated work areas or out of phase. ❑ Renton Municipal Airport Construction Safety and Phasing Plan Runway Blast Wall Replacement Project 11 THIS PAGE INTENTIONALLY LEFT BLANK ' 13S Oi9 0 0 SO;; All o� W I I I 1 I o o LU ,•'f r: I `b � b !,�� b;� °ta <igoo CL ;J, ' w w � uiczoi cS= aoa W J o w z z w � w 33 � wa n,j ? 15 E w � tit m 3o�LL LU 0o �U m o f > a ' ; cv < s I i 4 P' o I I I v � • � I I I I � a � I it I I I z � 1 19A0 I I I z LL J2 0LU ."a I I ' I I I Isl l �y3 k I I I I a D Fo i ZTQF 5 i I I I I I ZJW It. I I I C o = o� F �w vaI -1 Iw i b o ZLU w€ oda 9; s LL533�3 ;w caiYl I I I I Ip I m " " I I 1 = I II I wX� w I I o J 2�A o w g i i5 p 6 $ 6 0 a � o Y , Z i Q J Q] ' F LL W J } J J Q Z 0 H Z W F Z W , Q a U) 1 N waw r a =w 13S O!9 9m o Y oa g �Fxo � oo a G� g80 �wcm $� z= 000N oaf �� j � c www a� r. �� a Wd. �� o rc$ 1 J6iiE o s ji 8a8 `°om w is €r ow els k� hod �ze�" g H s�o u 'N a8 0o a _ 48 _rcm- `wd www oo'wwo o oo cpm - - WxooZ goo z� "' �a� °sw �i� �Sa uF i �RU c�ay� c aGo i iia. `$ 3 m w 3Ga �Jw w x�o " E rc o cz-ao" a �`�'$c oG� �Fw o $ o a$ _ _a � a 590 � o�� � y��U� w8€ �<G'i N 368 r= w �E,tx =moi Y �o - _ Qaz oo i w m � ��< z si �'"m �d &mG 8 96. ; i z osR ww= v m � zz -IW €o8 $" wiZ I �$ w <'m5 ;8w wQ 9 W� wF Wa ESE- ESmm o g8 w G -Ng oa8 z ='ao o'a� o�w� kw�a o�a3w c a w Z. �$i _o �"� a- iN _Fw m $oe aim lz ��m ; _ 8 3 to i tam =� __$ � ig �'m F Gw 3~'zw � � ;mG m �ms w 886 z � s agicG- SSr rm dodo d v� z woi rcU� G '-0 �� ap= o am aa��$F w� �a-o�aw•<- Ga Pi �Go �w'' " o �go� zw rc G ��z�a� a�pa�p �G� vio5; oa Gr �= �s� n m YH g wa�'8 ffiw_ �a mgm o Qio m� zoOa 6 "iG wFs �.=z; mwN ��oo L>z - W s0NS.a'1, 3 Nao = Z i mW� $2w im 8m 9mo oE" w � So�.3m m 2o -_� � � �� 7a !^�9Q- Na . !68 orrr � mm3Wad 3 888 Z. o tii w'5�3LL SiGo W � m 55` ms LLI� J �� � g6 < tmhomoo_ $�1w oWo . a KogS= . -. -a8 g aama a W oLw �jo _ �El! z 8Nxm�o�oo oi m�aj o5 3U0 w��`=oamso3~�� _Ug�aaz�jrmw a JWLL U i - wmi5 o ti a3 $3rc ZFU' iou=i ^ mo zQ o " a SSZ�wN �cois yam o�O0.s. rc o o�QOHN ��c�o Z,� U) S. 3� wi 'o '= `x'"�J wove vwi 'ao N�nZ rc'w,w- Z Z ; �a�F V� 3i �zwi GN� o ��'"a� D o Z �o 3 6 ` - w 4�� s��+ H 8�;�� o a o=' .6VR 888.11 Z<Z coir o E M% ca = a �So - �SUWw�g .i 5w5��ore �a w zrcwao -p Uo J W ' � z N 9 S'i�U�~UF oumic'i ,� � oo � a - ZC/C o m ; <, 'a a 8 xa�i o� G m= t.Uix�z 'Yc go..A W a �I - o a s ow=� wg=- ���� w89 Z-F - 58 xad� �, ��€ 5G< ��c`rzt G� 8 oio 'aao 0o-o C m = $o o Hi- g 'Za"'o�a ���Nw zm� -G �rc"'a� ow8�o�� w <�x' o 0 o U G b O m rco oo ~ �, r$ 3 0 o Y� � �a' _ "Wz� z3mmz� Uz wzZ'- zm �too� wG o O� z j`� �m i o kza z �UU Nopm azo w 3�Zm< .; - i� oa °a - _ &,.Fj� woio �m�g $ map ga imdc� T o�.. `w^� wdoo7mY c�i'o _,WOos�'o,!< qiya� W _ god o 0 5 �zmzwo "d -- U o�a8w - iuNPam z bomGom^m w mso� Gas oma, w � zaa s zg`$wo e ,Fg� � �o $o iw =0 2oOz o="w;ong �$ w"'r iiio �� ioo �oNs � d s0 oK , . - �g 5 5 <` Fa o u €xo�w��� a g�� o V * LAK ri I__ s w�'aGF a "�� 8 �cw?�8 om F s Ig2mggg mo _ ffim 8 ow Jux�i =.v J�c'-w$ 9aoix «o U i8m� 8 oo o i� = a � w =ww19 wxm LL�G' z,n 5 z < g ��om-Uv :x > G 62ow o sw8 = s< o o : gym W -�� �gw =G�p �t� m z �o�w84F8iar� Yr og o = b 9'. e§ o0 0 oB �m3Nm N s� $saw boy ooZ z chi Z _o >� 8o F o NJwN `wz $z d� $ww « F < aJ�m - o sz3SWWJs=� 9 Y w o m wQ�oa" g i a� 9 8a _ sgg- s Fz ���wnwn,mgw �' me��4'Z `� 4p --Z.- g¢ o �3 Z� T w ..,rcG a .. .,� R. wom 4,10 ui Li w. V.� s U fir-�urroirc� z a IN �z� oo a �_ =o ��_ - w ow s o 9 w Q � J w �w m w mo o�w � 1.� �W N�p=� �owm� ��am � � 8 c so � o Goy so a n � �`�a - oW-Qo a z jmoog9 w ��u s. o< s, o��WN � N L ilk, , M' oN ow oz aF w a �wi M. a`O.--a��$ I. w _ _� w• _ ffi8g' $� i fiow o�mw '� iff 2sA ' z oo wo &o rg w J - z 3mw f~/l ttpi� c y o .o O � w� L) 'o o�ZmGi _ � _gR> m� o N'g� $� eo i'sp� m wr � W� Uoowa 8< 30 �a Qa_e_ z a, Qs.. � o awm tw'� s, z Gw$'ox �q v =c 803 kmoa ui $ wzcl Hv 01 ow g� Z " a� m c� wom ow ow o� awG�o �w z -_ �� �E 4 R w E 6 $oa s :a wg =K' o � �gz aM! IMP �o����c gQ ¢ � � o� F� w o oa s boa 2 c o'g�. zzd cw w��-� " 3 0 ~ N o Wa '�' ;aE w o a F» &m a e O o�� �ow c o,y; �� 40 0 3- ~m ?i w i �w� m84%-, H. h $ � S.- m' rwwo rmmw oao '� om o m ' Go �€ ' - Uoo o ffi oU ca o Y;'-"i$ma o �m8 � � ��o�"$"' UQ N `o'; u zw F2yc�i �a E a S� �Nt a p aw' 3 6�o o LL G ME. �L. � �' o wzs ao . ?� Fzo 9 � Yb�m= �3aFo o�a��~o� �m N baa L. o Wp= a 23z a XIOS2 aA I =�m� __� oo�� ao a Fm m Noa$ n G G wrn x� xz w mm �Nwmo ��a wa p ' z� o LLd o w� yY �za w$ 5oN _- omaw,�wzA Amo mo v $g amz ti„ $$ zs� ���§&� w �° m ��om o zhZ� - `�a � Yo v W W F— w8 {=_'3z a RGm Jmo g1wN �'a8o $e' o �o o owo c &"spa No o c N w U�w rz'^vo w m z s _�$�+ G w�qq oY F 9wy ri o z $�o_ S9'w"F .N rd yy=$ so z �' O � FQ F Em " i wo W F �' �� wd F O �u g RA€ L) aa ' �� v �ia .,w ao1. �8 ci .., ,.< Y Z Q J CD F LL ' W J J J Q ' Z O H Z W z Z_ W , C7 Q a U) 0 c mo o � _ o o>oFyi Iwo Ll=e a Z o - - a o o F ' wo�GG E1GW� � L e Lu o o o o o O a� =j u� UWi b z es 3 = �i& OQ io Z in z = o :. _ _ _ = 3a U�v�i u;i a v�'i a mid vWi a rcz W J U 00 ~ a a _ M O _ J r a 013 zz � Z O � U F t r j 1 I F } l I 0 0z J o I� I I I I I aLLu aox N �•" i Doz z'z Lu I I r z Lu r I i o 8 — IJi ` oIT 'W 1 � F.. 11of �; a = 0 µ G } _ Qz J 8a4`tatsx _ • �� w =LL a o� 0 ti W x o. �— .FEZ / a G� OI r3 F, wl—i,A,,....e�.�,., t Y Z J m ' H W J } J J Q ' Z Z W H Z_ W C7 a x H o N 3 G s Sa zo 3 - Z CL 01 o >^ a g o w 5 w a IL Uz o `0 0 4u -6 i w r J J In W o z z rc �z ~O w ern Z nl ILQ Q o c ; gw .3 za 3 a Cl) o 03a - �" 3o z a o ¢ - - a o��o� w Rz w x ixi: cU m ~ a a _ o w r Q � i z z z � O U c X00 aLL0 i aovz, i I I I =Z3 I o D00 °uCC ups 3 z ujzI Y T i I � m l I i t ` 1 itl �t , w o W L90 god t 0 Y Z Q m ' LL W J } J J a , Z F Z W N Z W 0 Q CL x RENTON AIRPORT Clayton Scott Field GROUND VEHICLE OPERATION RULES I `C-11 oP w� Updated December 2012 Table of Contents Welcome Message...................................................... . ............................................................ 3 ' Purposeand Objec ves.............................................................................................................. 4 ' GeneralAirport Areas................................................................................................................ 5 Taxiway Markings and Li h n 7 ' RunwayMarkings and Ligh ng................................................................................................... 9 ' VehicleRestricted Areas............................................................................................................. 11 VehicleDrive Lane........................................................................................................................ 13 Renton Air Tra c Control Tower................................................................................................ 14 ' Rules for Radio Communica ons................................................................................................ 16 Loss of Radio Communications.................................................................................................... 17 , LightGun Signals........................................................................................................................... 18 ' Drivingon the Airport................................................................................................................... 19 Foreign Object Debris/ Damage................................................................................................. 20 , OtherAirport Informa on............................................................................................................ 21 , APPENDIX1—Phone c Alphabet................................................................................................ 25 APPENDIX 2—Phone Numbers.................................................................................................... 26 , 2 ' Welcome to the Renton Airport! Accidents between ground vehicles and aircra occur at airports around the world. To reduce accidents and liability, the Renton Airport has developed this Ground Vehicle Opera ons Handbook to educate drivers on the safe opera on of vehicles in the Aircra Opera ons Area. Please keep this manual readily available and use it as a reference guide. Ques ons or clari ca ons about airport opera ons are always welcome. Please feel free to stop by the Airport 0 ce at the base of the Air Tra c Control Tower during our normal business hours or call us at (425) 430.7471. By following the procedures outlined in this book you are helping to create a safer and more enjoyable environment for all users of the Renton Airport. RENT4N �' AIRPORT HOME OF AMERICAS FIRST JET AIRLINER Qxa THE ROGERS POST MEMORIAL SEAPLANE BASE 5480 FT CONCRETE RUNWAY-ELEVATION 32 FT.-BEACHING RAMP, RADIO E LIGHT SIGNAL CONTROL TOWER•OPERATION 0900.1700 DAILY•:;»"r MAGNETIC HEADINGS 330'&15W•LOW INTENSITY NIGHT RUNWAY LIGHTS•SEAPLANE TIE DOWNS CHARTER FLIGHTS*AIRCRAFT RENTALS•AIRCRAFT ENGINE REPAIR• FLIGHT INSTRUCTION,RESTAURANT SNACK BAR^AIRCRAFT SALES E SERVICE ' DAY L�IlpVTOM N{34 OL•3464 OL� 3467 A p 4. .1. , fMRiL' ..: M 4".'`t. u 'ii,i q�P! ■ 3 i Purpose and Objec ves 1 The purpose of the ground vehicle training program is to promote safe air eld driving through educa on. The program provides new and refresher training for employees, tenants, and other 1 ground vehicles operators on this air eld.The primary objec ves of this program are to: 1 • Introduce and explain the procedures speci c to Renton Airport for opera ng ground vehicles; 1 • Iden fy and describe movement areas, non-movement areas, runways, and 1 taxiways; 1 • Iden fy and describe air eld signs, markings, and ligh ng at Renton Airport; i • Iden fy and describe the Vehicle Drive Lane and the runway hold short lines; • Describe the appropriate radio procedures while opera ng within the Movement Areas; and • Provide other useful Airport-speci c informa on. i 1 1 4 1 General Airport Areas Speci c terms are used to describe certain areas on the airport. You must be familiar with these terms to know what requirements you must meet to enter and operate in these areas. Landside and Airside The airport is divided into two general areas termed landside and airside. The landside area is the area of the airport that is outside of the security fence and is open to the general public. The airside, which is also referred to as the Air Opera ons Area encompasses all areas within the security fence and is not open to the general public. Landside Both perimeter roads, parking lots outside of the security fence, the front entrance garden and statue area, and the grassy area at the north end of the Airport are on the landside. Landside vehicle operators do not need to communicate with the Control Tower, nor are landside vehicles required to have a ashing amber beacon. Airside All areas inside of the perimeter security fence are on the airside also known as the Air Opera ons Area, or AOA. These areas include parking areas, aprons, taxilanes, taxiways, and the runway. The AOA is further divided into Non-Movement and Movement Areas. Airside - Non-Movement Areas The non-movement area consists of the areas on the Airport that are in the AOA but neither IP require you to be in contact with the Control Tower, nor have a aching amber beacon (designated airport vehicles excluded — see page 19). Non-movement areas include parking areas within the security fence, and the aprons. I 5 General Airport Areas - Con nued Airside - Movement Areas The runway, taxiways, and the taxiway object free area are the only Movement Areas on the ' Airport. The Control Tower controls all movement areas on the airport. Hence, any opera on in a Movement Area requires authoriza on from the Control Tower. ' The Control Tower transmits on two frequencies, Tower (124.7 MHz) and Ground (121.6 ' MHz). Opera ng a vehicle in the Movement Areas requires authoriza on from the Control Tower, when open, and use of a ashing amber beacon. At all mes when the Control Tower is closed, inten ons must be communicated over the Common Tra c Advisory Frequency (Same as the Tower Frequency- 124.7 MHz). ' To operate a vehicle in the movement area you must have a ashing amber beacon mounted on the uppermost part of your vehicle and be in contact with the Control Tower. , Use of Control Tower Frequencies ' While opera ng on most areas of the Airport, you will use the Ground frequency. There are some areas on the Airport that require use of the Tower frequency. The list below should help , clarify which frequency to use during a par cular opera on. If you are: • Opera ng only on a taxiway - use the Ground frequency (121.6 MHz); ' • Crossing the runway from taxiway to taxiway - use the Ground frequency (121.6 MHz—Airport employees only); • Entering the runway for inspec ons or maintenance - use the Tower frequency (124.7 MHz -Airport employees only); i • Using the east access road to the north bridge - use the Tower frequency (124.7 MHz - Airport employees only); and , • Crossing the runway from the Alpha Taxiway to the north bridge - use the , Ground frequency (121.6 MHz—Airport employees only). 6 Taxiway Markings and Ligh ng In general, aircra get to and from aprons and runways via taxiways. Taxiways have yellow markings and blue edge lights. Each taxiway is labeled with a le er and those le ers are part of a phonetic alphabet. Meaning, instead of being referred to as Taxiway "A," the taxiway would be referred to as Taxiway Alpha. Clearance must be obtained from the Control Tower prior to entering the Taxiway Object Free Area. Think of it this way, if you are on the west side of the airport stay west of the yellow line, and if you are on the east side of the airport stay east of the yellow line. nt i Taxiway Markings and Ligh ng — Con nued 1 Taxiway direc on and designa on signs have a yellow i background with black le ering. These signs indicate where that taxiway is located from your present posi on. *0i 1 A taxiway loca on sign has a black background with yellow le ering. This sign iden es the taxiway you are presently i opera ng on. i Taxiway and runway iden ca on signs may be used together to provide direc onal informa on to the pilot or driver. For example, this sign indicates you are currently at the i Echo intersec on of Taxiway Alpha facing Runway 16-34. ' i 1 1 1 8 i i Runway Markings and Ligh ng Runway Paint Markings Runway markings are white. Runways have numbers on each end and a broken white stripe down the center. The numbers on each end of the runway iden fy the magne c heading of the runway. By adding a zero to the runway number you will know its compass heading. For example, Runway 16 equates to approximately 160°. Note that at the other end of the runway the number is 34 (340°), which is 180° in the opposite direc on of Runway 16. Runway Ligh ng Runways have white lights along the pavement edges. The excep on is that the edge lights on the last 2000 feet of the runway are white on one side of the light cover and amber on the other (Runway 16 only). Runway threshold lights are addi onal lights that are posi oned across the ends of each runway to indicate where the runway begins or ends. These lights are green on one side of the light cover and red on the other. s 9 Runway Markings and Ligh ng - Con nued Runway Hold Line ' A Runway Hold Line denotes where the taxiway ends and the runway begins. It consists of two solid yellow stripes followed by two broken yellow stripes. If you come to a runway hold ' line — STOP! Only Airport employees are permi ed to cross the runway. All other ground vehicles must use the perimeter road to access the other side of the air eld. Airport employees , must receive clearance from the Control Tower before proceeding onto the runway when the Control Tower is open. If the Control Tower is closed, you must: , • Wait for any aircra in the pa ern to land and exit the runway prior to proceeding; ' • Ensure that your movement onto the runway will not interfere with aircra taxiing, landing, or taking o ; and • Make a radio announcement of your inten ons to cross the Runway Hold Line onto the runway. Announcements should be made on 124.7 MHz when the Tower is closed. 10 ' Vehicle Restricted Areas Vehicle Restricted Areas have been established at the Airport to provide increased security for the Boeing Company's leased aprons, and also to decrease runway and taxiway incursions (unauthorized entry onto a taxiway or the runway). Vehicle Restricted Areas are marked with stop signs. If you come to one of these signs - STOP! There are three restricted areas. The rst is located north of the last row of hangars at the end of East Perimeter Road. This access road is for airport opera ons and maintenance vehicles only. The second restricted area is Taxiway Bravo from the compass pad south to the large Aerodyne hangar located at 300 Airport Way. This area is o limits for all non-Boeing vehicles. Float trucks and airport opera ons and maintenance vehicles may proceed on Taxiway Bravo when authorized by the Control Tower. The third restricted area is Taxiway Alpha from the Lane Hangars at 500 West Perimeter Road south to the large hangar at 243 West Perimeter Road. This area is o limits for all non-Boeing vehicles. Float trucks and airport opera ons and maintenance vehicles may proceed on Taxiway Alpha when authorized by the Control Tower. r .. Any unauthorized drivers caught driving in the Vehicle Restricted Areas will have their access privileges revoked by the Airport Manager or his/her designee. ,, NIT --ROCEE0 EARANCE x f 01014 TOWER VEHICLES REQUIRE FLASHING BEACON RESTRICTED ENTRY CONTACT RNT GND FRED 1216 FOR APPROYAI .3- 11 Vehicle Restricted Areas Map i 12 r a f Txf� Vehicle Drive Lane The Vehicle Drive Lane runs most of the length of the air eld on the west side. The Vehicle Drive Lane is the designated drive lane for private vehicles opera ng on the airport. Vehicle tra c must use the Vehicle Drive Lane where it exists. Where the Vehicle Drive Lane is not yet present, or if por ons of the lane are blocked, vehicle tra c must stay as far away from the Taxiway Object Free Area as reasonably possible. Be cau ous while using the Vehicle Drive Lane around Lane Hangars and the 540 Hangar. Also, be alert for aircra crossing the Vehicle Drive Lane to enter the taxiway. No vehicle may pass in front of an aircra that is posi oned on the ramp wai ng to taxi, unless that pilot signals that it is alright to pass. All aircra have the right-of-way over vehicles (Advisory Circular 150/5210-20). If you see an aircra that appears poised to taxi across the ramp, you must wait for that aircra before con nuing to your des na on. r. a . r wr.. r r r ' 13 1 Renton Air Tra c Control Tower ' When open, the Control Tower directs all vehicle tra c on t h e movement area. The Control Tower is open every day of the year. Hours of opera on are 7:00 am to 8:00 pm from October 1 to April 30, and 7:00 am to 9:00 pm from May 1 to September 30. When the Control Tower is closed, there are di erent requirements for communica ng your inten ons while driving on ' the movement area. Radio Communica ons—Tower Open When the Control Tower is open you must contact Tower or Ground for approval prior to , moving aircra or vehicles onto a movement area. You will need to use di erent frequencies to receive authoriza on from the Tower depending on where you will be driving. t 14 , Renton Air Tra c Control Tower - Con nued Radio Communica ons—Tower Closed When the Control Tower is closed, the airport becomes an uncontrolled eld. The procedure during these hours is to monitor the Common Tra c Advisory Frequency on 124.7 MHz and announce your inten ons to enter any movement area. You must announce your inten ons prior to entering the movement areas and upon exi ng the movement areas. IMPORTANT! When the Renton Air Tra c Control Tower is closed, vehicle operators must monitor the Common Tra c Advisory Frequency (124.7 MHz) and make an announcement prior to entering the movement areas and upon exi ng the movement areas. ' 15 Rules for Radio Communica ons The following are requirements for radio communica ons while opera ng a vehicle in the movement area. ' Make Sure To: ' • Transmit on the appropriate frequency; • Listen to the frequency prior to transmi ng; ' • Use appropriate radio phraseology; • Use standard vehicle iden ca on phrases; , • Advise on ini al contact your request—who you are calling (Renton Ground or Tower), who you are, where you are, and what you want to do; and ' • Be familiar with the loca ons of the movement and non-movement areas. 16 ' Loss of Radio Communica ons Non-Movement Areas If you are only opera ng in the non-movement area then two-way radio contact with the Control Tower is not necessary. If you have a radio installed in your vehicle and it becomes inoperable you may con nue to operate in the non-movement area only. Movement Areas If your radio becomes inoperable before you proceed into the movement area then do not con nue. Instead, return the vehicle for radio repairs. If you are on the movement area and lose radio contact with the Control Tower, you should do the following: • Get o the movement area immediately! • Turn your vehicle toward the Control Tower and ash your headlights. • Look up at the Control Tower cab for light gun signals. • If the Control Tower responds with a steady red signal you must STOP! • If the Control Tower responds with a steady green signal you may proceed. If you have a cell phone, you may call the Control Tower at 206-7646632 for instruc ons as an alterna ve. 77 an , v Ntl ' 17 Light Gun Signals Color and Type of Movement of Vehicles, Equipment, and Light Signal Personnel ' Steady Green Cleared to Cross, Proceed ' Steady Red STOP! ' Flashing Red Clear the Taxiway or Runway ' Flashing White Return to Star ng Point ' Alterna ng Green , and Red Exercise Extreme Cau on Stop! Proceed Y, 18 a h. tY 0 Driving on the Airport Personal Vehicles on the Airside Personal vehicles not equipped with an amber beacon or a two-way radio are only allowed to operate in the non-movement areas (designated Airport vehicles excluded). Use of the Vehicle Drive Lane is required where it exists to ensure proper separa on from airplanes and other vehicles. Be cau ous. Look around for airplanes that are preparing to start or that are beginning to taxi. Always yield to aircra by moving right where able. Airport Vehicles on the Airside Designated airport vehicles include oat trucks, fuel trucks, airport or Boeing maintenance trucks, Boeing tugs, Boeing service vehicles, re vehicles, and airport management vehicles. All designated airport vehicles must use an amber beacon while opera ng in the AOA. Designated airport vehicles are required to have fully func onal radios, and operable lights (including parking lights, headlights, and taillights). All designated airport vehicles must use the Vehicle Drive Lane where it exists except in cases where doing so could harm people, parked aircra , or vehicles. Fire vehicles, Boeing fuel trucks, and oat trucks may deviate from the Vehicle Drive Lane as needed for added safety. A t19 Foreign Object Debris / Damage (FOD) Foreign Object Debris is any loose item in an airport environment that could be ingested by aircra engines or could strike an airplane and create damage. ' Foreign Object Damage is de ned as aircra engine damage due to inges on of objects and/or debris. L Jet engines ingest huge amounts of air. Garbage and debris can also be sucked into the engine causing extensive damage. Debris can also puncture res and dent or puncture propellers or , wings. Nuts and bolts, tools, rocks and pebbles, or any garbage can be classi ed as or cause FOD. ' Make Renton Airport a safer place by placing all garbage in a sturdy, covered container that cannot be blown over by wind or jet blast. Also, please pick up any debris you nd on the ground. Finally, avoid tracking mud and gravel onto pavement surfaces. If you must drive on an unpaved surface, stop your vehicle and check your res once you leave that area. Remove any , rocks that are lodged in the treads. If you discover a serious debris problem, report it to the Airport 0 ce at (425) 430.7471. 20 Other Airport Informa on Float Truck Opera ons When retrieving oatplanes from the oatplane ramp, back up towards the west to avoid entering the Runway Safety Zone for Runway 16. Accident Repor ng Any person involved in an accident, as a par cipant or as a witness, shall report the accident immediately to the Renton Police and/or Renton Fire and Emergency Services via 911. You must also no fy airport management at (425) 430.7471. **** IMPORTANT! Dial 911 and (425) 430.7471 to report all emergencies, accidents, hazardous material releases, and fuel spills. Watch Your Speed The speed limit on the ramp is 15 MPH except while driving near aircra when the speed limit decreases to 5 MPH. No Una ended Vehicles No disabled vehicle may be le una ended or abandoned in the AOA. If your vehicle breaks down, you must remain with it and call for assistance. 21 Other Airport Informa on (Con nued) Use a Ground Guide When backing trucks orequipment in close proximity to other equipment, aircra , or vehicles, a ground guide is strongly recommended. Use Parking Brake and/or Wheel Chocks If you must park a vehicle in the AOA, you must always set the parking brake or use wheel chocks to prevent the vehicle from rolling into aircra or other equipment. , Be Aware of Jet Blast and Prop Wash You should be aware of the e ects of jet blast and prop wash. An opera ng jet engine can easily produce a blast of hot air strong enough to knock you to the ground or burn you. There have been several documented cases where vehicles have been overturned by jet blast. Prop wash can also knock you down or throw debris in your face. Therefore, remain clear of areas , behind opera ng jet or propeller engines. 22 Other Airport Informa on — Con nued Repor ng Hazardous Material Spills If a hazardous material release occurs, you must contact Renton Fire and Emergency Services via 911, and the airport o ce at (425) 430.7471. Avoid Blind Spots Blind spots are areas on the Air Opera ons Area that are not visible from the Air Tra c Control Tower. Use extreme cau on when opera ng in these areas and always yield to aircra These areas include: • The area near the Ace Avia on and Aerodyne buildings; • The area next to the City Hangar(south of the Tower); • The area between the Northwest Seaplanes hangar and the hangar building at 850 West Perimeter Road; and • The areas between the Lane Hangars. i 1 . TTS77;77R q)Renton History Museum.All rights reserved. ' 23 Other Airport Informal on — Con nued Low Visibility Driving It is extremely easy to become disoriented when driving on the air eld in rain, fog, or at night. ' Drive slowly and watch for signs and markings. If you are unfamiliar with the airport and the o ce is open, stop in and ask for direc ons to your des na on. If the airport o ce is closed, drive with someone who is very familiar with the layout of the airport. While driving on the airport: , • Give yourself plenty of me to get to your des na on; • Make sure the vehicle's amber beacon is opera ng properly; • Make sure your radio is opera ng properly and the volume is up; and • Remember that the maximum permissible speed is 15 MPH or 5 MPH if you are near aircra .... ,. . 24 Appendix 1 - Phone c Alphabet Always use the Interna onal Phone c Alphabet when communica ng with the Control Tower. A Alpha T Tango �. B Bravo U Uniform C Charlie V Victor .. D Delta W Whiskey E Echo X X-Ray F Foxtrot Y Yankee G Golf Z Zulu H Hotel 1 I India 2 J Juliet 3 ' K Kilo 4 L Lima 5 M Mike 6 N November 7 O Oscar 8 P Papa 9 Niner Q Quebec 0 R Romeo S Sierra 25 Appendix 2 — Phone Numbers Renton Airport O ce , 616 West Perimeter Road, Unit A Renton, Washington 98057 (425) 430.7471 , www.rentonwo.gov Renton Air Tra c Control Tower (206) 764.6632 Boeing Fire Department (425) 237.2222 Renton Police or Fire and 911 Emergency Services 26 ' t R Drive and Fly Safely ! 3 Informa on courtesy of the Renton Airport Sta and the Renton Air Tra c Control Tower Sta 27 1 ' 1 1 1 1 . 1 1 i 1 1 1 1 1 1 1 1 1 1 1 13S 0 ZArl LLIs r� U s Imi FM Ui f� 0 IL Z 1� L z am V O LU I k LLI �, g 2 Z QLLJ LLJ +if W �- rw H 0 JJ cV °- om �� W j " l V J 141 W Z o p � Ir Z J Mau) W � — cn < wa O O i J Q ; any Ned Z ._ Cl) -z_z Z .. $SanyuRW .,, aa�O cg t W w F Z � H .. �JO. Via' Q' y H JZ V I� Irr�rw Ilrrr irr.r ��� MINNIrri liono�10 1omm0w sommome mW Yamow "rma •rte unn" monew +rri Z ar J O O O z O Z z r n N LLJ F- W v (n F- Y Q W Z N -Z p p o ¢ w o !S3 w N a z N Q w aa W W W J U _J _J J Z z O (n = Q ¢ :2O O Z (n (n to N (n Q ¢ d w w z V U N 2 2ESofflf = V7 d CL W Z Z Q Z Q Q W J J m Z W LLJ U Z z (n O V 5 w w li ,_ � ¢ Q g U z U U o a o o z [K ol a z z z g g w z a z z ¢ z z z ¢ w w w < - :!s a a a Q ¢ m z z J n Li g J a a a w a a w w w n n a w q w o a- ¢ J J O n 2 2 !] ¢ Q Q (n J N 0 0 O O Z d' fY U w 3 n - X Z w g (wii z z uwi vwi o 0 0 0 0 o a w g g cwn vwi z z z mz g g W v J Z p O w O D U D o O F- w z g m !] O W O Z U U lY Q Q O U Q Q Q w Z w J J J J J J J Z d m m a- a s d N X 2 z a U ¢ Q m w N w Q Q Q a a ¢ a ¢ z z z L.,_I I W n Q w a o Q o w z z z J �` cv cv 3 3 3 3 3 o z z z z O O o U o w > N N O Q H F H H H - -W H H H H Q ¢ ¢ Q W w (n Fn J p O O U m O U U V7 N N N En w Q J w m o D z (,, z z O o > O � as a g U w w g g g g z 5 5 g 5 o Z 2 m O Q O O W d' K W J J fn Q mCwJ U U V m N w W m m m m m d d d 11 lr 2' W ~ I I I I I I I I I I I I I I I I X W W W O N M N O N M N M N N N M O O O O O O O O J O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N Ln N t0 cD N N M M M J Z W 'W^ Q N m r 3 < o Z V) � a V O Q K S U N VI F O 1% O R WLL.!g JF_Z ate= d0y t�HZZ3 g00 �F FvLLI Z W F O . 4 z 0 0 U D s0 W jp ;Z O No �>Z K ! C N �i p u p = i i p O U Q O O O W o � �a � N q 1 WOION rc Zmam aC, a n a 3 p^ 2 Nip K V j W N W N W O Q U�V114 . zs Cd 13SCHO N r p z �w p Da z w o U •• J O d z z �' o 'o z w W Lj a rLLj Y J Q p w J Xd S w H a ILLI ai O m U r w U a O Z ¢ d U J J Z N U N Q o = > J J O d z D z SO Q r o w a W v� a w ¢ > z w = z z Q z w > m S In > J O a r z N Q > o Lj O Y W 3 Q ¢ w Q r Q W w r Y w U xe Z F-w U (n U U > > o M w m o W U a Z Z W a N N � cam.) F- w r (If of d' i cc m z S �' o � J J O O o o\ J Oz W 3 x W w F w rw F- w r o w z of v ¢ 41 af > > Z O O J O O J J Q Q �' a a J a r > w O O S W O O O\ W m v L) w a w w 3 3 3 3 v v n ? � o 0 o r m W W 3 L N U U N o Z Q I J o CL z W af o o 0<4 0- W Q J Cr_ J � J Z a 0 o LJ F--- J L/7 Q In J Z w m O Cf)cQ Q O z �� ' N Z p Z W Z x m a o g m w z w F � v n0 x U K r W W o r o W a Z Z 0 z LIj U a vsi vii o Of Z cr W v) W W r o -� Z Z Z z r W o p Q Q z :2 ofJ J J J Z W V1 U W W po w N N o r S U of af r Ld O Z W J 3 N W Z w w r r¢ z z z z O o z Q a w /N�/ a ¢ d ¢ N O W o Z Q Q Q O W J N W J a w W o o W a J w I�I� !n !n r W Z_ W U U U U Q ¢ J ¢ d' r m S = O W > T O O of 0 O J O J Z Z Z Z J U m U > N W Z ? =N N O 0 3 3 w v o o � Q z w z w M m of w = _ o z 3� 0 QZ 4 o W O W ¢ m a m o O O O O m W r O r �'-� > -� J r J r w w U d (n (n ¢ a d U U U U li w U N 3 u- m m Q w¢ J c V1 0 r J Z ¢ Q = J o �' d 0 u.. Z vu 4 ZZ CO u) DOZ 2�H z4z Hv� Z Z Z W OZ H w T v) Z Z Kw r � w m w U o 3 a po o w ¢r w W toj�w w o n Z O U w o¢ a 0 < p m� N W_o - J p U W d W y. Lwi J Z W l+-�Z ¢ Z d ¢r C d Z = U ¢ N U N {- W O \ N www W Z Z J p U O H¢ O U O -�,z z-,-W aw z_ r z '-=3�- oo w v o W o Z COQ zw or O o wUwcn w a W�� Y z>wYww Jw w O w Z O w O a } W p ¢ w w >p N O Z V 1 W I Q U O¢W Y U o¢r=m c n r w¢ m t=-o n d d C U> Z Z K r Z W W W W W Z Z ¢ ���0 w U >N ¢ W w Y r o U W ZO a== U d VI¢O W W w N W Z 2 H O Z O mm rw''z?Zo3w��Z>»-��0?33�oMm gar.,��aaa¢zw�zw¢�wa� �mowaoY000000`"ZZnz��'3cJ¢i53ow„�¢.��� mw�o?��=�vi M >3¢Ow¢2 W w comaZ-UpZZOZ=OUO W�W 000ZQ�¢¢W O K N 0I Z aa��U�dd2ddQ¢�m d x� O w F=-M~H BIW-Q�Q�Q roa a a ao�m��w w d'��mK K�����K�NN tr/l twil�v=]Vf V100 QNtr/l tril(rn c~n(rif N N N ONN H000F-HH�00000� Q Q 2 2 2 W O W w¢ ¢W ¢ ¢�¢W r r>>>>>> 3 3 3 3 3 0 3 3 3 r r 0)- W z Wz oa w w J O 3 r z Z 0 Z d H W 0 O Z Z m ~~U O- (n o Uw JdO(n ¢(/) ¢ m 2 U r�W r ¢OJ O N ZO '�Y Ud Na¢¢r m--13:m_j Z = O 0 �m U Fw- d�d OKK� w w d'K Kww�� �K� M VWIN V=1NtWlldddvUi UNi[~i]NN V~1 vii N u=i vri- �-rp-F=--��00000��FN--- �� M�_ o> 3 3 3 3 3 3 x pr i zz Nw �� w D W w o K >Ow N tW- J UO w 9 ZO zw w Oaf �w..?2 d o Cal U N d 0 U w K�''A OU wwo a ca�� c -Wcz_� �J W N Iwi [n w�In W U WU W I��� rd'Zm d W 00 Z- N¢x Z a' N = OU 0 ¢ O '"OCA 2>UwU W ? Ol C,w0 a 03 N3o w w ��. o �mo� ¢mow= Y 2 = U -W O r H O w Z W U a w W J m J Z O N 9 O O �U_ W w¢Z O�¢� ¢_ Z=� m u u U w Z d a Z Z : W Z O T J U r Z H Z W w Q H U U 0 w o 0 0 w o N r H O d O W a U d d Z O W r O d 00 ¢ =Jv� w O U w Uw 0\d W¢U¢¢J¢¢¢ JJ�W r- tnZ W�_O¢t�0 wx ZN¢ ¢ o d K Q r Nrr � QO� d'O Z N Za 0Q Ian�O�g-`��Iw- Z W¢�'`Z Z¢¢W d W 0 F- O � 2' w NNp m>U�U(nN mZ wWZ0U Ur u,-VKZQC�r Q- -r Ow"=m0(.7= WL�0toZF=-aHOrO0 OU_Z m Ur1=-CwJ U¢ _ m U O O WOO ¢Q Ww oO m W r>OOzzZa��Z�OLJZ=�U2�__�/11-XU�Z JZZN�Z wO�r��W ZOQQy=�r���ZHr d' H�W Up W wjJz W��Z d' O U0 Z W�OOOO�z a(n Z Z�Zn��YY YJ oZOUZ OO W 00¢¢¢W W¢J¢-_OO JOOOOQ J¢ ¢w W¢W 0000000o m d UZ dd¢00 w �dm mmm �ZZZZWZ �ZZ2>zzzzzzzzoocoo¢oaaa.aadaaaaaaaaaaaaaaaaa W[ifO d W U X J J U m W U r(n U 2 U 1 n N 1-X U a' Z N 0 ¢ U 0 > U m d W N N d w S N > V W 2 K J w J W-0 0 0 w_ r= Z Z d 3 m Y Y Y J m ? J Z Z Z Z U Z Z 2 Z Z Z Z Z Z Z Z Z O O O O O O d d d d d d 4,d a a a a a a d a a m a m m m Ld v)r O CW > N� O V7 w o W ¢ J J J N U O Q O W -ckfwU' w = W O N z U W p Hm > Ow O¢ r .ri C7 p ind r z > w Z O V r Z U Y z U z Z O O d m w U d Z O f'M O d Z p C=?Z C -a J W X Z r V o W J a I n W K N Z ¢ >W J W Q O r W Z z K W r F- r W_] 0 �w p r v l p z N v ¢O ¢ z 0 r 00 �� Uz0 ,�.i¢ O a H =in W z z z z c}.� a Z Z�. �- z z v�'i w a o KQ r 0 0 o w S Vl I w J O O O I O C�wZOm W W wW g�¢w o O W=J r H O GJ' JCS W O O N J O J N J w 2 Z H J O W¢ xo m=o�aa��w�w�3¢N o�wmw o5o3»> �oc=. aNa¢vri=o�owo�c=i�ov=imZOW�o3��jwvriwoo>w =�-w-o�wQWQ o��a�Q3o�mm �¢m Q4 30 O W W W a Q O�No�QQ QQJ J� 2 zZ oZ oddv7 ZQ XXX X ¢W OO��Z Z o�J UJ W O CoQ Q Q W z0 W� Q Q ��w Q W o00tal��a W O�>N Vl U V N N Vii (n(n 0 0 0 0 0 0 O D O O O O O W l.]w W W W W W W W w w w W W W W W W w w w¢w w W w li W w W W w W w W w p 0 U U U V o U U U S=S S=2 2=_=S S o r J a- > d QHY 0 V W 0 r m Q p d¢Q W d' o lr/11 O w w m w U C a 0 0 r-U U U N U' H 0 \ z 0 1 n a� 00000000 0000wlgwwwwW Wwow wd wdawri wwwwwW� 2c z a a w W w < ¢ �w � r g� a a w w w3 az QO w o w w w J rw z z fro z g J r z z 'o O _ Z w w O a CIE O I > g 0 p O w N 2 O U ¢ ��.+ a Z w(YOf w >p zm� ¢ _p O ,ri z x a r p J O U r I r Q W J W J W-¢r In W r W W' ON Z W D D U Q o r w W o az ¢zw.� U �O pw w J J.-. U IZ O Cwj ¢ O zz d w z 2 w I Q(n- Z z z O- rW .�.. U00 WJ jW WZ-ar�wQ ONp00 w Zae v)_ Y W -Cm W� O Z Of H 00 W UZ J r Z N U U Q Qr }H H Z 0 0 U W N z?U�U> OJ InU 1W-r U Q Q W Z a�wUZU a www U W to u oUU U Q W (nnowwu v Xmwno wz o o�� Of ae orlWo=�m¢¢arXw�p�rawr-�a�wwW zzz� � � w3Ww�amr woz W� ��Cxu zzrU 0 �ozraWwo���mmomaaoom000��W���a ��=_av� �»»oE ffi oj�o���gZoS¢Caw'�¢ww�¢a��F7 now3w��JW00000000000aW� Qw Q a¢U O W z d¢Q Q Q Q¢¢¢ ¢ I ¢¢2 a Q Q Q n a¢ ¢a ¢¢¢V ¢a¢a a¢m m m m m m m m m m m m m 0�p p p p p C U C J p p p p p p U U U U U U U U U U U U U U F o p a Nn LrQ W ? f x KZmam O mwK z J ¢ SSW S r O (� p rz Q> d00 V1 o\�fn QdUW dKr U�rXWU 0 OYY r �K UU dOJ�Z ZZZZO OK Vdl`3 M ma m mUU U UO o O 0 U J J Z O d K (n(n t�7 r r»» �JJ JJ��O�N m W r W_d��-JJ J� p00 0000 O n.d a T = ��n di®+IUa II a9�¢Q Qaaa QQQ QQ as Qa as as ¢¢¢ ¢aaa Qammmmmmmmmm mmmU UUUU UUUUUUUUU UUUUUUU UUUU UUU u >�W"o Q Q � z w��nw SX U�Uldlai zoo 'u; U,9t-$ 451eT ?.. nq,'mt.,-x}y z'iJ eC v'-T'<rlxv' d k%:q£.,u i', iRf.VYiN\5; 4 yf"...(,fir },i[:H ': N ✓r Y. vmw� vu� Wry WAWMW Numm vsw� UNNNOW M 13S als M O ci o � fes- CO CC C1) M y p M P r r .- N VC M M b �,•� �+• ��-^ .-• N .�- N co cli O COC er tC1 Z p = Ln (� M W cncncncn > QQddd dQ u) > �[ U- U- dwcn wco U. U. U. U. } Z u EES, , cLL � m O z J W LU J o J a W N z U o W W o O z Z J z y < w = > C+ LU W r rr wwW > J O Q W i z ❑ � S- F�- � fn J J d a Z Z V = o ¢ O N 3 3 U P gw w � 0 r y Z0 d r• N (L LUrn ,- 9 � nu) wwZou. m0O J � j ¢ Q o Od n � z » c( U < � � OD IL W m m w wOV laWuZ d uacn � naw J � W z � w d GaW � Z p Q ❑ 0 0 ❑ w O m d 0 0 4 z Z V = r Z Q C%J ' r ¢ to 5a zz m �Q cnva ❑ e( � z � zz � Z � Owl ° O � pw j z = ❑ UJ W W ¢?' > �QS2x — r �yw ¢ d W m © � zUw = - -,w0 J = 2CLwvaww0 z C7gp Q < z m ¢ J to c/) W W z z O r W a Z z > to W ❑ C7 Z Uy zZz � .. d ¢ � LLJ❑ ddUY� Z O � d � J ~ U V y� W _ W Lw ¢ � _; UUUU d = � cco tzCD zw J wo a z J > u_ U '—N J O W CC W W W W W m d r [L Z µ u d Q Z W '> ❑ xY- : 0U' wwdd ❑ Uto > zCCQ Q n" r UW r J d r r N a a r F- W `L O Q W W W —� O z W - x W Z C H w r= .. .g < z z W U LLJ CJ J J J U m W Z J Q Q It Cr •- U wzzww 0 � ❑ w000 � z0 � O V) = LU) 0UwO = wwQdmc04d„ w �r � � X12p jUdJw y W O 'W+ O + a au. 0mCL (L = uj 0: ZZ -j C) a. zzzwU � c� ac° c> S � cdna �-`' � � � � W0CLa. c0� om = z � r�� wcscgc8w �, � � vm � z � m H F WO WCj O Z N M V Ln O r- O M O +- N M C Ln rpp h co 0) p J Z C H N M M U) w d'0 z ,Z N N N N N NS M ❑ G 0 0 0 0 0 Q 19 W O L� CV N N CV N N N RI N N CV N N N N N N N N f'd N N N N N N CV N CV N N n M M m Mui VJAZF- H Oct V Q �ZZ oO �H 1-019 Z W N e !I O O Ms O u7 .-- O M UC M cbp C7 Z N M N CC N N CC N N CN M V IXS N N •- U'1 N r- to ~ U) cn U) u7 cn cn u) w w u. sn } u_ ? W U ?- z ¢ ¢ d w d ¢ to d zJ J J ..I J J J J J J J w J U J ¢ (/) U w W w W J w W J w J J J W Yi 0 z z U) ¢ U Ly z Lli O O o z 0 r z z W o Z Z dO d d < z 4 w � Z > C7 Q U m O LLJ `{ Q m Z r = � p rte' z r 0 j o . R ¢ z > X Lu O 5 � z ❑ L) U x nd w >' W z _, a a ¢ v c=i ��TEx Imo, o -� ❑ z ✓� < ❑ z z w U z z z w r4j LU W ¢ z z d o ¢ w F= d o o w w w w a a a m S2 Z a r "' z m ❑ z o r P: -' W C7 r w z ? F. r w d ui O w co 4 U ¢ W ❑ m o Z O W J z cn cn z ¢ C7 r Q w ¢ z z cn w ❑ cn a z z z / g w w w a d = m m w U o w ¢ ¢ ¢ Lu © o z c? ? LU w x a m m z U U_ w U. a U U z z ❑ d z U w x h = z a U w 0 W z z z ❑ ❑ >- r -� J �- r r F w 2 W C� U cJ Z Z Z J O 0 0 0 ¢ o z cn d ¢ �+ `n W u r W d m v ga w- ❑ U U U U LU n r r w W w O O x z g 0 N g g g F U w w w c( W n CL ui cn U U U O O O w x V) r n. = w w s cC (n O J W O g 0 z z z e U > ❑ _ co z fl C1 0 0 0 �n d d ¢ 3: d m w r `� w w w w W w z d > z m 5Z ¢ yy� yy r r F- g m w CL [L IL w z > > v) CL r U) m m u_ W u_ ❑ ❑ ❑ CL 2 U) U W a F- F- (n U) U) m O CC v) w w z 3 v o V ti i a W o o v a n H a C; Z C' Lo Co r- W M O N M t7 u3 0 r- W M O '- N W o 0 O O b 0 0 O O N N N N NN N NN N M M M r o0 `' vii n O1 Q � jOCMDN V �a3o. Y�••N l r_Z vx f1 W S Q U�V1dW ;'y. .L ti9—'Lo7 BYO allP^ {CF buv"�fit tiiL14 G .•av+s5 t x LG': k'+ki�s 'dy '.u�\L^P uafh.18._ =4*.I'-'$ 14 s\,i.:4,.: .+l.sy v(.• d.R`Ji,y:Y.UR un.,ie.�q u tv?s+4'-"�• j ftfd Ji; on� omwmw 13S a19 1 r H Zz ,i Ld '1 AVE uj a��i cars u` * 4 S 1 'a W t«£.4 a a•z< & M a c d t �i `-.*}' ¢ a a G .�- 2 z c z a s TAYLOR A NW x W w s f �a A li z z LLJ X 04 W o < N r :3o xxr83W - b aY 04 r `Om InPg » }— m 4 P vrW z U) L•}' t �� �#:I � �ry K- Sp.(yA,��.+jf iirc �� cr fir OR aTv I.7t) t k j i OAC J Z < :m i rI `•; f as a$ 45w r` Q I- 1! { Zr 51 ¢¢¢ N •�w &..g � 2NN YK4 1 ZZz kill 1 n T OC W z ' -a i \ , �d. t 43 Y U j 4t X O A \�� Y j to a ^ `� F- 0 1XI, - ` Z ?� z » z n° M z tC f f t s. IL ��„ �� �, •,, i III cc r T w n dr C N / / el � zt� 9G ippCff .f Li OLX J 9 00 appo� z CO m aa! W�h 4 1 4 l �� N N iV N N NI t J p ' o ry v zp ui r b f3 Q $ f I `. f n z ( I..,t nm w oa3 wcu arZcv �jo a c�n y , t f / z I � e / ffjjwi n, _ na as z 12 4 C .... ' + m't i � m}_a� y� t�a a � �'O a I a o x .._.._...3____....,,_., . .:,uyi -ran..re;e.._. � ;><,.� ,# F t 1 &' �" � ww��5 _d d WW [[rPP ..��--••�� � m«�:r a rpt TiU idF:f .. iY� 4V 9� a lY T 4✓ Ni/1(T+...-c.,5 w G a CCCC; a <s is J Q �5 & K .tis ale n w r- O ¢ N O O O ¢ O adz .._ _- oEll zo 0 0 >>a z .. CN < �ZH U Q W Q Qc O i (� O v/ L)V) ,r _ _=; O O —xO za p w i o Qazo � zQ Wp NN O mUU Z m�n K~ o< JN p z AtlMixtll 0 Q r O O O V cn CD �O th U X p> O x d W W�O �of W W ElfQ~ �� U N ti < ¢v= �'Za 0 waw a� mp �a ¢o H m Z J K J N Q 1 t I 0� N o�� }za ~= wx WOO wz In CD W �€ o� ¢ gw �� wfft Q J z L o w 3 N Y w Q w a U 0 Q H z H O W a Z O Q W p N O O a (.� Np Q S J O p LI) H Z W z p m O O W O 3 W O — _.-. ". J w _OZZ2- U H� U Z0 � N W O cn J S J WF-:00 UZ m0 W J I M 0 ¢Q� rz � U C/) �M ao WC U o IH,ttlMl%tll I I I �J oW Of aam �o �0 W o¢ ZN 0Q� J Q ,o No z Zw� �z o�z w� Q3 Q�0 o —H> U Z U O C J O� O X(/j O Y W I I I WW p p Z Z QZ Wpma. z OO J Ja K W W 0� Of""p wx O Q. g w S ¢a Na ~o W a" acna vVY3 JElf a W QQ o Y O(WF 3, J3 Jwoo Elfa -0(-) 3 mm z o�mQa Wj � p, =x =¢o =Wm Z WW ¢ 3003 �cJizo O cng cnJz Noo oo � ZYo �� "fW�a U oZ 0(C) LLi n OOW N r0 Q as m �Q=z o z,mz > 3ccn 3>� 3�o Q Q .._. ._. c..�? ZU wwcnL Q Of of0� wdu J J W oo W =-wW �o W opo ozmo oo= m II I I w JJ �wmm �� Qpnw X UwU U�U UU� � Z N M e N _ Z a Ln Elf I-Z r = WO J W � z W W W O O V O W W p II I D of ¢ ¢ a• I W o o W CD U N W Z H 1Z Z� 12 I � w 0� C ON daz aWH I I I I I Z i J"z_ W ♦ N Q F= I I I I I I ui dov, E I I I I ZZ I I I I I I Ong V OC II I I q Mlxtll I Z ILI 0 In Z z WU O o Z Ln Dmm W f w 1 (, W ~U m I. JZ Z Z o r p= z + Q" _ 0o U w mx w= ooa 01 0 w oW aim �3 <::) o 00w c~i�S x �� J3 0 < W z w Q Z d p ap o w o w O to m Wm Q� J �(n 0 z O m Q Q U Z Z W < ¢ — - Q ¢O a s S o W H W p _. wma W~ W w-'- -< om � > W ow w��w w= fU 0000 oQx 3 W m U Z m p Z Z H W T,Q U W Z J Z W H Z N (n O Q m Z H � Q Q Z Q Z W J J Z W Q Z a O J N W x Uw xat =a pm g¢ nlwi =wW O Q W Ox Z O Q S O z N O U W N !n < b x Z S w~ O�; w~ � o Um0 waQ 0 W m CJ O O O Q Z O K Q no J N F 1 $ { W cn S O f U p �m Q O a U Q cn m � W 3 0 V Q a ¢ x m W 0 Q Z W p _ a I Q Q J> pz�Z Qw mwoZ ¢ M O ` 3 U U J O U-!-Q m m J W Z x W O m ¢ U In r X t w a \ w Nd w0 z, wa cr L� Q Jw W � o m ZQ H�OUm HU Za Q,O m O m N 1) V 'n LO r-� 0 J I I I � I II IoW Qf I Q D I I I I IW oQyoa W o W JmJ00 _ w 0za d' w W w¢ Q I I I I I a& a-MoM M-0 m 4,'Gs°p hi 30 W A;V,, N -i U11 0 +om , Z 3 QMY g a o o LU Z5 CL F Y I I iII ¢ a ? a K N a3 � I I W i z z __. X o o v a co O s � _ A O �m H W NC2 W � I U N a;H� . 0 LLJ a �" wv�wiQ O Taupid a>F'�k oi�s3». rc,;,a dr; x+�+adt. .,#. b'el.,t•. .r,yC.> •"�\,ta v zoo aw;3 T 3 un,,.JdeC,�uG,i,'i wm� ammomw N rOM mwm� ftmwv� NUNN" Lj Of U C �y a IT w t� z a 13s ®is O Y~W o a s a Y ¢U W w V1 O 0 w N�Z z woo o LY r �z Z r moo U,.� o a ww > p Y o-QF a o z ¢ wa o m a as a- z oo zz o z opo Jr a a a w 30 o�0 3wJ o ao wZz �o "of J Wnw¢ _J Zaa ¢ w H U Vi 3maZZ aQYW aN J WQ N 2�a0 3m OOz W v ¢ Ua w aU0 ¢JSWa zn �, FW <N �W Q W \Qo rp UF-O 2 C wS �- Q Z L) aJN-N pOON 0FL Mz � 0Li W O�Z 41' wzU F- a w o F- O> w U- w a p z >3N Oa Oz F-O ¢ S> aw oM 2 p UN WF-a pzF- a0NWL WD O W w� Sa Uj O M J F-w NSW ZZ F- tYF- W(Y a' a �- ZQS NU-O a1- r�Wa NJ W UN a QN W ZUF-� Wa Z>FS_ OQa a aw OO ¢a Q OWW LLJN�U� SOw UW�a aQ Liz NZ m z �Qz� a pa¢ o w� ax Ngo aF-o i-�So aN am- Ow O •• /r(V^•11 I_� > 0 n S� <-<L Z0 w HW a<r zaw Q aQW L/Ipw�3 0Nz QWaa 0Q FO S z Z V O-_N Z_ o YUW W a wN W� �WJ ZZQ QNN �W OW ULJ wa' � O o> �w )-WH Oaz o Z = aaW W O N U aQQ QOa a a WN WE W O ww F-Fa NQWo =�� 3�¢ > `n F-J Wom z<m as papr NFoL` }¢ am a0 z 'o c F-a H zap W aa0 Z2 O F-2 UQ =UN O Lv Lr)O h= N N o u = OO > Sim~ ¢0 Qf W ¢Qa WUJ a ::) OU ~F0 Q WWp Za0Na Q�`w MDf'l W> 00 a 01 J� oQ wWS 'W1 O Z �O Ozw UCL S7 F'DW YVj-OU ;5 Go OOOm Oa SQ Q a a -5- W w U p Q O x Z F 0 U o w J>Z 0 0 w M Z a ri 2 X Z �_ o O Q 0 O� Q S S a~O o a 0 Z m Z U a N �� x a J I N -N N w¢ af S Q p 0 >Q WQ OF_ a'WNN aN a30 wHW W ZON JJ Omm a Ja QO o LAS'm Wom Oo NQ oZ wQQ 20 z zm w c�wa� a� QOM Jma w U� z¢ InoJ ¢ a�� w a�pow Zoo New op tow O� o Sp Z =F2-Q� ZQ JZZ aOH Z OF- zl2n NwQ W OI aNaNW U)zcc Q 3 a� �� ~~O 3� J w> < -Lw oag 3�a o}� cwiz NJ �J ~wN Z�z a o z== oV~� �Q�� a mac o �O WF-Z WJ aaJO Z Y¢O WZ J>a C70a w QUO~� '� F-W �W �'ZS O� W ma ¢ M-ZO CLI, UW co-UZ) (iad QQa SQw Wp S_OF_ UU< H WW�WO mJ WI�-i Zg-i Ww >Oti wW ~ W 0-<' Z HQoo aFS }N JQa WLR' w a w� pWa z �p Z F-�NUa J?, ¢Oaf Ua JL,'O aN N O dJ 0 32FF WKZ ~zaa0' zzW U� aFP Sa jliw O, FzZ SOUa S N or W N2 W N N W NNQ- mF- ZO U W¢� WNp owZ H a0¢ z pz oW Nzz 0 QO a00c) Fp F= W 0 CD WS Z WNUn JZ~O UZQ a Z Hz QW3 w amo N 0UU Qaa} ¢W Uw `V W}J F2- U Q O O ¢ WOH Q WZ Do= 3 O W 0W—Lon OU~ 0Nm U-MW mZ �mm Wo J Q Z I ¢>-> ¢ wz 3F- I of J aw? o NL+1 N �UJS SaZ Sa ap UU3 J� WQD Nz Da= z aHQ m Z_�ZaW ZOJ aLiJD OQ IOZ UQ ¢ o zOa O Qa¢J NO2 ~Ow ¢�, ZS o3z wU ZN~ ¢ '-U m JOQZm l�-i MIz ZZaw F-N -F-O �Q Q �- F- U moa WZ3 Y o 2F-Y ZN awU maN = 0 N Q(r.2 zM0-r O F-2w o a N I W fha' w ¢mho j0 pON ~OW oN mF2-z Seo woo oWaLJ W W I MW p oZN zNNS FQ JOW WMI W a/ do m 0 p Z Q n 3 a S 3 U?� w Q 0 0 Z w U H Z J Z J H 3 w Q U ¢d 0 N W F N Q p Q>W N o 0 FS- J O U J N U U o a N a p a p w 2 o a N z a p Z a'Ifa O O o Y�_W z O WE.-- W O F W w a > w Z 0 Z N 2 J U z 02 S p a w J Q O O z w a]c 3~Q t 0 IW-N M OS z m N¢N O O J T w m N O J a Q Z 0=~a O a O¢N a W ro Q W o �W JD zwUm Z¢Q ¢ZO Ommz Sa �FU W-0 OQ �� 3�pzW F- J=Z�� O aZQ Q30WN wz �7- Wop w n 00 N F-¢ S p O J 3 a Q J F- J W m- F-F- ¢ > US Fh Qz Opp WwN az3 2F- O WOJ SF-¢ F-pJ Ww 3wWW F' =F-O Nm Q wF-¢ NN JF- JZ SU Q n M S~ wO UON� Sow WOa ~wmQ NZ Q-w ~QU UOa� O� F-UZa O N3N\2 Z NNH aU 0 ON(n �0� mem F-UaD = p.--� V) Z U O ¢p p a p 2 x U w O W J w a Q Z O Z WO z Z J J of_ a 0 0_U ¢ ¢Z¢O N O> r U 2 N O W J O W> Q M Q Q O Q Z_ >Q Z_U' Z F- H a p > J N a S p >0 2 W Z Z w W Z W m Z a S J Z O a 2 O m S J a ¢O H ¢} 0-4 J S ~Z 0 3 W Q J ¢ N N N a 0 2 0 ¢ W O U_U =O Q Z I J O Q Z a w pF_V ow a fY J OJ a N J W N O 3 O 2 a N In Z N aw _J a' aFNW aU rZO aoLn W, lai3 0Ln0 awJ ~F- 2¢ F- NS a r--�Z¢a U `` Q KF-aLi� LiN a' a'a'Z ~~~ N vL''" Z OQ EO J Om Sal ¢-J Z:czNa X >QF- amp WZ� F- ¢In Q� W �Op3Q awO F- OQFOw Ywa O WOO �.� < W 30 Y Jo-J QY F-U -� -�¢ OLJW J WW 3p N r q (n Z Z O O a0a = n Q Q w 0¢ O w Z =z J¢ S~ a Q¢ S<N F= a w U Z N W Q W¢J\3 2 w OW ¢ W p Q a m alf') a a J O a J O a 0 N �Wa mJ N�¢N mF-a aW NQw 0>- JUS N 2 J =W W OI -2 W a aZ 3� ZUo JOaSH xO� 000 WO W a0- m UU Zp zOm X20 Q U F-N JO NF-F- W aZZNm o C7-W JODMw F'W US> Q3 Q Z N O3m0 0~ pZWO QQm OF-N OW~~ OZ Sa''W" 03K Sp~w ♦-� UQaF H WZ2¢JWa UxQ ¢ xZF- Zam �Lnw Ufa 0 Uww m Q Z >fY ¢- UT ¢ JQJ � e< UmNW US NOJ O pFZO Sa Li OI Ww rQUWQZ.-. W3N -0-tea' KaJ ZF-~ WIZ N Nwp Q QomQ_ ¢SN ¢SQ aa2 QJIYp ¢a aNQ QF-a Z¢ N Uo m0 U F }�wa2QN m Z a' �Q� moo¢ Oap >03 F- J JNA Za Z3SU w¢� o�Q wQpO ww �UN wwQ (nLLJ OOJZV7 F-Q z�QO z No�NNa� It' w FzLJiFw }LiN } V11- p O w KKK � _ ui -z- Wa NUQ H O¢S Zxpa ZO UZ Zo a 00 (n W -aaNOp zm ~ F- L.law wLnw � 000 � U wOQ j_W OWWW ��W ZH} U�wanz- 0ZO w9z UFz f'- w V0 Wm H¢ww �o00Z(OJ`j ��J Ka ww2 jOO F-Qo OWI CL W QQQ aQ3 oQ iQwcwa � a33 =Jp� =a pNo =tea J Z�aW JN -WIo w JzaoN�Qrn zoo= zQz?~ Jw� U WEp Fwd w a v �WW v� �oa� moo vWo v=mSa �a �W� c;�< ^�o� ¢v xzw� a am�gpzz� oQz pQ=W� a� ^Za ��ao o ¢ w 30o Ow ar -NS "o ¢a N� — �aUz �¢ -oom �U(L Va¢3 °ZQ n�~l3mo °-mcg �m� -aw Z Z O Q Of af W U 3 1 W 0 0 W W D L N N J K 3 a E QO a z F- 2 Q JW ¢ S a W} w U J li x z p z ¢ W F-aw 3 p0 zQ F w �� caJOUwO�Q W(n rim NLoi /0� Q ~ Liz S Q a z w QrNm p K'oo0 'WI Z Wm ¢Z � w Uf-0 ~QQF-aH ILQZ aW W 00 ~ > 0 a3wN o 0M� QQ clam �O �QO x�Jn OLL]]VOOSQ J Wc2j m rQ Q a d W w E Q a�US O aX�OOOp w�JO aU K>W¢3ZQ J aQQzFF-m W QZ U ~LY w 0 NU pJ Z 2 ¢aQ� a WF- F-Za= MU- 0 �W QF'a> OF-Q F-w3 J �rw O ZW Y N WZ U O Z aL,'rw a' SOzZQO0 J<2VIU 3N W QW=�UQo U�jJQ�rJ QILO N J _U a0 J } fY_ } O Q OxU� p w w0ZUS QZNUD O > O m >WNN L wQ >dS Q Z w\ Z 5;0 W 3 U0 J � N WF'WO N moo 0 xOaUm J~ ¢a-OfWOJ�UF-mK <n U<mo Q LU-n �Q H Q m Lr ZO U U z 0 W� Q =¢O z m=N a W O O� �W W a p x p¢d0 z ~Q a Q I U O d O N� ¢N a U o F- OO O fY a _ ��� F- JSJF'0 ON�F-a Uw W Q3NaOWw Z03�w>pU �,uwQ oa 0 �� Q N JN � S ¢ w �yNjQW ~ _JOUM¢WW U=F-a'S a a pO aN SH�ON HZU U~Q V)3: W- �¢ r �U W F- W > a a o V 1 N LJ U S a m <'-!OU W z w C'J J W O O p a V 7 O W g 0n<W w C1 0f Qa 3 OZ 7 3 ay i 3 U U WZQ� w v>Waf m:¢UNJJ Z UIN Qw �WQaaWJmm aNW0�S0 �ZZ a oa S aQ O ¢ a ~QNJ Z Owm Jp¢¢ UOSS� F-S Sm ww Zfwunm Z¢ZU ¢ (-)0 O Z 2 O Z W Z Q 2 a N N w N}Z( O-U O �W a WD zVj W� Z Q w xx00 J �HaWQUQ Sw wU~wa �'z Z U�=m OU Nw>z OUzw.'FQ-Uw= � `O` SO W WN J O ~r Z a' Z_ GOOF- U wY WNZ F-S QZ a 3 L ZF ;J ZU¢0 SaZaJ� r Va o JO �� U U3 U F- w ¢ QJUQ N �ow�m JU N�2W JZ O OJZ2ZtYIQiwU W�0000_ Q�W O }J oQ Z 2¢ J a N \ SQOo QMM-SUF- (A ZOVa �¢ w WQSNaaSmS 21U mZ `V� }o Za W H- .9 O w Z o� Z NQ O~SS ZO¢xS Qo � c0m'. NWF F-HQIF00 r O Q O w 0 CS? T Z O U O J¢U Q N Z 3 2 o w r. _o U m 3 U w N Qa N 3 0 Q N J U >Z O O �m p,^ MI ZF- J pQ ¢ O ¢ U OUYZ a OwQ'.-.N>w F-UZNW WZ }m Q�wUNQU�O zQ Wo owpaul O Q Z i7 U Q \ H z S U a a- a Q>w 3 z Z N S Z O>H m w O w m'r U S U '0 N �p Z o as Z Ua U S z J w QQ� L) a JS pJpON UaQf rU 0 ZOF-MaNH NJ- SZ z W S a WJ F- S S NJ W I— Z ZW 000 a' wa �� Jo Sa o c� o N =ohm ao~v~pa wopa3 ? aoF-pJ¢wwo oaZo3�� �� Ua J ¢ ¢ Z Z 0 Ow3wgS 0_ wz �Ly'� U �woOJaW� UF-� CD C'fw Qa Qa ¢ OO U N O 0 F- SaF- }WF-w m¢ o W ¢OYdF- Ip0ap a ~o U p w U 3 ) W Ii zU aL,pj NQ ~NWWU QO COO z z��=�- SZ F-UwJ2o F-j 3 Oa Q2 ¢ Q a ZL'J �wWS �r�Wazwj ? ow ¢ZF- o Q-wF-Q0,,, moF->¢� TL Z Z O U O Z m m W Val 0 3 < N OQ W m 0= w Z W a S Q w N-N r 3 r W ¢W O Q m a Q O W� S SQ ~ F- U W aaa w aJ ��U- O 0 w Z -,Mn qQp 1--> Na'w SwO�Z O zX LY W ?O _J Win Z mW ¢ W:2 V) m Q0U<w-E OWE 0 F-ZOO m p0 OWXWQa wS�J Sam O �� 4J UZ Na a N> Oa' m QawaO p woNZOQ> 'Mllou ZQZ J p�JOa¢�JW wWp¢ ~m¢ fkfww U aS NQ O QN LY ZQ W z fwa¢Q W >Jg=F- _ �W�O''UQ 0�O Q UNQ¢o aw> Za'=NZW a a� wZ �W ~ wF U U O a'-'W UQa.:2 N3N�Z Wax N pUwFQQOZU NW�V OZpw w �z oo �. c� a< W 'W' � Wwap a W2n�gop¢o OorZ ooa F JZaowWWpNQ aawzo"m On S o O y z wo p ON 0m Y ¢ zz -SgoY =ao U oc�� �¢paof WroadpNa ♦ �" HNp wU pW(.7 FZ Q Hw N OW ? f-SKF-K U �WOQO-N 3LUw >O Q �Z ILI),QdLQL' =<:2: O .W..W 2S YZ Ja W Op 0 xW N m >0��0 S ZUW=OLnwp UNpJS wW L.' SZM J U�SQaZww a Qw ar m0 as 0 F I 0_ � HWW a n W~O N wW JU WNU = Jm QNF oQwaU � 000o J NN WN QU N pp SQ 3g p O <_5Z� F- (,�SY 3F-W m>oQo NWS Cn F- Qa'Wr aZ00 wNV1ZNQ aZ 3Z 1- >N � �.'¢ Nw o O WLzza¢ a fn x3>xo-xo NF_Q2o �» O aoamoNpa~ c.�p¢Jawm o� OW 3¢ o of �N ¢a U m YpcJaL�i]wm zzF- '00-1 ~ ¢vi �¢¢��� OTML C20Q Now ac? apw oz z Qo wo wa z a ¢vcxiwoz ¢ U J0 w5w�Z p0mzO �p� ~ 3 �L`'�`'o�`'?a00 a>�3>5Z0 Z S a F- S a Z U r W Y Q N W J U a S Q- Wa Za Om Wa N F- U¢ Mp 0 Z <W =08 O = zNffiKSWZ p waOOm NaO U O Od2zOaFUw JFN H'Na.a W 00 0 w0 x> LSi KW �a aN a ¢ QSaQow N W ¢wa�'wxF-w �W�N zwpo Z ¢ so<F-0 Q F- _�pN Ow Na op o 0= p> a0 �� 0W z Q zWQoo a D xcJ>Jam�aaw wp�Qo ¢�Qa z Zaow¢�o� vx'---a¢"aa a s S U S O S 3 Q o O a U : p w W J F- a Z Q ¢ N F- a s M W O O S ¢a Z U U z 3 a a- 0 U pz o� 32 op oZa wK aQ O ow �Ea m ¢ N ¢- NI�Qo� 2QNp2 waow O � ONp-QWo� Z apQ�z �z Z wQ U_ W ¢ Na' F-O Oa , F-3 U 3Wa a �F-�:zN ~a�wWN 00 N O L,.I a MI QOaOF OUoaOS Z O W Q 0 ~ 0 m S 0 S a O W W a z Saz?O Q LL W W a'a'a z Q J 0 O Z¢J¢z W z Z U O a Q Q O-N Z C Q J Z U O Z w C Qw p z o pQ S a a F a O �oop¢z o mxw J w 0 3.0 ��zoo= C a¢¢zwr WO � wp m �F- g W WN W NN S SJ NQ Op Uoa Oz WUZcn U3U 3pzwUOaUH z Ln 023 WZ U >N Zo ma wV Q QZ 0W a'} J JO ZW�aI- K ~ Saa�WwHZU z NZOw SWWw p m UWQZ a 3 O >< WQ aN SJ Oa �> Z 3Y z� F-�i L.Q._ �w U0'<O m >aQ0fy¢Va�Q �NWdw� >pa? W KpWOW�JZY UJ3Li Jw�J O _S ^a w a X Z NV)I Df NWa SSWON Ff -Ln }oo J mZ>mwQQaw Imx-<ZO(Qj ^a' m0 t .-.S vQ w �¢ v vo nw}JW �SSa Ow ZaWw-W vZZw J W O 3LY2SW SSQa20WW `•`-'U `-'U �a :�!- .-..0 �F- U a'V)U a' �.F-p N>oa0 wo a'a a a' Q¢a I.j Q l.L p���NF-No3 F-aF-F-NN a'J O Y a w a W = z ~ aF- 0S ON W a Z O O O¢ S Z ~= N p �i 0 3 2 U Z a p a . QomQ~ WzJ ~ F-z Q Q� �0 QOZ w~ �N 00(n Wffi K w ¢ FQ 0 0 W0 NQS O SLY UZ r ao Z Z za r.Z mz ZL.�OO JN z Ln wW Q QO Z Z W W Zw 0 U 3r Q� W 0 -OLv=� D�InU yw F-H aQ S p W o Z a¢ Z UU 00� Q Ozp za zS m p~WO} a W SF- YO'S a aQUKwa= Q < Q m W Q S Q Z a S U ~ N a s ~p p a w-W S U w O N W N o 0 o 19 ¢ ¢o. ¢N ao o N x-0 crop z H �o WUW J of U'(5 ¢ F-W = OF-af— U Q ¢F-w0S O XZa' as= m aN Q a 0 a' ¢ DD GF Q Q= WU > FwZ Qz FO (nx 3 -`wa-' 0 F-N�WU 3o�WU C`QWO O Lrio apJ S a F =U �" a Q >G a w z�N O ¢x� za wa ¢ a��oa� �o o�wp war<U "5-w�~oma a� ao g oo } CEJ 0oQa WcW.�z J a~�' oN ma¢ z >}QNwnNo aQ N 55 Na-w =N=Qo !;N— 3 oN o a W as 3 oz o Z W FU`s 0` Q OZJ Kg Oo SZ OF-aSwZ a'W W QU Sa wwF-W~ QQ>UZ� rZ Z N a Oa X o0 Inc a'Zw UOi1 a z p w ow a0 NLwiWQO Q2 0 Q O Sa aaF-x ¢ Q Q z O p ow MY mz as wN w 20 x r > wwN 0� w p�w¢mzU 3� ¢ > o o �p a w aam Ln o-¢ o N o¢ ¢8w w z o Szwa '-' a zaN aox xa Ln ¢ w o- F- a HF- H x- ZU ZUlOmmo aZ a F-OQ m NOSaS Q WWIU QQ Z W a } us- of 0 QWS pF.O Q UWU ZQ �� DO �Q a•WJ� a SF-Naa LJ3NON a'L'-F-mQ�' F- a X Z S ¢ Q Q JMO Ude W w�Y UOf w02 zw Q OwaN of Z 1 ls'} 0J WM 3:1 >V-) OLSi)L J. ro U H c~.)N z UV I94y !+! Uw0 S w m Na a' Wz UQ ON ~LJNSQW pU O 3a OL,'Z O¢ W� QmwZ a ¢ z tr ¢ S S _ TZ F- N aY aa2 ¢ zp¢ p0 wp ap p�a pJ w F Nv~ p¢ aa�x 3NZQn_wNQ 3Q o o wp a 3z q� (n - F-¢S F-QF- U OWE U wa a2 ZQ�W U NW o wZLn>p O¢F- xN OF-�W� S3 NF z N Z o Ups zwx a ` Oz wW wa �3 aQSmww » w }oZoz wWxzw �a zZ8o ax a a rg nw J - << Q a zW oma z oz_o 22 a QN pm �> NW poJ}``' H(nN-Q w¢-wa a 3 aw o aw " U 0 OQm U~3 o NO~ N~ O W~ QF-Vi� wo z JaI-a LD }z���aa j a 4 �a r L,ajw Fg 0aU mZ SQ aW �ZWSWz U W �w�W SOOwW QW OO�Q Y N a 9 0Q z WW U' v Lnza zoz apo ¢ o Qm XUV�a= xz a IFUQJ OL,:: zx ~~W> a3 w a Q ¢ r Z oWa aZQ w Z WWL~n v~iW x2 00 HLiZSS xU' >~ S p NS GSjzaoo Sw IO-im c)3: Z O Z Z WZ Z �O Q�[d N F-WW UJjn Q O aim W� 3� ja ZWUOL� U U zUZJN SOa3a a-QQ JOQ ¢K U N Q wN a ��a -M W, N U z0O Z w= 00 }(,F-3aw OJ _ ¢oQQw 0VOpJ K�wNp JQZ OW Z d 0 Q Np lJ xp 0 SOa Now SZ Y O Ua'w QN(n o U W UQ 2WwZJ Ox UwF-Z ~= Q ~ QV) J -Q U F- a' QU O -- as z_ ZN }} Cn U 0L- Row Q wO KW� Ha NO Jd ZZWNaW ZZ ~ OO-zg ~VOQ= a¢!nWZOQ W~ Z F- z Z (Yw O as a' oa OZ RZ¢ W mQ W OW U ¢W SQOO¢p HQ = N Wo o La'JN a_�a'ZOZ� NZ Lll U W ¢ wZ 9 Z O N ~ a U m OJ -0� wF- OW Ox aU F-rz Uc� J a�wOa opzza ¢u"IF�OJa �S z Z ¢� Ow p� a a W } zwU Q�a ¢ pm OW^ z� z Nw ozrz Q �z o a=aLro >>woo =FS-aamaLY p3 Z o o �a c�a wW a OQJ zOQ U Za N\ Wa wg ZN aZQW W Y Z SNSaN WOp(nU F- a¢ SO O Q J ¢ Z ZF- z JN W U Z N m 0 a Z Q Z U(n n W z o a �U Z"'¢FS- N U z Q Q N O W a af a d w w af F z r J N 0 pw 2 O O O < a J D Of > L.-pa r a a z �_ �m o� o¢ o.w� wUp L,.'W a� F- azaow W NaF- c~.) OQ 3 aw ~� �` o ¢ c~ii �S Y Z ' W ���yy ¢ oww waw z W� z¢Q UN >z om QZw w�a c�c� Y W =Qowl m�=L-o �QpWYwzvi No W = z a l3_ aK o� - 3 W V aL.' N0U LZ aLn2 -Z V) QQ U oF-W� ZZ a F-¢WJIn J F-=U za wF-aQWZ 2W F- O X F-X Oa NN W C S t1 a� ¢QFS- JK UI p'A pp lip3 NO o <O wxaOZa �z W Z��mz =a wx UO-OQ3ZFO Ta- J O o a oa w0 zZ o O U a a Ow- moo- w OW ¢ zOw a0? W aw WL'iCL U'-'MO �¢ z QOF-Z¢ L=, 'W Q >Ln0 a 3 U S 00 Z a> 0z N>W 0a' N a ¢- U~a a p SF-a_pJ S N} Uzw w U w H o r F-a H a' W O UZO OQWU N NW zoz F-Q O� QW aN-- UZ U UOZQWZ ZQF-ZLn YmpOOwOO WJm LL ¢ ¢ w �Z SO Qw ~ NZw ¢ W r 00 w ¢ LY wU S mSp Z0 Q 0 Z W- F-SaFF-- �J 3 U J a'S 3 < x ZF-d 10 Lna w aW WZW 0a Wx o NU OwZ F-W W W WUaO -�WOO ONa�Q~dli as 0 ¢ x o Qa Q Xw o Q F- owO aVIKW m DQ �Op WO OaIJ (✓n =VOa¢¢ Qz F- JWZ1N w¢3F-� S F_a ¢ OS Z W w 2 W F-O W Ln a-L) ON a 00 a O N N } QSWma a _.9 WZW ~ pa aN m a wz Wa O Z S _¢ S WS F- U U d¢ m 2ZU w 2 U->}ZZWU w Q o W a F-~ o z i¢az �N oma¢ wwK a oaaN�W o O t- Ja J aI � z Z o F o a z 3Vi a w w N-a J o z ¢zoon'a a J ao a z3 oq �^ mOzID M NOQp ^ N¢ Of~Z Moa aF-a W3 I W�OQS if'7U Yz LL aa�Sa' QU2a0 �QSQUQDa W� O a N U (/)o S IW N Nb OZa' ami pNpS F- wa �Zz OZO LiZO WN WmOQU> ON iaY Q oF_Q wLn= wOz~OS OWQQ�W12-O mQ N O Z aF2- Uw 5 K2o0V� 01Qi U S nZZa a SS aUp OaW W- WW Q¢0aw �w O¢ N QQZa~ Za0 WW=x aOSa FO U a S a'W ww <>q DU M-gF- ¢ NN O MNm JNa Z w N� IDS J aS OLi Z00 a a ¢ ~Qv _Z Wp Nw N a J Ww E N UWO F- WZ>Q C)Ln In> R HF-QF-O OW NW WJ NZO YU F p 00 OV<) >Z 3 0 O o z0 a ¢LY N o w O U W H U W Z m¢ J Q Z \O n Z Z W¢ U Z Z a Q N¢Z a S N a J � Q W w N o Z JO OWU ADOU O NZ �w�Z _N Z<E, mW� m�0 QWWUFwO ONW oO W Uz-wO waaf(ngO z0�wLn FwO 3Z � F U Df O zz �� WNL U2awp w< NOQD UWoo O>y Ozn VO0, UZ U� W "f FW- �adwZ� UzwOU IKOw JQ O U W Z OSj WW w� U�In=� U wS F- aH-ap `^pJ ^Oap QZ vwQ �ZS SC, ¢� Q J F-Q ON QF- a ¢a t- S f > > oc� I Z a1Z - zow W OF- ¢W 2. no01 L) O O U ¢ w WW xao �paS v vaa vp ,gym ^WWSW v=W�o� va22Wozo a S =W }z F- x Q wa F-QU WOW mQ W �O m Eo<Io- N¢aF-Z ¢F-F-0U<I -o U F- � � -F-a -a -O evr, S4a k�(M'RFEP?A w�,.l'K-, -t2 ya'uaa.; a9y�v_,b#.,-*lf�i l^� L. .i�:?✓i k_ ,N4:j„o- pF-;a fi.A"t SFt 2 v;:.:Hptx.1�,„ .. Y.+eri�L-A1.4.. EanY4-+moi -,£.1 1 `cD._ Irl I� 13S ale N p W J Q O J O J 3 U NC, N � o n z anCD N g � � ¢ g O Q O J H �N ~ W W p w g m w o o m ¢ x� J J c=>a 3 0 0 ''a z o m w z o w a Lo < J 3 J www J z v o wU a z d' W ¢ ¢to W N Q d z z ¢ = z z 0 p J w lyir z o ¢ ¢ a 3 3 x O m c~iw w¢ o ?J0�3 0 m Z� tz (� J W 5 3 z o Zo 3wo� �� m3zQ5 o w ao w _O m Q w O� NO�� 0< (n K F--LW�Jm � U Z O �C U J w O 0 H U H ¢ n U W Q Y Z N U N 0 Q w O Q w d w O Ug" _ z z Ln v 0 3 a �a�o == U �m�3� _� N of Z Of O a Q "'z Q z z w w w Z 3 z w N w Q Z O U H z o O O Z z of J w > OU w x O Z z � J w p w c~..�w Yz � ¢oa<o 3 w Ci ¢ W LaJ w w } w �' CD ~ 3 i- �'-Of oe? N(.7 w~ 3 d _ z z N U ~ U w Q K w Lj Q N a o a z a v~ p w ww o�a� xw nUwgm z 0- a Y W� U = o O c' a CL o m `wUn WO U wOz `_'QF-0 ww F a�p�w (/) cc) 0 x w o QO� a �o Z W 0 Ll (n Z Z Q r w x 9(n J w z � LL J O N Q J w �i ?i Z N Q F_ W v)�Wa' w p w W 0 LN Z~ W U U d x z a w z z o Ymwo z > zx000 O oa C9 U w o = o 0 0 o n w ¢� ao¢~ O� a p�UV U Z ¢� Z O O � z z z z O �— 00 cxnNw� �Z p �J..IF�CW�U J a¢ IL J N W Z z O 0 0 O Q ~ O Q U d ¢ d O w a V 7 Ow w Q M Z Q Q a0 U m W o _ O o wo z gw g c� ¢ Z C-)< oo-zw= (o w �wr�W O °a wCL r J J J H J J Z l Y Q a U�O F- J W m d'L n r O w ¢ ¢J ¢ ¢ 0 - m ¢ O w Q W w o ¢ �a v~ v~ o W wJ� �pww rxw Jo3j 3o Z N Z (n o a z �w z z CD U (A x=) o n�3 �o LJ o0 2 Q Sam U¢LnLn ¢� Ln ¢V)macn W Lrz W J O _ W m U • • • • • • • • N M V M O _J >- N o x Z Z w O Q U ~ __ I I I I 0 W o a p<50 _ a a a F- w o 0 O�LWn O o 0 ILOo o �Iac� —W F _ ~ o o JFZ I _y� I DOZ I g C 1 onz I � C a a a ch a � ~ Z ocr 1 �o 2 LLO lai Val N lai a Y I I o O _ 0... ..� � O a I o ~ 04- l__ ►- o 0 4 >< 0 4 0 i o w 0 oW w I = - ZJ - O p U O * w i �� p n ', a �g a f } g Z ZZ Um >m - CD oF- p z_ —— W 3 W I X I I 3 Z W. a W a a:..�o �� -^,� w 4 �; -off �'` wp o + �. �w oW`�!' . 'zoo ___.. z M k 0 v Y} 2 H U -{ I N Z UO m O c Z¢ mQ - ,0 � - mz Q c7 I LY ( w U)C d• s ' 1 O= ,v~i 0 ....1.- + i_ �'o a a �` w aAz tl LJ « w O { p - W O U U 1 Ua ¢ O f o - 3 cY.1 z O+ ui . ¢ i a � � U a ..A o z�w" - QwU � s F z Q U ---------------- t W + �w / KZm�m a ,.__ w .._ ,_... - w m o r ¢U _._, 00 Na3Ne z ¢ z Z T za�u� F- F-U� ���z �x O 0 o�vfaLL T n' d ;i.� ••rr i—?IC_4,"4;.i 9LS.K'?ujsB§=G`if1:3 tl nY.,V suVp . =�saZf a-.L'_ l ty{!'1' s t�,, %. fit,. " momowwa J J � W z m Z V) N O w Z z m = .. V 3 = Z N o w w Z X H Z U) Z w O0 V) p H'1 z W w O Z O Z ¢l W O O N O = yJ W J Z 3 ICl n �a O z� v m m J O O O Ln w 0 ¢ Z J O I- W Ir Q U m 0 N �O � � W W N 0 cn o W 0 z z o a� � `` o z mg ow z ¢ o o L) n 3 z w 0 c� CD v V) z z w a o w = 0 �- N cn C) w w ¢ a o o wm 3 w w a W W w m w ~ V) U) O �oz a w N o O O w 0 z z D Z ~ x w Q w W Q I z g w o z ° - a Y 0 U = o Z w Y a C J O� w> W c!1 3fkf O Q CL I O 0 o C o z z � �� 5; Q� 0 W Z g -1 o a z ¢ ¢ a v~� o¢ W o Cl. N < X Q O o N z w a 0 H ¢¢ W o w w w 1 Qp I L)Cl- JU O z� o w o 0 00 w W No J ¢J J N U a o af �0 J v¢ IL W z LD-j z o �_ ~O a`` �z Z 10 Q Q o � o QomQ¢ O v w Z =� 00 �� S J J 3 J H z z w ¢ a¢ U O O m N o 0- V) o� ¢� o ES w N c7w ¢0 Yw W 0g LU f ¢ ¢w z W Z� w?o Q 3o Z N Z Q o ?m o3 ?L LD CDaW o0 N �wOFhO =o W _ = ova OC) a �z 0 m O a N O W U J M z Q w o Z =DZ a O a U o - W J oQz � j I I I I a K S U w I o o o! 1 I I I I \ o 0 I I IL_-10 j o I _ a U. o ,y o I a�= I I I doH I I I I Zz; I I I I o Doz zaz I I I I P-1 0 ch N ,� 4 _.. .. . O CO 'O. O Z LU I Q I I I OC I z l L 44' o O I I 0 I I _ o x_ o a I o o cnx 0 ea[ p y `t x U 0 H -a I _ o I I o o� I � _ f 1 I �zLu 3 J I TER j V 0 a ¢ U> O �. Iwi N O W V — w CD o� �lXJ +� }a `s jw> � Q1Stl � I_ I �\` O O _ W¢ J m w Q =) J CD O ._.. �- _..... ao >N H 0 ¢~ 0 o w Of C) O af¢ Q� of Z z x O o w z x a Im O ZZO + �. e..,-.r Wj^M I Ln .' _.. .._ ._ aO< C,X O m Lo zoaox CD w T eSiar.�'^ .tJ ...>r>s Pti, st r.'.f'4 _ta Y....rli�;a t 1.;.ae§:Y r ^,', <>34,. r,,,, ',a9•:,.. ✓ oe ^K'':, •(a + i t ,.Y .. g 13SWO O r- ZN = U O p � w w O ~ !n W UW Z co N Z o Z H - O> J O W W'F'OZ W < W V J K w a ¢w wIf V 7 K a= Oo Z �� a-C) of V) OZ La Z Q L, z �S Zo woof W N U U U d J J ¢ N U O¢= OW W W J O U OO z U a J Z!L' H Z W ?H ¢ 0— 'm 3 Z O Z O O Z Z Z W W F-J p O Z_ J O d H IL m H H 1- a. w J H N¢ O N O N O O N In vI W O¢� U W x a' Q x X X w w O N p Q^w O N= Z CL w d d w W W H N w IL'J O tD ¢Z �.1..� ~O¢ N H¢ Z CD N �Qo= M� W og off~ a �o v U Z: o Z Q M ® W W zr-�o o,o W ZJ p �w¢ �zz ¢ U' I H xx�o� of p OUOf Uw U Q' J I Z J NZ J p Wp v 1--- w < Z m CL W Q H� o W Z N V) V) L �-I r W W } I I a In N Z ¢ ! \ it !3i ui o-i Q W z a. m�< r - - _ l z x i CZ �o— — — _— � iz UJ I- » J�z d ZZ r 1_ Boz f- 2 o I ; w W I , f , I YIR r j r dAVMIXNl t f , 00 r J_ I I t t y r � f F _w Eke _ I I 00 w - - - \ -10 N� " \ _31 Y LLE — O - - - I — = Y O O} + O O U Q I � W O I � N WOEpN o a<Qo � i zap••v W v�iwia c�-v1aW w•�nf arG'LSr,-tiJZ'$.'�warn`dp�astz_za .3»;,s:-M bnp-ur:1.aul d0 i✓-3i.Mt?-bN?fl%b�4S Z61(SJ-i,�u6»tv L��.weus-;R46eD}fl'�hl wnfd F7'l Wsk"a4^;..3s:apc1, aAl'illc;�t_ u0 uoF�gil�+m d3ryiunN wam h\nst-f'++c:d\r 3§gYSa-no JOS ale N O Z U O U z W O a o z z Q< a Q O 2 LL U VI T 4 My t J ya m ccQ O O U W W U J o W iELo wEd O N j C V tow � x W W 8 mW 1°y m Q \ d Q a 3 _ z V) O In t o r c O Wt 0 Ofg NNW 3 F o W a U W CO a N N g r � LL ~ d Gt-� W$�Cppt p W w tWT, W WO2ya J U _{ _II `c d 6 s 1110 H �� � wJ O _ q Ua d0 � �� Mww IN �WH W 4© ti ON �g> a _ 0 �. U 1V Pl pLLaJl .� {H � .- ♦. �N M9'I16MUYW iV NNVW • •-i fV N C) Z DOOZ s�H 0"1 z W H m C) p C12 0 U VI � u )C4 m o E >z LA mo > W z LLui 1yTER cg m $ = Z \wow Lilcr UV) QHd f m x�- H w a d a a pCL co O W W � Z' l 3 w a N K Z d f D D U Q t1 V�PfIS 51bYMAi NMYtlO O W C N N Omi yjOWH 2 q m m �N �z WnW=a :µwa-za�rsJ'ts_S,w -Ws,4-kb(FL`M`i®enr^ augalp=C3ii3'L3 !©1dY1- ,n`,ofg 00--d- 1—vA{g q fr:pis aBmlMao:n Pxbyti77"�1`uG' €'�`�\ixi,ro,x.wnn .r iY,rm 3k.t MOUSIER Mumma! ft� s� OOOIM some" Mumma" rWANNIO rom `011x/ Now" *RON" %mono on� $win" ONO" Now" anion" =now 13S (119 C'7 O o U N V W Z J Q U W O p V)W W O O Q m U S �i V) U J Q O U O U< a N Z Z O Z w Q Q z z¢cn Q ~ LL, < W 4J U Z JLLJ Q �`Cl) pLLJ V) V)o "o Lo U J- _ �� [IfF_ LLJ C) w F-m O 1=-Q F'W Z V) ¢of W W m w U Z Z O W<-w N O a W W O V7 NO §5p OQp g=w Q p�V) } ?�� < OJ �ZaLLJ�O ~ O� mZz W W z a a-=a W F- z Nmw V)Q!! � Z ��O}W � =a Qz o pw z w a F m O 3 p pm p < w >CD Q � F o =w0 N F-LLJ _O d' W V) Op a ~ W Z W O JZ Z_ F- W V)=w W Z F__ Lm W w000 O p�2 m= F- 0 a <0ZQ W U Z W (/'�~m z �= U U)F- awl ¢ cn�F- F_F- w ZQ O wm w=m = pa wm w Z v a -LI) a pz V) ap _ U O pJF- W L = W Z �W NV) FwN wLj ��zz zzp o = F zones n LLoaL`F- N N' �a Uw� o�� z�avci Wzoo JQw w � �Z�o�Li o a-L., pw�� U o v0= HO C)Ln �zLLj x z w =z cn a oN pZ �N COM M<w J H O F-U =Ja W Q LvmZ O ~0W ?i F- > Cf) = Vw)< W N Zw W 1- �Qw Z N Z �a -LQi¢ F-- F--~Z= w mUJ W F-p W W �m� -m OZ pg Oa W LLJ O W p w0 o V)U wpa z U >_ C-) � z a m U W O z- W U >F- QU V) Z) aU� O W JW Q V)w Q F-F-JF-= _oM =O Ja0 O F- a a' V)W p w Q w U W Qpm W J Z W W J C p U Z F- N p U)z Q Z O jJ Z w Z WLLJ F_ ZLLJ V) Z w 0 Z U Z F-p ~ J p a V) F- LLJ N F- N O W J O�U Oa.F- Z�.-:p= ' �_ O Za a2= aQw aZZ C7 p Ud +) Qo W = QU 0 >-LL F-J F O F O V5 U~" (n Q Q V) z Z W m Z ?i.-: F= 1= W Z-wj Z w Q O < U V)Q N W ZpLLJW.a 1'"�OZ �U= F=-OQZQ zWwO W� p � V) 3;: ZOQ�QM aON WOw�Wp Q N O Q as L'-'c�� ZE2cn z p = w z o Q �w ri LJ L`' j z m°-g> 5w w� z°�w LLJ m U Z oz 2QJ OwF Oz< ~ mZ� ¢ _j N— m Z Q O =UOZ W ~U) LLJ�O_ OUw a a 3 ZJ� ~tea 3:F-M �o� p p J�j p N� � z Z Qmwm Ir--:E O� Vw) co O LU O >W O U J p J Z w p o - w w Q w F7 p V)LLJ > O U O m O F- U V) Lf)J Z v=i W Q �z U)Q LLJ N V)Z Z o V)K J r. V)= J UO p Q a Z = m r L`'o= O ' a z OW :r � o OF- w ¢ NW U z 3 N a O N d o p p V) p Z V)U m p z V)V)J a r7 a F- V) Z p _J Q LU EE Q a F-Z W F=W WV) LLI O O w Z Y Q X U < U W W J S W= m Z N W= .. Cn F- Zp <O �3W JF-� U ¢ J WwLLJ p w w� N Z S~a0� �� =)- F-=1,<j W Z Z F- U] U5 Q Q U p 3i F- m W _ N W QO U wz< QZO Q = O OJ ¢~w Oo �_ d O OZ www Q Q< Oz p3Q W .. Z O IW-Q w w W Of w w W N F- w W p 0 ~ V) O w �_F-U~o O Q Z p 0 u i v Q ¢ =U JMa-LLJ z U F_V) CD � w � a Q� w C7 gw0¢a o O�W m z O> H� W �UOU W�-W waHLLJ V) V)Za m V) aQ m Z V) � �pmZ�V) L'i Lu Np wU ZZmw In vl O N F - z a _U J a L Q-Y O Q p J U w a oZ J J p a J N v Z O-V) a Z J Wa W WZQO W F-U p � WZ U >_O ¢ J W Zp UQQ�a Wa JQ U F-F- 0 a �¢ � F=�� C)F- F=¢L<L � a ��m�� ¢F_ V=) m =- �U~ a¢V=)V=)�� 3¢ <0-MF— W c_� vi v vi a r ao m dGZ 1%WO H a160 .Fz ate= IL�0a vs; E°o Fvoc z W H � z 0 a a U N O Z Oyu N` W� Z O NO jZ C s W�'o �d*L'�►ts / � �QNd c u v 3 v ¢ O O U < O O w C � q N N Of 1 W OODN <>a O Val<3 N� S b W h w 2 a U�V111r YEQz f,,.R'a,ax��A�- xcaeo� a..,�aNxs-Yecdlb U.>ZGIGYJ- t4`u9roa�ZII.± ." gt eFAi d�rk0 II-4 )q s`*+'�Pjv xag100i"S-vU�^+i,:2t31t". ?V+%+1'ni4 n,�,F�.•a:{l^aNiYty 7111 Noolow "Umm wommo Yr ommmmr some" MWAW" Now" womm" monow soon" OWN" ammom D > OJ < Q H O U W LjU O l<i w Z O LL, U Z w Z �J U m p x O W N W ~J O Z �' J ¢ Z z (n w D 0 0 O V .. � wl` z o wa a3� Oa Z c7 x�oo CLQ z z OAU wW O �_ z m a. o ~= 5z2 QE Ir Y-UpW a i \ w or �QQ a a ¢ U w ^ O O 0 ¢ g O ¢V a Na U O w w W J O 0 O W N O O J W o ? �+ JK W �M w m m ~ U- J d'W K W J U 0 z�""�d Q �J U Q O W W f J w OJ> Omr,Z d cn0 U Ino U H J��U 3 O W¢ Y LY U W W O w w 0 Z w Z W O O— d W U (n a w v D d' U O z of I n d==1- C:j L J �> U-N m aap ¢ww �F-CD � Z Z �J¢ n~moo �z� xzz xr v ammw g za U Uw Q HwQ O_ Q Q U wC) ��0W F,- W Q U_ W Z j U w J 2 m Z F- Z Z UUO dOf cr 1- O ¢=InO z 07 > > >J Z Q M-=U x x00 Qom z w w x wJ >w¢O W?O �wZ W D �O O ln0 H W Www Ln U N V I N U U W K WCL N��Q mw Z Q m U W�j W Ian Z d Ln o W p31n0 O� 0¢0 OQ < In�Z w Z �w N z� wz o LLJ oZz o�z ooh na o~ v U Z o ¢ga WO W OC7~¢ c~iU�O C)0p U U l.iw U� Q O pmo w�L"- ��dF �aaP �..t—L'i �N J o w C w z o r,I H U' _z H J o � w z F w C- CL Q 3 O- 3�w0 z lz Z0 z z Ow3 zz W Z w0� w W 2 Z o z Ino O z N o o 00 w w O Q W O (nzm� Z 00 Uo OU U Q OU U mm OZ Ud z 0 O O O O O J o W a _jo 3 0 F- m N w a � J J m � U 3 o Z V' V) ¢ - a ll w o ' I1 O I- ., Z .�W a Ino .....;.. a dcZ >z 1 O IL Z U J Z A w d Q NJ __._ .. .�..._ i ZO D m I ro I „- - cn0 o zaz p-1w �VOC t C Z + �, 0 0 N \ 1, V)w '000 V AVMIXVl DO ,�P'F� Z I W J d ¢ 0'7 2 + r o �w¢ w OFA 0 3 M ^ O '6.0N t0 N N �M cO O N +N m 0 : (P CP cD-Q m m Wo �om� ¢W cDOWF� - 0 r 'CN +O mC) Ino + H0 Nd [O v). N�HhO rU!LwoT�T�7 t O1� -N.O O Om Ndp Lo 0 O Vw` C,10 ) 0 No C w00 WN O a5 + O, noa wN �� CD ° - -WWOCD °M�°..�. _ND O 00 Cp0 1)N o o0 moi 0 W NN Ln o m ..------ R20.1269 r) ION O Or7 M -O) m Op ^ ' M 0 n O� (31 co 00 +(/)o N ' CP OO o U')m U')M t(] + wn Mm CT 000nQ0 oD N N O (n U oo 0 CD _ DQQO�NO4 R CWDVI ONjuaaWHWUU 52 j Ln Ln I � an. I (nO Zv�fw2Q U -NO_W *�- .. 3ttYN 3i_A 1� M� mumm" monow IWANNOf ammom ammow somm" omum� MOWN* WAIN" MOWN" wommo ammum 13SUIS N W O 0 w w o N J N NLO Z Ld N w 0 O z Q Z U J Q n U a Q H Q O .. a z W o o w 3 3wtr ro i �" c U 3 z O o CL o o 0 w > ooe owUwo Q z p _ I vwi V) L N Wo Zcwil�� v _ W m J O w O O W J W Q O Z OJ O W a O W O ¢N < ¢ < U O N O¢< 4 N J v v 3U U 3z 0zo = U w U 1-H N D O WDf O U Q W J \ J\ N w QO w w U U 0 X z Q ¢ J cn O J mN JrN a a lwi W UO2 mON W JO Q Y Q W (� U U L~<W <N Z 13+1 Z W W W S W W W W M(J O O d W O U D_ z O (N O z Z VI K !Y Z Z U Z MY N= I— J Z I Y U W HNQ cn WNLJ L X W m 40. ~ N W MEE ?Q O W U Z O X Q Z Q I 0O¢W wz�0_ LJ Q ego zWa< 0 J — Z a O F- F- N Z Q O J U m Q F- 0 S Z 6cJ N Q O W ti W P F r ¢ LU t _ _V_ n -0 00 I; ..F-...._ .._.... _...r. J E'- " ® No z Q dCZ C)i Z ❑ __ _, Q J 0 + ZNo _I + + aI-Z + + f W = + + W dpy -' v- + �H� v - -_ 1 _ �v + + ZZ .......... DOZ NO Z Z {- - p iu 1 ¢ W i ' Ci o10, L_ � A. k z 0 , l_. _. I1 . IX Ln 0 V IVMVl \ N O < cO 0 a � C) m }N t0 cD + i ¢ w � W W w — —OFA w z w ,_ _ W lD 00 �CO U w � N 0)IT _ O w � NO W W W W 10 W W W W W W W w W �. W _ .. CO rn _ 00 00 N N ,6 0m CONNNLn W' Z + ZW N 00 '0 It Z + ^ n ¢O N N O J ~ W LL W W W W W W W/ Hw t oltr F-- t0 OW Q N W " W .� . W W NO 00 4 M _ / N W W Z W W W N O wF- c~n0 NO � Z ..,_ N Z a _ H + / / W + + t m + c� + + +' + + + + + + + + + + + + + ✓ "`- a + - ._._.� r�k 00� tp M m O + + + + + + + + /RPpRT WAY + + + + O N Q Q LWi V)- Q .._.,000 C C N O to O l~/7 O }-' 2 Z .-. ,� z + }}q ,„E AIRPORT Ay N D U kr p In LO O X00 �O M� h� N00 N M + V m N + + +� �'� 000 KimO�l ¢� ¢W �O ¢O }ly �O of Q'oa (n ~w O I ~ h W N O N=3O� Np N HO h� —4 N v NO U�V12�r 1`u- �:;1 *mom g� sm � sol emmor UNIMMr @OWNIN/ owanor mmon l/ Mauro wommus MONOWN momom MONSOON UI MOWN luau” twom� nowmai WANOM W Q d w n d LLJ W vw J N w c'/ az a w ¢ W O N N � O o U Z z z I K Q ~ z V) -' Q z U Z Q J W d H O N Do p U (n 0' C12 p z p K Y ~ W Q p W p p z p Q Z O Z a - o p W O m U Q U U O p w H Z < W ~ O x K wt:O Z aZ = O Z m K z O c..) ¢ W p O i.A U C7 (7 L.1. z LnD_ a W r U Col vii U p p U) ww In U :2 U x W S — of !n 0 J W W a W w wOf U O LL W Q O w U U N U O U U O G7 Q _ U < O Q z W w N H d d H ? H H H FZ-- In U U [D Z Z p U Z m Z Q v) O p L LO T' L 0 D �� 3 3 ¢= N � x x x x x x x pi- w w x QU g o >� JO w a a w W w w w w Q(n z Z w M L m U) J J Q O a N I IV) H a as v Nub N O Of N " U z [JI 0 Q mL mL -U vLd a o uj I W cr w x w c7 Q I o F- 0wN oLn W0 J W o J Z N Ki W Q � Z � a J � a o 0 Q f- Z I / J 0 m Z _ 4- LL Q Q p xQf G x LU z CD 6 vi1 ty.\ ,,. SS O£ VI 590£ Wiz �+ All .� z + L r--t SS'0£ d D Z g a cg j do �£ J 2 a M ` Z DOZ tiz££ Z z Z V OC NJ a ...CD a / / / / / 1 V A 1 � 1..... / - X / z6'9£ui l� 99'L£ QU, w a Lo V) 98'6£ OL 09'Ob ? z L + w z — m 09717 CD / Z J O '^'. Of bS£b ins o .x r F_ czti� & 0 o 2CL af V908 a 0,9 b Of - `\ �o�c.9 W�O O N �yTER ?�op,SE� Z 4L 94in I a I e m 96'L4 Q Q u _r O - z ,_. cn x 69'84 W o _.. o >0 i w i z 0 0 Z4'6b 3 W a N p D p U < p v n n, 9L OS F �....._�. o 69'09 £9 �S NOuFON �=uDym O 9£79 7 W q H as<oY x3�e + Herz.. Wo<ox Ol£S -s..trc£..a. s.•, .d,r �f',_ -.f'L &ci� 'u#��s4# vn.tl.e� ,uv .- L-s ...a, ..rs v;+a 4"ax+++S 3,.,s_ ...,, 1 + � - .A 2k y C i. o,y,y=.._ t.�t 1 asp�r+"�°= -Iw,.vx N i f.xi;u'.,d t 5Y�'3 i,� l3sals N O UZ O U = W O a � _ a u {p U Vl ,Ln N n 00 w N - w M ® w F- :D ccZ t LLJ7 V � K Q ~O I v' U L J o z of z J p o N p 3 N LLJ z w LLJ C.7 z Q 0 0 N �CD J Z x J Q 0 0 0 w O p o w J JO v~ Z a a O 0v) N a F- p w z z acr a o Q Z wm Q U � � M � o n o a LLI o ro o o o a r Z z m m I I I Z Q p 03 3 Q = UM N " n 00 LO M N Z O co m M c) W 0 Q M n M N O N O I- (n . + + + + + + + N oo � o D n o W of t. u7 ll0 d � U Z LO Lf)oq O o0LD o6 oo Z W w w Q W N N N a Z O N N 0 F- ® ® \ a ® \ a a z of a a z o a z o Q > Cl 0 o N 0 K io io I 'D o p v) Ln 3 vwi z w 1 ` N Uw r w O p O Ids j O of Lu Lu OM M N OM N M N U N � W_F w 2i U U m m U w m m Z U N U F- = U Z } z O N Q F•j w x F- x LL m ; dvH w W W W W W Q N w •/ z z z z z Z w Z`Z DOZ ON M N tD h O 2 0 o N ZQJW 1-01% Z W Al CL Rigs g r r r =1 44 cli _ a f�-t ESI I w Fa E Efo 4 g lV l"7 Ld sC h slo >z � rn IL LLIF CL � �LL m 1yTER i I aWn IL o c \ W IL 16 = W o O_ X\, to LX7 � -O INN •Y � U � � � 7WaYN N`3N� b K~ N m H -o L� wNwSQ +• U�VI S1� rLrir �rin n sus ulmomtw SIMMONS@ nlommow +...... sown" *MONO voodoo snnnrrrl MONSOON 1 ('7 O Uz O U = W O y z O = U N Z LJ � J civ U o Q w LJ W J Q J Z G a a o � o V) old a J U, m Z Q � z Z CD v' � a U H O Q d N N d0Z 1z LL, RF ,6 Q A Z IL 0 ate= �y3: �OO �H znz I..U Z W H c N @7 c ED O 9 g g mrx jg th 6 $ ya Lq IN � IL (LEL o ` Q g Q �i E mFL 7L L C t� a �; ro rEL �� ag � � EcrS ~ � ZE m '�a a �W a a Ego N< IL Y-N P3 `d LO aD No K z C7 $1y OR mLU Y o v j 0 viQ tI H s E,� I di � e II c OpQ, � Lm �p a Y vi QNY J Ll g LU C3 � I$ be w 8 a v az ? < m � � aQ 9 asia mo $ d d c W a W d cx �S iii o N^N� F y �� G � � �� �• ���Y -OEON C o.aQ;,. G NSSU G SO�OEo�� � N 3Nb S 2' N cd 4 Id Z� W N w S Q ow� sm� iv� WINNOW MONSOON is� mom-ov" WINNOW Immum Noun" NOWA� WINNOW NUNN" *Now" As +���c,33&� ..tk;,1�+-'C� �t JI2<h,: za3t�-x•jb �t'v.�=..ou d u.^.xbyz e t 7Cu� 13S Clig O o U O U Z W O a O z s a o i U IA Z � Ld N LLJ U o Q � —� V) o Z w 0 J U J W av N o J � a x V) V mQ Q U m [~n O ~ p r Z O j m v) W Z v) of ::Da w c' v) o U > O w Qz w of U UF ) ¢M w Z O Q m z U W h Q W Z O Z O W Q :2 W x U �il ri N X N N a �J V o3= 3 uj p o p rn O w K d�v) O LJ F m U W V U Q o �� U w a � O a oo d.OZ m UU �/-�O Q Z Z i2. u aW w ¢> W a o aW6 Z caa o� �>, J zzo JFZ O U >m = aop aF Q o =oa �W d a zo o � W wW �ua y; w w � wzzo ;Co`Z w w N w 3Z F o ¢N GC m W J ~ a U p o O Z J L� Lyl Q H J YLia �LS EY o of �I,W ? U Z N O W ¢Z F v F-J (n U Z Y U a W J V la Q Lal W O W W X U Z WW z >Q Cn W W l¢i O ¢� w Ww Q S z 2w a w ¢ ~ O :2 N w J�il Q Q w Z Z p U Q p W W J W Z W = LD < O Z tY Yp Q O v)O + 0 O = O z U J W w �C¢? Z f' a mU Q d �o r oQ H w Q �O g 0 O� a� p V) v) W v) Z H U U o ��� « .11.1' wz T� Elf Ni ri vi 0 F z U O \VA \ \ \ w W \ \ \\ m W m o J r W Z = �z ¢-wv) \\ \\ \\ o O J H W z \ ` \ mW ¢v)WQ OW oWO� Q >c \ \\ \\ w H w a ~ Z in z o w A \ \ \ 11 ~¢ ULO ¢OW z Z �Z Qv)UJ O U )Z \\ \\ rn a r H oaf o ehrc \\ \ o¢ of U� En »' w > mw zoW� D W LnQ Q Y 3Of Ln Lo 3: WU LLJ wW ~� �Q 1wm i Q U~ a=Q¢O �/ �I QIP w }" �W o w Oo W W�S OF m \ \ \\ \ Z M w' W ¢ ¢ ¢ f = mF Z Qwd~ m- o v` v vv v ` > zo m v> m w �w oQa�� �v��►Zs �al m \ \ \ w rn p Z O Z p =p p W w H �QAI V.% vM \ \ n p \ \ \ tl O O �p�i O * J U pF NO J mo c� H �z J W r z� U Q V) p \ \ oN z U OQ Z W W Q¢= H 0 p 3 v v v v v v U3 N v) io wp - •� �3 Ww¢3z G o p \ \ \ 3 m w Z O W N K p U \ \ \ N lr X I-- v)= W> W > w \\ \\ \ O Lal Z U UQ >o J a o wOwwQ Q a a LU m W \ \` YoWUO > O�op Qwm I-� �=o�a w o 0 ¢ \\ \\ \\ d m U o Q w 3 v s 4 of = Z u < W a m o- -`\\\ \\ U z �O zm w ¢ ¢w V)In LU N o o v a p �` \` \\ a a z��Q ~ N Wz ogg"� w ~ \ \ \ Y U Z oQ i-wdJ > z N \ \\ \` Z O F a W d J o 'If U W W 3�o ZU�w LLI V U a U \ \ > Q > )z J W d' Q V) \- \ \ Q V) Z U ¢ `.�vvvv Q awzmw��c�v nm o K H W oU W z I b \J M N M �Zaam \ \ �W n Cd JIJN r Z wNw SQ U�VIdW err• mm� MEN" vwm� M� YaaY a w mw sommo INNAMM "Mmm swomwo vwlwNoun" ommol" sorrow ■ m x 3 m 3 w� U z 0 0 Z 3 5 z F - Q Q¢ z p O -0m 00 ¢ w O fr V)m Q U N ft Z z N O 3 w rY¢ w z O w w z m S > W z O w W N z p L) J H 00 V) U W OW p 0 O O � N V)Q z Qw w= d Q � Z Ckf ¢ Z O J ¢¢ w Z 2 Z U O W ¢ .. Q'� a• r Or U ~ ¢ QJ in Li UO 0Q O 0 p ZL Y U 2 O I¢o J m m O m J N Z J U Q J ¢w Z z J O U O V) Q V)� A \� O j w Z g¢V) 3 O o W .. LJp J 1= o o a U o z o O w wp a s Z wCw Z > dJp o� �� 00 moo o m�Z ¢ z a W a2 z z v" F- r m0 ¢wV)Nm o Z U z o¢ o ¢ o s w 0 O Z_ p w w w O O S F- w K U O ^c7 ¢ 4.\d S J Y Z w W O 0 S � O U J w N OCi� ¢ OJ 3 f7i O w NOd \¢U ¢p F=-S U OOw Q N FF-- Q Q 0 V) OU �ow0o � NNOZ^OJ �F- O U Zaw zK pLi Z w N p W V)y, J V) S = w o�oto K w �m m�H Q`Jn¢ v>-i C)L, U,Z ~ WO �3�aw Jw o^ I�_-I ~ pp"' �N Q w a w w¢Z w a p J z =� 3 a UO vwi Vai ✓wi D Z ¢Q o T 2 K U W W O W L� S w J Q J O n. OF- � W p ~w2' K w U' n20 d W Q NZ\ R'Q 0E-m U U w - U pZ O w w F- K O U VI C7 N L� Z S w ¢ J W. Z REAR STRUT �¢ S ¢v) 0 0 0 C., ¢wo 00 1-F- p_U w x F-¢ >'O Z v r �U JW www Q=J ~ zNw m�F- U w W w 3 Q p N (7 J K Z- K 3 w Z O M F- w Q � N aD r U J UNC ZJ OOw ¢ z JU1� Um¢ pU W } LLJ N W O N W O w W W v m~ 0_]10-O�z U Z Z O Qit ¢ m U Q V) cnz - W xz 3� 4�� 3 L)nL) QQ C-,O5 m Q Q r7 N o W�Ocy 10 �J QpLLJ (n owwQw OPV)JQ d �O- �J� J m a- W O II/ I a in ^�1'`I= w ¢mw� �Slnxz Uc.�w wa w - rr Imo¢ 3 a W w Z N H J W Z pw(n U W N N Q O m m N- ...i O Z ¢ Z I... w a M w 2 Q O W N= J O �'W �. J W VQ) O O 2 0 V)2 J ¢p 3 S v J Z m m m O O Q U w W Q W J -MZ J O J Z Z J Z-Z /Ij „ a:sw �m p� g¢ w� Q(n Q¢>ODUw- U C,C, = x¢ op¢ m w J Li ✓1 �� 00 arm ¢03mZw¢ U O JmO¢��¢ }}mZ J V) pF-S 02 Q, p Q Q a W N j c 0 r Q p w? L F-00 J p U 3 V) JO 0,W' = W W O � O fY J J<U w Z¢W w�' >O N = U O F- _,`lfl z Q w z 0 V7 m¢J d�' p N O w~W m V) Y a z o > V O; Qw OQ QUNOw�Jd Qm S�� JOS�w > W p�� m m Z �w (n Q(nUN zw aHU L.1 a m��w z¢zz (n W Wa�ooJ 3wp a YoinlrawZvwio v=iz�= ��YQa wm o!O rr ¢ Z O� Z O Ir m� (� m wom'�'owwuc~.�0oc=.�Qo�W~ �po3� ��apopp w J m H ow �" � w� U S w w o F- _wOKa4 mww Qx BVI ~O~JZU QQ�V)UN�H O Z p p o 1-L'' W Q ZVI�U 3JJ J VJ �-3¢ww w4 Z H V) W U Z m Om0 J19 p S 4 3 Soowa - "� 02apaJ tn� Z Z-�00=pU Qpm O > w (n Q J ice, o Ox v F-V)W w O O Z 0.,- ? Z¢N�O w 0 p U Fes-H m m x O K U r.. O U J p W 0 - 2 O w W J J W F-Z U W U1 w K Z W U Z U U V)J V) REAR STRUT u w� I U�QwF- �Up¢U���p�-0 Z� U Ow-p��z�� ��¢ Z In p ~ U UO O d Z K a m U O Q p O z W a 0 d p O K u a W p uj ¢ m w w ¢ w ¢a F m J o p g F Q� a p¢a 3 v z W �_ U p N¢ W Q Ji ¢d' J Q U J W W QK pZNd'U�}V)¢ Z K NZ p W W F-w U F'- g O S a'W d W J z J O J S 2= W g 0 0 0 Q 0 W J 0 W g O O W W V)S V 7 O m Z M F lip o d Q o N¢U w t-O F- O U' m w Jap Z U U d m U w V7 V) m Z p W ~ w f!w LL[ m N M l0 1-� m CT w.-N O O w N Uj /^\ �O OR� •� O VV off � i m w€ w r F (NIW) 3? 0 dcz 99 0 Cy A z cam- W 5 i OOZ Z J � ,U� �O 0 Oz O H O �4 0 Ca� Z, W C) ��^ FCO: I a s z N r 1o: Tom.. Z m3 wmm--y �C w a J lz a s Z$ .1 a b N N W ^ J Z Q Q O W l 3 03 03 (D LZj NN O O O N 1 CL11, w D p 2 J ~ QQ� O m O Z W N O P m rn a a M W � w 1Stl18 �L^ o a g O Q R200'-0° "' o p W w 'a --- o N N o o Z„ o z a w _ I W oo o 1. Et G,m Q��yTER\ i\ w wz� -z is A10p �4 io AI 0. , N x 5 o II-� �§' QQ 1 m _ 7 �O �m N mtrii Q O�� O.o Sm0 �S 00 1 N N � o O N N Na I e Q j O N 2 � eD N , w a"ao a y�3�o ,w Ila' lll� III -'LL WOQOX -- � ('NIW,Z-,l) NOIlY1001V0 A9 03NIA83130 38 0l,__j_�1 I � �r W / fm� am=" MMS" •1m" SNOW NUNN" muftNmomm N 13S (318 N O I U p U z W O a 0 � a � o i U VI N M N C.1 Z � w W O a rn W N U J o n a Q Q to wo J ( O rn W T N �� J F- Q H M 0 J Q' 0 Ln z U J Z � W 3 Z w Q V7 Z J O Q 2 a N Z En a Of U H O S U d N N O N � U dGZ 1%0 J F Z QF= d0N) � V�3 ZZ 0 DOZ U) O ca ca z4z M FvLU N zz J Q z {Y QQ ? U LL [n U O J a w z o a to w !nU w z � w dI\\ Iw\L o (1H913H 1SOd) „0-,l l "S /L nn U ,6 N N � (1H913H 13NVd) „8/l Z-,8 N N V P "�r...a ¢ zo _ ¢� a W J O _ o oo a ow w V 0 of �ly{ER` ow .23-o �Z. I� cN Co '04 �ol UJ � 4-4 z � '' az J Q` z W v Ktl �- zw-wa. My r�F �» rtS Sr Q N z o - --- U H g w a a N o o U N q wL m W O p N K=COV I a> ^V = Nxp Wvoiw=a c��lnal.. awwo er r loollw O son" rW r N g vi 0 a I w ao ao w U W p Z 0 O I H Z O w Y-O M w I o o l op p J O W ¢ o m U o Q O D o N(n U) N J m "�Do or-Of � W w r- �p zo w 3awo z w o a a ¢,N\a oo z �o �o o z ( - 3 a o a o O p r m ~m z x V U Q Q w O Of(-6 z �Oa z0' O j W 7 J Wp �o ~QQ z Z J O w t� WO 6 z o o - m w ¢z Z> pQ v 3��0 o m o o-�(n o- mv) U J m opo ww p H a- N oo ZU �Ulp (,.i O¢X o¢X z w LO 2 U Z U Z z ¢ F ct O Z Z x,¢F-(.� O N w W O .. z F c� (n w w ZO O 0 : cD �a U O O ¢ 3x v W ¢ z Z a0 z ,�,, -• a o z ox oz 0 oG = ow n� a �3�¢p O � w oocx> 000 2 d J ¢ ¢ W J U W Z 0_a. o_' Z U' (n w w O Z w U m 1-H H H a z w p o U d m N U w v 3 17 z O O ¢Z E > o H z U V7 Z �w o_ X U c� Z O w ¢U - �Z> W n Lj O Q > M O ll� O U ¢ ¢O w w C7Z Up mo 3p w F- W O O � > V W H w 3� O O~ Z Z Z 0 wz- K U J K H �~ O W¢ N w w z p V�> of ¢o N H v7 O¢ ¢w w Z Z D: � O H w o w a w U J J V7 cK V m V w U W V1 D_W- d W J w(n m o x�o�``' o aw 3 3 ow a o¢ o(n `� o F a� z 3 o c�i v o U ¢ ¢w U3 zw jw (n w a c� 000 ops -< w o O J U wK ¢ w30 x Z 3 �jF- N NOO n- N a m o v ? < J Z Z w Z z w V z ~ ¢ O(j p> w a z 3 w O a 3 w w Z H O J a w p K z m(W J 5 N J J O U U (n U O ¢W JY d' p= ik 2 J J w W z m 3 z< � dp ¢ Um8 wO V �k J vW V¢O w W v J(.7x N 3 V H d O J mm J mm O Ud' 0¢ -~ m p: o_ z a Lo) m w (n 3 z(n Z o 3 (n a a (n o H w w X w W ¢U UjLij w Z W ¢ h v v(n O M ~~ J z co W N H K pw- N p° vNi = Z 3 3 3 3 g ax �U r-pc� zo cnw c.i- oo - Ci c� wv��o �n �n v Z LLJ Z W Z Z m N O R-W O w tD U w o U Q_cz W o U V j \d \0¢ N Z \ N W Of x W Z> .N^.. ¢ N m 0_ x Y W x Y N U Z L. IW1 I ❑J O wU f--O Z wN ao� oLu<z0 �-o w w�' w w(-~ v0 W Lj >¢ `W� O ¢wU t-wU O W Z wo wa (� po moo zm UJ p p� oz pyo o< p oaaoa o 00 0� o o=~ c = Q Q N� p(.7 Z O U Hw=�W w W > > >O >pD- >¢ > gZH Z W > >W >V Z W J Z W J Z cn (n >? o_\ �WW��(na a z zo of zoo zw � ww000 z zof zw o ooa ooa � � o W w w W wo z� dN ��� .�oo_ za a aw a� o_o(n o_cn o_ �mmwo_ a o_o o_o o:0.3 0-0.3 W �- J o 1 I o �" Np O O 0 0 0 0 0 O O ® © © © ® ® ® o J o J Ln U Q � J DD U >- Wz Q J W o Z v' � a i2 ¢ I o C) _ o J C —WH JAZ � dOH ❑ —N Z �pZ a uj O J Q f y 441t � t w w z k b AVMIXVl �._.. a Ems: OFA _. -- E E - w E\ - E - --- E Oo > rm{ LD o� Ln �o n � � 3 > ox Q? E E J s rn 3 N E — ry 1 C, n ,3 0 m b Q A/RPORT WAY __ Iy A/RP w K 2 a � IX2T WAY 0 O V a Y _ Nb O W N KzaOYm O w m M No"" samow vb wNw2Q w.ua,1>s hp.. .0".. siu "Now"°...A :.v..,t'i fiu£ .- s' t2,rt' vw� MONNOW INNOW somwow 13SO18 N Z p o > r � z r f 1 a �J v C w o a c \a z o n J x < Z o z O 05 W r m 0 O < u Z \:D O O CD w < <m Z aJ Z M(n U N O S <p�N OJ g =O 0 0 tcN m Q O O J U O W N a J Y J CP 0p a' W< = rZ�Uw w W Ora'UCY ZZ r w< m m r r o N< < o o z a 3 a r « J m a a n- 9:!s (W = U O W o(n 0 in O<U a J=Qof O O a N 3 N I I I I 00 p of af w J Z �� ImzwNaaaaaa a W W e O p O S m W U 0 Y\\\\\\\ � � (n O N Z O ~O0_W� (7ZU W 0 0 0 0 0 0 O < Zwmp2 d �J-I N m 920 O(n Z<W a'< NNN 17NN (0 OQUZOT U O awls Z U 0 N�(nm U(,J<J Z Q 1 Q J J o LLJ -- _ Lj W J 0 v Q a o F LU V - J W - J z m J m - Q w W J z w �-,S lL c<.� j o r w O to > _ nZ E' Qo F-^ o zz a U a w 0 w Z U Z w N v O w w U 0 N Z U N(If Z [ U Z< O W O w W W w a'U (n O < a- a_ a ✓moi vC''i 0 v= dGZ OCa0 m r W H w a LL. OZ I N N J� Z Q F =C) z d0y J< 0 w 0 ��Q a Y U F-- j x U w I w W a a0 m m0 U Q to 'OZ CD 0> <m z4z <W M 1•�u i w Z �a Z o IY a'J I Z � O J WCLa a U rw F- o d Q OJ U Of LL N O -0 'NIN „4Z J Z Z O i s U N O I 2 Oyu VlQ >O Z O N O W C. V~v O p W O W 0 Z Z K N < 2 O O U < O r � O N P OON K=EOV I O i<b a K<J Wv 2 Q U -NRW .,il}<N iG N z._YI4YSh fid, ✓..,. ,3 H�7?�.c a k r, - 4}u=.;.&.W= 6 a. a;,.>> i Y< • -- sk? tae: t?SkL➢�? X iiYtii% • • ;• :tat • • } . • • � E i • • Et k'Y • i3 pi?Ei SE.CklElS 2i ' }k i t E?Et k ■ yy y iy�yyy • iri tY eta .�+r.;Lx♦¢+1®�dks��*'��*♦ � erslfa raaww#rw4irOra#`s siwrir`�se • ttXkS asasrraWIN fr'rot#04[m ra t,ia s•a as s 06471(itr w a a a+eox'nw4g4a4awr#tkw`raa a43xt}o rRIwIF%f M:lilaO��MAr/ lelala Y`lri Y'OWN + 4:d04)1 is#ware ! �' •., ..• wwr'1 YwrM aw •• � ! S!!>3i i�ttJit#03 � err#0rr# s •t5e•aaa#w='s dw>XJ## X' i9 ' k n x . arrft�"*'""#Wwwaw •• � rr •� 1�.� y.z� a �Eki3 #,,€a •lie•ni+a i i��kk3 #airasr ` r+►rs`aa �,a � itriri#rt i 'fe s,riat:Maar,%4s'o 40a6 to yt s•,•xasa44 4on* wrwri ea : sirsrswawaa"aaeiYYs'f• off0000MdaswaraaYwwrra • ' £Xr f„ ° _ _-e=M.a>YkIMtYYiwMM • `+r#YrY#itr#a !1C ; rrwrrsaw 5 eAaxa�eai#aa - dw �:e�aw k i♦0; r.. .a.#aa4;• 9tao#a X 3 s>3 Its is a NivitYirii,'#i Oroes rNo w°A a R A#a•f,ilYMl��r r s It's4 t s s It�i l�+tt arAt. 5ate we snk t asa0a0aarw### aairias's ars:#�w`arw�•rrwrrM'•ss xxiri •e al if a a,e,e 4 r r s#r[s ift w.w a■ k s�aa�i`As•a4aam-ai##Y'raa • rsws•oaaStaasais'rwa■ a �1 rr#a1rws■#wirr4rr'f'rws +r##"arr#srw rwtwiatstda 4., exa�ww>a'rwr ' i .. :lA9A9aeaar# fw"SAwa w a e a a� , =•r' stiClt3Ytd"�#w w d0dwrta2i aae,a,M/#In�rwr .. weaa'®easail}k'a�MY a00waown ai#a O'd,sYf E`a'i# a as rtw:niawY#0srr#wis as a•p;.R R 4 A 4 a a 4.ar Yri#Y:s a awasa00a a a a'44awr;Y,rora 00 aw0aaIMS, rasrr'#wr'srs � - 41 to wrt�rrt11at 0awwlow ri a® e a i at C it rasa'- 'd# i¢ MrYd€G' "aa'rd#"wa eaa•a a aaill�##dfi#'w3t0 • t4 ilYf,ri;wii • a..aE:.,��a5 w,i�a°wi�ss.�i6w will flk# rrwra,rararara',* ait#iiN'lir ar##w�lartrr�r#a#rrr'•iss w . e s's s•,: IY,itw: a 00: ia�aaab rri 'wr4 wwrasawwas'sw onto 4w`Nrra i`Aii0AMMIaa • $4aaateeawMr,.o ."�it>i s10a a as_.r wworo ww ©� ares, eaai�tY�ragrs'a a#rarrriai d 4,aYw..Mir Yr "..... aae•a•aaMir 00000##0 a a w a Rf 'w st a so's ,1 gar wrp MArt•YOarrrariiMw r s 04`:A014 r r r r'#YiiItsm(w s a #AiAe.Ag9aa'A ro1fassaa asarrasara�taarrfliswi wE000/tM##rrwr MMl rYrria �Mssresfrwww ,rrww'Yrr'r#■ rw.rfraq0a - - xsrrYaswrr s,o�eAa_aa>ad=: " "iG#"si#w ti a a t at�ar'� �`d# 0rw raoee' ,a# lftddd'�i'#i�sr 000000:40 §�SaeYf Mi■tai mr« ai0«?r#`lcwr•uw raiaw`a� iasfr4rr warraaararrrrtsa■ aaawa`r R•td#r•MM B ea lea iarti#1i'M#r MYara as r,rrrssa A#4wwa ar�rMr'rrtr �MMYwaiA YM:swr � _'##f`Y'rfrwYr • ' #awica:#Ma r ar'.IUaaY'17rMYWs""0s'w 4a $gear�rw#f w'r • • Maes e`•ai#�Y'f Att � aawww�a�wrwirtrr aiia110:waFiitwwllaa 3 'it e�arff APt�fYilswMw �erearrr"lifr'rrti 5'Se�k�ij4 w a agar a to Yr aisa 0 w a a a•w`a a two fa t 'a##YatlYwwfr SSy,, •-d,s'r'r`Y'ra w r a a i k5 wa°towa • tal'k� irrwrtw�r�at#aa i 4ii15?i �'tuArtit irrwrr r YtiM k SIZE . • �_ krk SOOOSSSSSSSO IME lmZMI .k9a3lkt; SLS S ktoSSS_SUS SS-- It ' 1ik�aCi?k MEZZ� t n a xtE 2 •C Laa. k s!s3ii :.ii' 3Yz?iii • -•sskca a d! •• a3 i ' • rE .1S*:g in k +ak ------ Mosall 11 V• .. - .. rr so 41 .xaa sir». arsr»All � a a.FO r�vrrr«z:#tl4r# ' at937Y$l! - • ,m0,14Gr ar ■!»'iraarrr»»»,R�m�taait■' rYa'irarrrrialr/i#M#:rMr. : • xamaaaaaa+�irasMtiisrraw aa�,x �a,xaaipar; #�rari rraaara4Wallaar00010406ANaY,r"ira r/ tlarrf Yiarall ltii#a'W# rt ^=.tri#alirYwWr drCM' 'lif9t`W'W"r rrrlr»fS.; ' rrlaarri � is M 4 a r tiarxrorirleirn a »areefalW9r,gx aa,ra-ILraaait ©� Maaxxaltr r•a it rrrlrrrrirrrr»-efa� 4iifr 4 w»'»rs a tlrWr»!Mr»raMWr ka4441,«4«arta#1YIir is a' ■a44 ai#a##a6rAa-R ii rY# rlrarMra,srMxlabll#Mi'.,weYa' .. . M`Y-IPII iI�IfM`II M a art»»L#� ;r �klrras»ar arafa"#<`1all ' maom ,*MmdfY4a« = - : ... lflf9KlTfRM raersYa�s �:a aWlirrYrr,i� 4"4z&., W MxrMrr W,»rr»lMW e,Net elrlir a iriw##r WYr WYr#YY■'ran 4 4 x a a x,a a a 4 r■a'r,»;,lFlfr'r#r «4abaaaaa4 a4Wn# #irrr so.aaaraa:.aaa4arsaiwa;n# irrrirra'91rifaarar"l'i#•Ya FWratr#.ir�rW# Rafrr`Y'3a`:f�`ttiWra : »*Walla 4 e y a a a w a r r 7CO3 WON � xa ,e WliAat "^ 'rrWnYrr '. a4x4� =lrWrlif(flF/"r'#`ri'r Nar»w"' .rWrra W tl«.3 t«3 lh�.iM�°r i4!7 � • Yrrwrirrr4rrar r a a oilriY Y'r- irr:sW Wr•r::»rw»rarrrwr■ 4 r44tt as«a OWwlYli a"iai#M# 4ax4r�4ax«tlMlk r r,ra MAIN tl,W#tl Ma4�M llranr rdI!»Mri a,xriw4Mr#r:was*% :. :aWWr1E#rrW#n# `011lfi'116trrMr r;WrfWrr'�x�c."- `�:rrasrra a �as wir`rt "'Yr'raar rrrs-""'"�r�lzMW aaese - 14irll>�Y'lr#'YWsr':. dooiw*" "4 A Mammalian ea 0.4 IL%a I($ta to l ice. s»»_Mlmrrri»r»se-d W`lli lr"Wr : �. '. 4Wa ON mories$ r#Marr# a ax 4"a 1 waaaraW##arrW «asexaa4xaa4a4rit'lrr'sai' artl"raiarrraaair�ari#r ptMrawmdcraYW4a"a'a#w#rw`a �rwia#i�rrr�r ', r1 W'r'Y`Y•a'.ifWrr �iiiiinn WMaFWr Bd� ' +�"Miill miaWi xa4a4x-a4rwr Allmlo >s»rcras aaa»_ pawl#a#drilralr 1110}0101 0Wa ar#s�WWriirrake»rirrtr a00 A "alle.arrr!!»#rr"arrW.... a"a 4a a44aanrrsa'tte�rrra a r a e aa4WOarralil-liman' ra�raWaaaaaaaaR`aiiiil■'ra - -.*`�) rr»aAarsrlli4r#iiF�r'�iar Mr qYY�//, -:�lriail#lrirrr ' 'At' rr!`ltr'r rrr rrr rra.�»r�� o rrars aa#rg r'r-mtli"r �. ani» irs.€ra 4 It a 4 a"4i aa(lflYaM'rW4 0 ro%traMfa M&. #3xar�i!•■MMM rW»»»i rr MMMrrr^aYlivaMr irirrtaiafrWY'###ir`rra tt4a'a"44xe44 4ar:AtaiEi`iits'saa taaea4aN'tlaWra 0:'a awaar Wt"attM"r 0*,,r-M W"a# A it rifr`ir`4flfW'r raaa,x aSalid .i , - a r[al�W\lW1I��s'yy[u�`#a rrx1 �7-i�r7"x'wF,77��. ': l gr a 7 • r•e e i� aa.e+a , rrrarai r ,'�i itairrY• _ arw»r`i,W rra'ra■ !%4 4.a a,«4 4 a s■a;alf#lilt a a'r a x x 9 x 4-4 4 4 q..4 0 A"Al i,r ll#r M a atl4 ai na aa44tltlA!Flit a r'i fret 00 rd r,a l4 tlaW#Y�a`Y`iia '�rMa,##iiMiWr . J#lfi'i'#t(L r a's - r#;lr:ra�xs•` �rtwillY'MMr . M x l It a##,r ll 3 •,_ &li� r"n x�„ ai'»ate 'rcrsar 00 11 «fYlLliLll#Wir - ai 91»-II/ 'A5 s @,y 4W,#ri#rrYal - »;t.v.a atat��/ltee� M 77 10rIsmrm $a a1eamw0AS rw 'm'iiw!"eat 4wmaeermfraskrr a,A s;a k$,$a s r r r'Yia;ifaYer'a' 4AT0aR4$'eym eNea4# rrae#ama/wabaa'rMeear# � r66fwrrwr•�oq#'r+gisY'rwri '," 6rrr44aait■ msr'rr sar�mes ►_�$.Tib'!4 6'100-� _.�`ii6 ON00i'i�74'a�!■ r6rmJarr i ` IiYrrars r r w a r w w���7f��•tm r a r m 4$4"a a.4 44 44 a osif 4a4aiTT444aasliMmerrl ■w#r#ara4'a444m,�`i;•Ya`tr � iEts_mwww�w'Yrwlaq:ii'Y°Yrs. "='ss0t 4 a 0 a r a r; '.. "«"6aa r�rwaYsr- arfmmgd.11 " 'arrr amrw 4i a..T 4 4 a 6Nw ""' nfrs103: xsn.' i4pist,--as WIN a-Y.. aa944` 4-amarfYFfrrworr. /w fwallak a T k T awa,,e r,arwr. Y,».flkxelifffAlYrrs raft w 0000 am 04-i oitit,ta'as a e.YYetlrtla Y,sfr' M'rriir Yr aiik44aaaatl,raae;MNear• aMataaragaaa44'we•efrr: 00010d0 SOa,l!aaaaw` -twoaa wtaweMiraYr sar'a�w`frY rrr411000:a,- r�'rwarrm — 4,4 4 A i 4 g a M w r 0 !m w SSSSSSSSSSS� • 4;, _ a 0 iaw 4r 7�-wm a'd 045212 —_————� _ aA 44 gw■raaflr 010 areSS.. OOO�MR MR M'0 w w r w a's" OOO�SSSSSS. �§a 4 miia:1010101010 �� __ I SSS��.�T.SS�S�C rm.dmJamraraMmrr�eNiN�rY' SS��� � I a w Y w r r r a a w r'arw w eta r'a• �eoSooeo==-- 4 a$s'R'$4 a e a f e yea irr'as a s 0111 a'aa#'t7i°ifeYr`a; SeSSSeeS..ee f#a a a a an a a a 1 4 a'm!a t a r`a a rr M 0 0 a a M a s 4 114 mm LY`a Y 4 ca r s w w 4 6 r a s a■ —_�_�������� M'arw arfaM a 5...=omoSmoo a T a x 4 a'a a q 19 a as SS_r�-mSSSo== .rwM- gaYwdare ee___SeeeeSe a- a I: , •s er�r#frr M r a r ooeoSeeeee.e Is ....r a a j a a aME 4•r r t r r r i SSSSS=o=eoBe a:Rca�S�ncsYYral -------=���- wedged mw1gr00rmYa'r4ea: atlmfww YMiIIRa's asmoss: swrmarrra■s•r aarr'Mwmaa■eartl 4a 4:gR$.a.a.D'a■eeeritfNi`ar-. arms 0011a" s ea 4RiatiTT'aam,aar,eNrwsalet!am`mfr ' ra4=a Draraa,a4$gr'errmYr w--109 ts"'"x3c f0rw wow Jaws a iaaa`4n0'frra wr•,"64444 Y1 w`faY4 Nraarw .. wraa'er6waw "m'frYerfawf Yrr'r6ww.�;^ _ . Jarltmfmtm' f". "`t`mrmMsar aTav4'aNr`# fowwf fmM,s "'106"wwr a s : aYrM ta0w`w'aM. a1r•04 ""0'0 049 0 wtbs .armor#arfaamr' arm It a� w�w�wmw'Re �TaMaw;raaarw' a� �sa4rafYirmr rascveaaGawi4awma%04#4eww'rat m rwfw0mwarrwas`0r�mfYir 0106000,1wNY0'011 a1 11 a wr"irtlw`mrtlimraYiWrYmrY mrYwal090190,m`aaa as 4vTaa$4aifm(ra'i■er'# Taaaawi,aaffea■ $#.k ii4iRRD 04a#,rli�ea 4a 4,k a 4.,a a ales a'a a4 all, #maar!#:mg44tt# :. ga4aYeYeYra 6/ -rwrrraaw .. i,ar a44,waNm4eaMeaaa 4 �•!iltYaaa4`•i efYYa rmwa44eiar4ssaaa4aias■ •" ffffi'i tram wast ft'fra'w■ 0/d'r6A+'F1';" .>7mMrsrsr � " ' '�mwss0sa 414 Ta 4696` 0 ."Atilt 7 0.0 0 qm#1.' If•I'.k'w 00 4..ar0f,""'"00w`x1mw - Da:d.f�"#a 94000 a4Al : ywiATifaiNr0000r 10010OMrtlan gT b$Y•N,rraai: �s ,111a4,Y1000008 ry ###![41tily 000"N'l ., �..,�.z�1t s� rxasr�l►w r a r r awrrrvowsawoo­'dwasi'wY rJa10uait10rmrmM10 hieNee■ a Y;arrrwa.Yamai6Ytafws4ao :... a'rwas ewago afw'rr6rwaea as4a4a44'$,arr`mefiYataaa a4A4'a-44a4kleswrifiTtirr/Y 4-ak ki 4 T T.A.a leas r fY'r`w a r [ (Tait 4T Ai 4 a gaga,Ayes a! ftlMaaa!##.4 a4,$11,efer`f ri ata aslira taalD amaw"�a`ma`a 0a0arrswras/aaa'earrr //6w0pawaa`r'aa44irfYYr `�wra44'aNamrf =6waa#4ei�rYw ' arifi`wfrerY a .. --w`reea 0 W Os . 00000000 rrmrsal rr '%message 1144$.84a400 -•.'• a1a^Ri6w, a41 biBgm"go '."Ka'`.€1ww i erltmrl l­"aYST stldwi a; afl:m`ai '0aOaf sr . ' at4Ta as iafsta�e stow for ata4a , 4.arraata sra"r Na�YOMMMR 5 i T No*ORO* : _000malla,\ a-q Ya_dimmosw watlaatsYar#tar ' a4xaa4awif��ra'r UalwalwwwmmosoO.'>`wlsw'r'line - 0000 w4fwoarmOd:'w Yr a:ljmm a life Y a eO a t a lis so WerYYra _ aewltle 8. 0. a r se m:::0*8`ea■ 4 a`444 T9,4',$a■do,1w it Orfmaa - as aAaa`44$mseeii 1I r a - aA4ka4'4_T,kDD4aanow m`laq.'. BTkk kki TRaa4Ra eir'ea•a Is aa'64■raa4r44 M6wa4aNr4e■/ Y■a4t•#qtly aAaa•�i ea`ii'aYl/ta "Mtra4ilratrw '"rrawl4irtwY 'w *Ws: f rf .stalli`f`fit'r w r srifMddcY ItwrmNaafi' abfid0`04 "crrramam 44i 8ia'C400" ..rf""100 a40 k%ifawma­, '__.•"a`6400 taaas 0 aW9000 it 900 aaa a:, ... 0-40909 000 We a6'1a0rr#810 aka a 44046004',. a6 w w a a a,l ixT,a aYNrrara wrrarwwa rrrmwwmamn* awawwwmrmrwarr:mii�'ia"1010 a4rfsam�YR� 4a.a■rMa#tlir,erm6ref:'aa■ �'I"""I aam$AR$�md va44va,a4ADmiYaimamaYt asks RTi4iDamaw■tiii"ars 4iia Aka ■raaD•■abq#4a4anamems iltltar+aa�d . III. rmnwwrcwJarmrmlaaaeffra 0m,a4r 4itCamY wfeaff 6asa 00100z mmrrifsta 19Y00stMaa az` aT - bRiacmarw.: ' a�'.'ar-w a 4 a 0 06wwrr0 Ma 4aD4> aa10tf000`$0 '0 ax w 0 000 aa1aag44a4aNr6m maaa aaisYat mrwrw10mwwrmem mrrr'ifr tr•wrm'aaas aarerfrmreafr aaRaA R"a a a a r a`MrYBrea a ' 4aaE a4lakam6lar r a its .• ■044 a a'4 a a a 4 T-$4 t lifms'4ra as a is lea w w r 6 wia aaaYr a`a a 4 _ .,6M ai44il*woo _steer rtes ms 4 r66araa.,s . twsmwrs10 ae + , 4000,7 w00`0400 geaa. ,aaMt`fstafsale 0w0MAEa 6,. 4a.A,R4a6,esMmY a,to„3. � a.scai�`a�r�cnTsr,lklkawev a Mw 00NM 0 r a 0 A Wr-Af a`r a m en wm■s10 was me m fld6w its■'M■0 x a`$ e:Yrr`°4arr`#■'a 4 A,N 71 R%a Rg a4LritM:w�a4a alaa#:Y//am#$allmYaamf _ srwmwmracrYY'aall rw•a'rra .. `i!sara aea'lsrY4f r6"0 a r r 's ' 900wNYrr s. as asaw mrrrwfs • 1 Fill -_ msmfinem R riA411Yi r 4 4 i 4 a4 4 a a 9e y'et`r T as i.TAa Toa D: .at a_6,a i7r as aim aaffa4a 4R$#Yaffili L/w000r0slim#aaraii`.rr■ •.:+lraaswalaaaa marw'waf6sm eO dwY ra.r `s0OWN 80 wa Taa 00 !". `a€a-a7A0 a7 � � 4rl•w,., "000000 • a$A i 3 a eaatrwwfrJa 0"0 fJa0a0eRaa gT_44400;rrrY - 13S Z = o Oz m _2 O Z' O a~Q Q U a O O O p p m¢ O _ 0ivoa� OWV) Z �J z 0-x¢ �zwmQ ZQ V)JO )r QU, >O .. W Ow,< ���V~)a z o 0 P0 J O H d a z U U m l.J Q¢0�'¢ < A (� Z � Z w ¢J ¢ W LU Z W O"Oxz Z!w Z a ¢ U J w Ld 0 of(¢j I N W W m I Q J t 0 I J o [l00 I v a U I W W Zi Z H V) W Z Q N 3 � o x Z a r. J _ H _ J U a 3 0 c� g Na -jIL ga. ma W H m N N >O OfN II z N II _ 1 ZO : oOp F. -0 10 rlj zJ <� 0 �w U) LO °.�4o J� U dOZ org w< V) 12 j0 U�U W a L16 JAZ CL 0 ` Q ZZ mc)z' v I Zaz pjW Z ujN „�ll-,Ol w �~N V)O m m O Op Q W¢U ¢ 1=(.D ZF7 W V)� W Z Y �a W W OE--w¢ d lnW 0 M o a o O a0 N < a N < W x F� o N CD - to s _.�......�..... �.... - W Ln x H N d U O Z w 0 O .. O of U J 9 0 a N U W <r C:, WX O0 fn z J Z J C) V) <O ¢>' m0 v g wQU V ZQ ^II >a 0 Hw Q, ¢ w - � 30Ug V) <z OI O z mU I- LLI d' U jz II fn< N Z O_ z O V F SER to< VO) �Q;/ n cl I [if LX 0 m z o o w Q o m a . M a Q L)�'QH U I a ¢ J=U H off.) w c? a a w O IF0 Z w mOQ0 JO ��w0 0 �w J Z W WooNw c�awaw <O yZ ^m La O CGN 3:0L) V) ¢w V)¢ fn z o m U II it=m a <z . G =um rn -J O <> �a m J <3v� >� o Z� .II la a: ¢ �Y�Wi� i: O� G< VW V) t z.. o<ox .__._. V F - 711 W d' ¢ fn< vO 13S CHO LO O o Q _ I- 0 _ �jfl U VI Wc G N W I U N o Q J � J Q o W J W Of J� Q J ' . Q �Z ( QN ~ _1 o �_ Q M Z p � Q m F- U � W Z Z o d' a r r O W W rn �_ W w a 14-O ma _ N e L ZU) ry 00 .G � II e' ii H� Q - * w d.C z J� Lu< ¢ v"i a a1L� z J Z e. Z d0H Zy; II DC)Z a � � JWLj � H /z + . � z Q _ 0 a N � U N � Z o v Q lL (q O s > O1 a U) mHN � Z ad OG II aM ow a� � I NZ "o Lu� N WQ cn ¢¢> o r�woo m > o ' ma p W a Of ZQ tyS.ER i� LO T J `C1 m Ln 0 LL N N N 0 Q Z LJ I � U nµp Z w Y O F VI Q Z d O O U Q �O ga IL mm N o ( („90'901) l-,9 OO II W � v W w U p;2mON W W< N Q>m d F— \0 J Xa N VI mrx a*�rt'��xin .u3fr,; ra_,,, >G hu'a- a;d ,vti'.f �^- i+h�{ ,zw,rz>.�to h-o aNr;�4£'�. "�, ._.,,,its ,, -isixi .�s�u.e §i^!:)v:, sayr>ssar. a.A,;u„ bua f,,,._.t.'¢ � anti,,• ...s,:"+w,� f'�"_f3;a 1111/ MIA i " C) W J q- LL w i z LLI 0. WCL i z td a tali J �' z W Z LAJ 1 4 V r 200 .1 v �i r � 4 I V LL La q �Z ff O N N DIY �R ILo to to ZZ': 2 Z Q m LLJ w W N !✓7 VI Q 4 i ui Lq v wl c wm us a W W) LAb N I_ Q N �i]SIO.6lz Hyl J ,J o (w J f W r J � r I J fP Y 1 a za s a U i i vi ■ L) 1` u _ P t �o ©ic `fig + �T N Ij lJ1VJ11 r yyjj a! Q �- tt y• ( \ �' .y�.. i U�d M' ��y4r Si�•� "Q'ya a- „e xt.Y; ,• -.. ... _. '+� ,., n .•f3 ,Kt P> .. a .- " .. ».- - p O r. O U ' a I ♦ r�i Q 1 w Lai SJ uj 0 t,` Q� tt CL J Lrl D MpiGHuo- J � LAJ LLJ LO O uj cr- ( 7 cs �_ W O d Q rz _ ' tJ 2 J J 41 u ¢¢ 6. N W To CL U m ea �I � � wwwR ILQZ AM l .J Z G n o xn I >a s ; {a�++ ; ZZ h z e n I. °ui :n f rn Z tu r cs ' f '`� � K I t G � Z f i h k M-c x� X01 r I Ell W 7 z //^�� ti/ _ L , owt�i t k3- •Nak " I 2or- &2, ,z,»,4.e x.... ,s,.. _ ,.t*. i r..ae 'rnT s•-r.+;'.`-... ". S`;..{ °M5`K'Sar .,.� i+.r_ a aw-.... 5r `�P>F. W� "Mokow soon" womm" somm" Nomma summom wmmmo Mono NOUN* wmm"m somwo "MOWN "Now J + Q 4 W Z c W LL L GJ W N (n r /" wmj r r' ,f t LAI CL j. y fY b i it a p to Lj W W W N U. I ( _� P 4 ��`` m d0M } , - W Boz + p WZ 7P> 6 1 W 1 `a III p ZD tf 0 14 �y s fi i a z « °r. ii L s= � o t ria , o ; � q n a 2 LLI v m 3 w 1 I = s & w O O ; i m U f wfW women" bumn Now"m ONO" womom Moom meq! on*" war "Now" offamm WWA� symof annm" loom" nIrwnr "soma ���' NCL Al 2 (3 I., E 0. a - iit 0W0 > 0a. LLJ 20 0 IKans CL 0 LAJ :z 0 I z 3f C Lq As 0. Oro;,L, "i 3 CcLAJ —W LJ -:5 gpR fi E 5 0 62 C 2 El uj CL >w 0- 0- 0..0- 6 6 tj 6 ci 0 0 6 6iz 0 0 z z IL a z G C, a c j 0 z IL v v 4 O 10 10 O 10 10 G 10 10 71 05Z LU ITZ W v rJ Z2 Jiry 2 EL c R 3Czi co a 0+ (D 0. 4 0 6 0 io yo C�o 2 CC, 2 E E E �7 2� C a25 a1! aL dl 4 aG Q 23 Z c 75 -6 a u 550 t ek tt C) LAJZUZ %,.m r2 (L Q E 00 3—:R 0,V Zx tn su . 6NO" UNION! mr rr moomw 9mmom "NAMPO wounow WANN" fam . ONO" women" memo oulow woom ante Mi > CN A Mr 1-r _J CL LO q t:j cl V) C.5 u 18 1 E5 Z: LLJ C2, u LLJ ... ..... CL LAJ fs 2,- Lo JCL 7 cr rL- C) cx UJ m AS 0 LAJ to C-) :7 x fgl! 0 CL tl 2 pe chat Qi� IL a z ::j ED j 0 A 2 P X V7 X 0. A.0 co( Z ;c 4 0-6 alz uj ------- . ..... z ul r, L . ......... -A 0 W; + ;AVA ts T- Ar .01 Nild J'JVNlVR :7j. Li 6 4? MOO 33S 50w x m 'S318VA IONV WN .9 '1 -6 ell, m In ,rI vlooz Ln 4 0 C>.'A Eam tz -x fri C9 A 55 41 X -V Ow 44 ot: CD ;p V'$ 9 Z Zi C) min j—'t tt 8 W VI r<O NIEr m! Li co Li I=:) .—j ry F2 A of asomw lownwo � � ammom ommu" MOWN" � Now" Now" OUNNO INNOW "MEMO "No" mumum v; VI .,i ,'M 133HS 335 r,,' , 3N11 HOIVN co � - Udel LU vi I CL ( x. u o p y Q o V) t= m t7 y R p ej ge x t 1 doz U. ZZ j i zaz w 4 � f N 1 4.i +P � f � W w , k u• ilk I a - a en t—> i YY If n.� z � li fl o v t � ■ c� a h 8m .a s .0 0 y. m . , *... Wire *MONO Y...m sr... r`rrrrr. "low ...m wmm r eeeeeeer.r womwo sumo ammo. wwwwo ■err v� foomw owns" .r. E I o� N a NI Y2 :ntt � OQ' r w 'x o P J a' n 4 W'+ a fF I -A•- `vi fn p! 11 v'! N J -In W tY W .Z W Z: CE a si Lju LLJ 2 < ' v+ w .Ni ,�'i v m m m m t ,ne �p w O `� N rW—•I CL 'Q w ziz m m` oe 3 r v W t 2F:Lj W �a z Z:i `ll 1 '� '� �< KIK W p I I4 tA�N _ 't+ zizc r:o"c w n'vl n to z !tj � W;=,iz c a W z'o a . , F- v] OFD a- Q W M Q' r Es t w G K 2=2 S Z�i W 1 Q; t0J m r w t Z I N E `" c,Q 3'1r n0 0 sI lis � w r mm . memsCY <c J n t r ........ _ rn �J i 1Vd`J � v•a v �eAr,� � �:� t �� z �F� U. I z � 32 5 K Qdy 3AlYfl .. tViM ♦'tnir<a'n anim_� _ > ZZ Zn M .. S W~W 9 (( f 1 w W w2Z z�� t oil og tA 3r O mea (aP .4 ivn`�. { t5 LE zoo >o t �o j 1} �ww 1 ZZ f Lu 4 + d LL {, Oil, INTI 11310 I �'�'�.`��� rrr � Tatem / a W W l0'£7 ANS 33 4J s 2 u � g 0 VN 0 mMM sy( xog 1 8� lawwwo owmemm vw� kummas WVAMW SOON" smsew Now" wwwwo .0 7 0 7 y- x (Yi CK m U W 2 z In w -00 z:t�: ti 'A cn d >> (A ID u 0 to CL -W <3 oz -0 N co 4n I In 'wm C), lu V) , - w 14 M z® 2 LAJ In tA, W, =- 20 X 42 S2, 0 ZE 5 0 ry, UE- te CL C/i ;--tm 4 WE x L" CL EX C-L Z'�E D z w LJ 0) • uj 0,�Q.0 Q F6 C,L 6 w rl: i e; Z— CL >0 h, LaF T V; o La z Ez (A Wlu az_ 02 y- 22i W .0 T -r 16 0 Z V� �c oma. 3p- Q-,u 0 0 , 0 >U t4 U. 7 0 U- V) 4. wo: 0 2. 0 C. Q. Z Z Z z �cz N¢ z4z z M ee3 KL a- co to ti 3A Q 5 -4,5 V), 36 -04 ,C) >2 'I Q - I t, , I r- w I I aP WN snOS Q v v i 03r> 2 4 -d z IL 4A "M V, > 0 en LA Ln in V) Lo x 'o d EL co V)Vj b O u i?w o UJ 2 . Zz .__co 80 o C-) z 5 Pf VAMMON .....0 "Mmomm" "Nommom lummm" 4MUM.Now rmwmmmmw womom