Loading...
HomeMy WebLinkAboutContractAward Date: April 81 2_0_13 _ Awarded o: ICON 1vlaterials 1508 Valentine A-v -SE Pacific, WA 98047 $5,460,424.21 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications CAG 13 -015 TY \N'r� City of Renton Construction Of: Taxiway B System Rehabilitation — South Portion Reconstruction at City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425- 430 -6502 Proiect Manager: 425 -430 -7477 Precared by IT l i I 1953-2013 728 134th Street SW, Suite 200 Ev--rett, WA 98204 (425) 741 -3800, Fax (425) 741 -3900 Five No. 232010.007.004 Renton Municipal Airport PROJECT NO. 001 -201.3 Federal Aviation Administration AIP Igo. 3--53 -0055 -024 CONTR-ACT DOCUMENT 00001 Title Page CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Taxiway B System Rehabilitation — South Portion Reconstruction at Renton Municipal Airport PROJECT NO. 001-2013 Federal Aviation Administration Al? No. 3 -53- 0055 -024 February 1, 2013 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 Section 00002 Table of Contents 00003 Vicinity Map 00004 Summary of Fair Practices Policy 00005 Summary of Americans with Disability Act Policy 00105 Bid Advertisement BIDDING REQUIREMENTS AND FORMS 00210 Restrictions on Federal Public Works Projects 00400 Bid Form 00410 Bid Schedules 00420 Proposed Subcontractors 00430 Bidder's Qualifications 00440 Bid Bond Form 00445 Combined Affidavit & Certificate Form: Non - Collusion, Anti -Trust 00835 Claims, and Minimum Wage Form 00450 Certification of Nonsegregated Facilities 00460 Bidder's Statement on Previous Contracts Subject to EEO Clause 00490 Letter of Intent 00495 Buy American Certificate and Notices to Bidders CONTRACT FORMS 00505 Contract Agreement 00510 Fair Practices Policy Affidavit of Compliance 00560 Progress Payment Retention 00580 Buy American Certificate and Exhibit A (Waiver) 00590 Non Trafficking Certification 00610 Bond to the City of Renton 00640 Certificate of Insurance CONDITIONS OF CONTRACT 00710 FAA General Provisions 00801 Special Provisions 00802 FAA Special Provisions 00810 State Prevailing Wage Rate Schedule 00815 Federal Prevailing Wage Rate Schedule 00825 Statement of Intent to Pay Prevailing Wages 00830 Affidavit of Prevailing Wages Paid 00835 Certificate of Payment of Prevailing Wages 00910 Addenda TECHNICAL PROVISIONS See Index at Beginning of Technical Provisions APPENDICES Appendix A — City of Renton Noise Waiver Appendix B — City of Renton Standard Plans Renton Municipal Airport 00002 -1 Taxiway B System Rehabilitation — South Portion Reconstruction IPORT �LES Section 00003 Vicinity Map CANADA VICINITY MAP NOT TO SCALE LOCATION MAP NOT TO SCALE Renton Municipal Airport 00003 -1 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00004 Summary of Fair Practices Policy CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion /creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental /family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non - discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are .conducted in a manner which is based on job - related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non - discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March ,2011 CITY 0 RENTON RENTON CITY COUNCIL n Denis Law, Mayor uncil Pr sident Attest: Bonnie I. Walton, City Clerk BEAD *y -; � J- Section 00005 Summary of Americans with Disabilities Act Policy QTY OF RENTON SMOdARYOFAAdMCANS WITHDLSABIIITIESACTPOLICY ADOPTED BY- RMOLU170NN0 3007 The policy of the City of Renton is to promote and afford equal ftw&neat and service to all runs and to azure employment opportunity to Persons with disabilities, when the City of Renton can reasonably, accommodate the disability. This policy shall be based on the PriaciPles of equal employment opportunity, the America With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments ofthe City of Renton shall adhere to the following guidelines: (1) EMPLLQY MM PRACTICES - All activities relating to employment such as recrur=eut, selection, promotion, tertnination and trammig shall be conducted in a non - discrumnatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the American With Disabilities Ad and other applicable laws and regulations. (2) COOPERATION WITH MUM RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair .Practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) ANIMCANS WITH DISABiUM ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to &cil equitable representation within the City work force and to assure equal employment opportumity and equal access to City services, activities and :programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as sex forth in this policy {4} CONTRACTORS' OBLIGATION - Contractors, subuadors, ooasuitaats and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Ad and prornate access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be Ply displayed in appropriate City facilities. CONCURRED 17Y by the City Council of the City ofRenton, Washtngtom this 4th day of October 1993. C RENTON Mayor >7; t✓ City Clerk 11 ar' ,• 3m ♦ X11 a. CITY OF RENTON Cali For Bid Taxiway B System Rehabilitation — South Portion Reconstruction CAG —.13 -015 Sealed bids will be received until 2:30 p.m., Thursday, February 28, 2013, at the City Clerk's office, 7th floor, Room 728, and will be opened and publicly read in the 7th Floor Conferencing Center, Renton City Hall, 1055 South Grady Way, Renton, WA, 98057, for the Taxiway B System Rehabilitation — South Portion Reconstruction project at the Renton Municipal Airport. Any bids received after the time for opening will not be considered. The contemplated work to be performed includes pavement section reconstruction of the south portion of the Taxiway Bravo (B) system to maximize conformance with current FAA surface grade criteria and upgrade the structural integrity of the taxiway pavement. The project also includes construction of surface and subdrains, taxiway edge lighting modifications, and underground utility improvements. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc., at http: / /www.bxwa.com. Click on "Posted Projects," "Public Works," "City of Renton," "Projects Bidding." (Note: Bidders are encouraged to "Register as a Bidder" in order to receive automatic e-mail notification of future addenda and to be placed on the "Bidders List. ") Questions about the project shall be addressed to Jonathan Wilson, Assistant Airport Manager, 616 W Perimeter Road — Unit A, Renton, WA, 98058, phone (425) 430 -7477, fax (425) 430 -7472. Each bid shall be accompanied by a cashier's check, certified check, postal money order, or bid bond made payable to City of Renton in an amount not less than five percent (5%) of the amount of the bid. Said check or bid bond shall be given as a guarantee that the bidder shall execute such contract as may be awarded to him /her in conformity with his /her bid and with the contract documents and shall provide surety bond or bonds as specified therein within ten days after notification of the award of contract. Bidders are advised that a mandatory pre -bid meeting for all prime contractors is scheduled for 10:00 a.m. on February 19, 2013, at 300 Rainier Ave N., Renton, WA, 98057. This shall be a condition of being a qualified bidder, among other conditions set forth in the contract documents. Those submitting bids that do not attend will not be considered. All bidders and primary subcontractors are strongly encouraged to examine the site to become familiar with all site conditions prior to the bid. 1. The proposed contract is under and subject to Executive Order 11246 of September 24, 1986, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. 2. All labor on the project shall be paid no less than the minimum wage rates established by the U.S. Secretary of Labor. The Contractor shall pay the rate that is highest of the Washington State or Federal Wage Rates. 3. Bidders shall supply all information required by the bid documents and specifications. 4. The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents and are available for inspection at the Airport Office, 616 W Perimeter Road — Unit A, Renton, WA, 98058. 5. Bidders shall complete, sign, and furnish with their bids a "Certification of Nonsegregated Facilities" and a statement entitled "Bidders Statement on Previous Contracts Subject to EEO Clause," as contained in the bid proposal. 6. A contractor or subcontractor who may be awarded a contract of $10,000 or more will be required to maintain an affirmative action program, the standards for which are contained in the FAA Special Provisions. U BIDDING REQUIREMENTS AND FORMS t L� F11 Renton Municipal Airport P � ' Taxiway B System Rehabilitation — South Portion Reconstruction Section 00210 Restrictions on Federal Public Works Projects (a) GENERAL: This clause implements provisions contained in the Airport and Airway Safety and Capacity Expansion Act of 1987, Public Law No. 100 -223. (b) RESTRICTIONS ON CONTRACT AWARD: No contract will be awarded to a bidder (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. fums, published by the United States Trade Representative (USTR) or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or (3) who incorporates in the project any product of a foreign country on such USTR list; unless a waiver to these restrictions is granted by the President of the United States or the Secretary of Transportation. (Notice of the granting of a waiver will be published in the Federal Register.) (c) CERTIFICATION: By signing this page the bidder certifies that with respect to this solicitation, and any resultant contract the bidder: (1) Is Is not x a contractor of a foreign country included on the USTR list; (2) Has Has not -,&- entered into any contract with a subcontractor of a foreign country included on the USTR list; (3) Has Has not � entered into any contract for any product to be used on this project that is produced in a foreign country included on the USTR list. (d) The bidder may rely upon the certification of a prospective subcontractor for the above conditions, unless the bidder has knowledge that the certification is erroneous. (e) ERRONEOUS CERTIFICATION: This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the bidder knowingly rendered an erroneous certification, the sponsor may cancel this contract for default at no cost to the sponsor. (f) SUBCONTRACTS: The bidder shall incorporate this clause, without modification, including this paragraph (f) in all solicitations and subcontracts under this contract. (g) APPLICABILITY OF 18 U.S.C. 1001: This certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. February 28, 2013 Signature Date Renton Municipal Airport 00210 -1 Taxiway B System Rehabilitation — South Portion Reconstruction ICON Materials Page 10 Section 00210 Restrictions of Federal Public Works Projects (dba of CPM Development Corp,) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwacom - Atmys Verify Scale r � v Section 00400 Bid Form To: City of Renton 1055 South Grady Way Renton WA 98057 rProject: Taxiway B System Rehabilitation — South Portion Reconstruction at Renton Municipal Airport, Renton, Washington ' AIP No. 3 -53 -0055 -024 Pursuant to and in compliance with your Drawings and Project Manual, including the Bid Advertisement, for the project identified above, the undersigned bidder has examined the site, contract documents, and conditions affecting the performance thereof and hereby proposes and agrees to perform all of the Work and furnish all of the equipment required thereby and to supply ' any and all of the labor, materials, tools, expendable equipment, and utility and transportation services necessary to perform the contract and to complete all work covered by said contract in a workmanlike manner for the prices established in the Bid Schedule, Section 00410, and ' summarized below: 1 1. BID SUMMARY: The bidder shall complete and submit Basic Bid Schedules 1 through 6. The successful bidder will be determined by the total Basic Bid. The bid summary follows: Basic Bid 1 Plus Sales Tax $ Q 1 7 Q A, Basic Bid 2 Plus Sales Tax $ S� 3 la �� Basic Bid 3 Plus Sales Tax $ �^ 2 n — �--�— 940,504.03 Basic Bid 4 Plus Sales Tax $ ,� cf t $X13, Ix .94 Basic Bid 5 Plus Sales Tax $ 1,308,794.80 Basic Bid 6 Plus Sales Tax $ • g5y TOTAL BASIC BIDS 1 THROUGH 6 $ 5,460,424.21 Dh 2. ADDENDA: Receipt of addenda numbered 01 through OZ is hereby acknowledged. r 3. PREQUALIFICATION OF BIDDERS CERTIFICATION: By signing this proposal, the undersigned and/or its subcontractors acknowledge and intend to meet the Prequalification of Bidders requirements per Section 00710, FAA General Provisions, Sections 20-02 and 80 -05. 1 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction !CON Materials go 11 Section 00400 Bid Form (dba of CPM Development Corp.) Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Section 00400 Bid Form 4. CONTRACTOR'S SIGNATURE: O Sole Proprietor Or Partnership Or Corporation: If the Bidder is a co- partnership, so state giving the name under which business is transacted. IN WITNESS hereto the undersigned has set his (its) hand this day of 20 By: Typed Name: Title: Sworn to before me this day of , 20 Notary Public in and for the State of Washington residing at ® Corporation: If the Bidder is a corporation, this Bid Form must be executed by the duly authorized officials and notarized. IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed by its duly authorized officers this 28th day of _February , 20_L3_. ICON Materials (dba of CPM Development Corporation) A Nanre of Corporation Secretaty By / l.�ii� Signatrtre of C.otpo►•ate O,�+cer David Gent Printed Name fit,, Vice President Title / W 0 Sworn to before me this 28th day of 6 0 Z _ _February , 20L.13 I11114t E Of Notary Public in and for the State of t► \� \ \�� Washington residing at Puyallup Renton Municipal Airport 00400-2 Taxiway B System Rehabilitation — South Portion Reconstruction Dage 12 orovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bme.com -Always Verify Scale �' t r I I I I I I I I I I I [I I I ICON Materials Contractor's Name (dba of CPM Development Cmp-) Section 00410 Revised Bid Schedule Crff OF RENTON TAXIWAY B SYSTEM REHABILITATION 1T —'SOUTH PORTION RECONSTRUCTION AT RENTON MMCftiAL,AI&PO]kT AIP NO, 3-53-,0055-024 BASIC BID DO TAXIWAVIISYSTiEm' REHAIsELIUMN — PHASE 1 Sbuth Pomon iteconstruction Item No: Tech. -Prdv. Descrlpgon AppTm,. tim uni . tyl* T041 P00 t-1 A-101 A"eld FO]b Prevention Control I is $ 11,000.00 $ 11,000-00 1-2 Air -Oft p . Pdrimotor RoW FOD Prevenilon IS $ 500.00 $ 500.00 1-3 A401 Airfield Traffic Cowl I LS $ 6,500.00 $ 6,500.00 14 A-101 Roadway Traffic Control I LS $ 6,500.00 $ 6,500.00 1-5 A-10 Contmc Quality Control/Acceptafic6 Testing LS. $32,000.00 $ 32,000.00 1-6 A465 MdbilizAtidn (For Entrt PMecj) $ 485,000.00 $ 485,000.00 r7 A-16S litilfty Locate 1 LS $ 2,400.00 $ 2,400.00 116 C 9'riptru-C40n. Survey 1 LS $ 10,000.00 $ 10,000.00 A-201 Trench Ep**ati6p. Safety Provisions LS $ 3,000.00 $ 3,000.00 1-16 F-162 Temporary Access LS $ 6,200.00 $ 6,200.00 1 -11 L-425 Demolish 1,967 Basecan 9 EA $ 460.00 ;$ 3,680.00 142 L- 1,25 Demolish Taxiway Edge 9 EA $ 110.00 $ 880.00 1-13 U115 New I867 Basecan 9 EA $ 810.00 $ 6,480.00 144 L-125 'Now Taxiway Edge Light 8 LA $ 450.00 $ 3,600.00 1.45 1,125 Replace L-828 CCR 1 IS $ 9,700.00 $ 9,700.00 1-16 U125 New SCO Cabinet I LS $ 6,500.00 $ 6,500.00 'I D()4104 RentonMaimicipa Taxi *ay B S ysteiit lidifibilitidda — 'South Potflon,Reconstruction Addendum 2 Page 3 0—"-A 6- MdWi...L Cvi.L.wwww �f WA I.. ICON Materials (dba of CpM Development CVP.,' Contractor's Name Section 00410 Revised Bid Schedule Item No. TedL prov. Description Apps' Qty--- Unit Unit Price Total Price 1-17 L-125 Airfield Control Modification I LS $ 9,600.00 $ 9,600.00 1 -18 L-125 SiDares 1,100.00 $ 1,100.00 149 L-125 Miscellaneous Electrical 1 LS $ 12,200.00 $ 12,200.00 Conduit It Schedule 40 PVC; 1-10 1�136 3kWqy2-Inch 1,080 1 LF $ 57.00 61,560.00 1 -21 L,130 Ductbiink, 3-nWay 3=lnch liS LF $ 63.00 $ 7,245.00 142 1,130 Prw—wt Junction ]Box 6 EA $ 6,400.00 $ 38,400.00 123 p-105 A$ObOt Pav6ment Saw cutting 63 LF $ 3.50 $ 220.50 4 to 10 Inch Depth Atphalt Pavement Removal 1-24 P-10 and Disposal 4 to 10)1ch 31 Sy $ 65.00 $ 2,015.00 Moth Aspha)t/1?C- C Concrete 1---25 P-105 Poyemeiit Sawcutting 10 to 170 LF $ 10.00 $ 1,700.00 14 -%0h Depth AsOhOlk/PCC Pavement 1-26 P-105 9 411. 4od.. Disposal 10 to -94 Sy $ 34.00 $ 2,856.00 h Depth 1-27 P-160 Temporary Erosion Control I FA $5,000 $5,000. Force Account 128 P-401 Teal oy Acoess'Pavbfient I S $ 35,000.00 35,000.00 Conpruc n 1-29 Tr902 Hydroseeding 0.25 AC $ 5,000,00 $ 1,250.00 `T Ductile Iron Pipe for Water 1-30 -4000 Main, In. 12 1,215 L-F $ 100.00 121,500.00 I-M T -.4000 Iron Pipe fQr'Watdf Main, 103n. 10 10 LF $ 200.00 $ 2,000.00 1-32 T40,00 Ductile . Pipe for Water 05 LP 60.00 $ 5,700.00 Main, 6 In. iwB T-40M Gate Valve, 6 In. 3 EA $ 900-00 $ 2,700.00 1--34 T-4000 Gate Valve 2 12 In. 2 FA $ 2,100.00 $ 4,200.00 Renton Municipal Airport TW*ay'B System Rebabilifidon – SoUlth Portion Reconstruction Addendum 2 Rage 4 DreaMmA #^ ^f %AIA 1— C~ A ....... ICON Materials Contractor's Name (dbe of CpM DeMopent Corp.) Section 00410 Revised Bid Schedule '11wM 140. TOL PMV. Desuiption Approx. Qty Utdt tiolt Prkv To-til Mee 1-35 T-QOO Vi=e Hydrant Vault 3 EA $ 5,700.00 $ 17,100.00 1 °36 T=4000 Flush -type Fire, Hydrant 3 EA $ 6,200.00 $ 18,600.00 1.37 T-4000 Thrust Collars 1 LS $ 3,200.00 $ 3,200.00 $00tal Basic Bid 1 947,086.50 A-101 Prevention Plus Saks Tax 0.5 $ 89,973.22 $ 6,000.00 2 -3 TOTAL BASIC BID I PLUS SALES TAX $ 1,037,059.72 BASIC BID 2: TAXIWAY B SYSTEM - REHABILITATION Phase South Pq on Reconstruction Item 'R6. L oeimpdolm Appru. tJnh Unit Pdce T&ai Prke Airfield FOD Prevention 24 A-1,01 $ 14,000.00 $ 14,000.00 Control Ahpoit Perimeter Road FOD 2 -2 A-101 Prevention I LS 6,000.00 $ 6,000.00 2 -3 A-101 Airfield Traffic Control I LS $ 7,600.00 $ 7,600.00 2-4 A-101 1tokkdwq Traffic Pgritrot I LS $ 7,600.00 7,600.00 1-5 A -103 Contractor Quality I LS $ 11,000.00 11,000.00 Coiitrol/Acceptafice Testing 2-6 A-105 Utility Locate I LS $ 2,000.00 2,000.00 1-7 A =110 Construction Survey I LS 10,000.00 $ 10,000.00 Trench Excavation Safety 24 A-201 Provisions I LS $ 3,500.00 $ 3,500.00 2 -9 D-101 '12 -1n6h "DPE Stofin Drain "Temporary 90 LF $ 25.00 2,000.00 NO., Bypass 2-110 D-761 1()-Inch D! Storm Drain Pipe 53 U $ 85.00 $ 4,505.00 2-4 1 1 b401 12 -Inch b! Storm. -Ibf* Pipe 63 LF $ 120.00 $ 7,560.00 Rititon Mpulcipa Airport 00410-3 ,p t 'Taxiway 1§ Sygtiih Ttag6filwflofi -South Poird o,n1Kwbnstitc0bn Addendum 2 Page 5 0—AA-A #- 0.*11A.- I A ICON Mated8ls Contractor's Name (6, of CpM Nvai.opent CUP.) Section 00410 Revised Bid Schedule Item No. TecL Prvv. Description Aoproz. QtY Unit Unit Price Total Price 2-12 D-101 18-Inch DI Storm Drain Pipe 305 LF $ 130.00 $ 39,650-00 2-13 D•701 Storm Drahi Pipe Removal 575 LF $ 23.00 $ 13,225.00 2-4 D-705 Subdrain Pipe Removal 250 LF $ 13.00 $ 3,250.00 2-15 D-705 6-lach Perforated IMPS Subdr& 395 LF $ 20.00 $ 7,900.00 2-16 D-709 Quarry Spalls 160 TN $ 40.00 $ 6,400.00 2-11 D-751 Cdfinept to Existing Catch Basin I EA $ 3,000.00 $ 3,000.00 2-18 D-151 T Standard WSDO . ype Catch Basin 2 EA $ 2,200.00 $ 4,400.00 249 D-751 WSDOT Standard -Type IL . . atcb Basin, Aircraft Rated 5 VA $ 3,500.00 $ 10,500.00 Z-20 D-751 WSDOT Standard Type 2 - 48'0. Catch - B4sin I EA $ 5,000.00 $ 5,000.00 12,21 D-751 WSD.OT -Standard. Type 2 48" -Catch .9asln, Aircraft —.4, I Rit6d 2 EA $ 5,800.00 $ 11,600.00 2-22 D-151 WSl?.P . T Standard Type 2 - i W Caich Basin 1 EA $ 5,500.00 $ 5,500.00 2°23 D-751 Drainage Structure Removal 3 EA $ 500.00 $ 1,500.00 2 -24 Lm L-824c table 875 LF $ 100 1,750.00 2_2$ L_l a Electrical Conduit, One 2 -Inch 990 LF $ 10.00 $ 9,900.00 2 -16 L-125 Demolish TWw4y Edge Light 4 EA $ 110-00 $ 440.00 2-27 1-125 Deftblish L-.867 Bhsecan 4 EA $ 460.00 $ 1,840.00 2-28 L42.5 Demolish L-824 5kV Cable 875 LF $ 1.o0 $ 875.00 2-29 L-125 Now Taxiway, Edge Light -.5 EA $ 450.00 $ 2,250.00 2-30 L-125 New L-967 Basecan 3 EA $ 810.00 $ 4,050.0 Refit6n Municipal Airport 00 410 -4 - Taxiway 13 Systehi kehabililtAtioh — South Portion Reconstruction Addendum 2 Page a D-AA.A#-0..11A-- A* SAIA I-- � I I 17 Ll F L I I I I I I I I I L� F I ICON Materials Contractor's Name - (d!r4 cf '-rM "e4oWe"'t Corp') Section 00410 Revised Bid Schedule Itelft NO., TML prov. D6cfl,pdon APPM& ft Uldt Unit PdM Total Price 2 -31 L,00 Conduit Schedule 40 PVC, 240 LF $ 60.00 $ 14,400.00 3- Way, 3-Inch 2-32 LIA­ Duct'-bank, 3-Way, . 3-Inch - 185 LF $ 65.00 .......... . $ 12,025.00 2-33 L-130 Atcaftjunctibn Box I EA $ 6,500.00 $ 6,50.00 2-34 P405 AsPbidt-Pavembrit = Sawcutdng 160 LF $ 2.00 $ 320.00 4 to 10 Inch Depth - Asphalt/PCC Pavement 2435 P-105 Sa wicuttin g 10 to 14 Inch 465 LF $ 10.00 $ 4,650.00 Asphalt Pavement Grinding 2-36 P-405 and Disposal 90 SY $ 22.00 $ 1,980.00 Asphalt Pavement -Removal 2-37 P-105 a44 Disposal 4 to 10 Inch 1;065 8Y $ 11.00 $ 11,605.00 Dep-th 2-39 P-105 Mph Removal and 1,580 SY $ 15.00 $ 23,700.00 Disposal 10 to 14 Inch.Dqth 2 -39 P-152 Stripping ().93 AC $ 10,000.00 $ 91300.00 240 PAS! tjicla`Wfiid i1xcava''doi WiA On 1-26 CY $ 13.00 $ 1,560.00 Site 2-41 P,151 UOM4ble. E.xC aly at- ion .100 CY $ 25.00 $ 2,500-00 2-42 P-451 impOrted Borrow Material 450 CY $ 36.00 16,200.00 4-43 P-10 Si4mont Trap .0 EA $ 75.00 $ 675.00 144 P-100 Straw Wattles 300 LF $ 3.00 $ 900.00 2-4$ PI46.0 ioti Conirol =unt i VA $5.000 $$,000 2-46 P.460 Plow Spreader 1 8A $ 1,500.00 $ 1,500.00 2-47 P-304 Ceipent-Treated Raw Course 2'735 $Y $ 26.00 $ 71,110-00 248 P-401 Pitbmitious SutW6 Course 735 IN $ 92.00 $ 67,620.00 Miton Murdbioal. - oft Taxiway Ah , V B §ystefti f�hat Wttidh — South Portion Reconstruction 'Addendum t ftge 7 0-AA-A 0- M,.11A-a f %A1A t- C........ f'-AM- A -.-4 ...... I I ICON Materials (dba of CPM DqveloPmOnt Corp.) Contractor's Name Section 00410 Rei,ised Bid Schedule 'It ' em V0. TeL bov. )Description Qty unit I li-it hi. Total M. 1-49 P-401 Bituminous Base Course 1,100 TN $ 83.00 $ 91,300.00 2-S6 P-60 Bituminous Tack coat 3,-2 TN $ 900.00 $ 2,880.00 2-51 P-620 Preformed Pavement Marking 1j275 SF $ 15.00 $ 19,125.00 2-52 P-620 Painted Pavement Marking 25 Sp $ 5.00 $ 125.00 253 P-620 Pavement Marking Removal 220 SF $ 3.00 $ 660.00 2-r54 T-902 Hydroseeding 0.85 AC $ 4,500.00 $ 3,825.00 2-$$ T-905 Tobsolling .3 320 CY 50.00 $ 16,000.00 2-56 T-909 Under Pavement Herbicide 2,135 SY $ 0.20 $ 547.00 2-57 T-4000 Ducdle Iron Pipe for Water Mo iii, 12 Iii 435 U $ 115.00 $ 50,025.00 2-58 T-4009 Ductile Iron Pipe for Water JV $ 185.00 $ 1,850.00 2-50 T-4000 DucdleIroh Pipe for Water Main, 6 In. 60 ip $ 80.00 $ 4,800.00 2-60 T-4000 Gate Valve, 6 in. 2 )RA $ 905.00 $ 1,810.00 2-61 T-4000 Oate Valve, 12 In. 5 FA 2,100.00 $ 10,500.00 -2-62 -T-40W Fire Hy4mt:Vault 2 FA $ 5,400.00 $ 10,800.00 2-63 T-4000 Flush-type Fire 'Hydrant 2 EA $ 6,100.00 $ 12,200.00 2 -64 T-4000 Thrust Collars _0 LS $ 3,000.00 $ 3,000.00 SUMOtal 19aAc Bid 2 $ 689,787.00 Plus Sides TAk (9.596) $ 65,529.77 TOTAL BASIC BED 2 PLUS SALES TAX $ 755,316.77 Renton Municipal Airport 0941" TWWAY 4 System Rebitbilithtion — South Portion Reconstruction Ardetion Addendum 1 Sage a 3�n "-A f- 01.11A— -8 IAIA 1-- 0 ....... I , . ' ICON Materials (dbe of CPM Development Corp.) Section 00410 Contractor's Name Revised Bid Sc4edule BASIC BID 3: TAXIWAY B SYSTEM REHABILITATION — Phase 3 South Portion Reconstruction i Item ;No. Tech. Prov. DucrVuou Appm. UNi Vot Price Total Price 3 -1 A -101 Airfield FOD Prevention Control 1 $ 20,000:00 $ 20,000.00 3 -2 A -101 Airp Airport "Perimeter Road POD Prevention 1 LS $ 6,500.00 6,500.00 3=3 A 7-101 Airfield Traffic Control L..S $ 18,000.00 $ 18,000.00 3 -4 A -101 Roadway •Traffic Control 1 IS $ 18,000.00 $ 18,000.00 3.5 A403 Contractor Quality Coiitro]/Acceptance Testing 1 is - $ 8,000.00 $ 8,000.00 3.6 A =105 Utility Locate 1 LS $ 3,000.00 $ 3,000.00 3 -7 A -110 Construction Survey 1 LS $ 10,000.00 $ 10,000.00 3 -8 A =201 Trench ExCavat#on Safety Provisions 1 LS $ 3,803.79 ;$ 3,803.79 3 -9 D-701 12-Inch DI Storm Drain Pipe 195 LF $ 85.00 $ 16,575.00 3 -10 D -701 Storm Drain Pipe Removal 200 LF $ 28.00 $ 5,600.00 341 D -702 Slotted Drain System, 12 -Inch 277 1,F $ 185.00 $ 51,245.00 3 -12 D-702 Slotted Drain System Removal 250 LF $ 20.00 $ 5,000.00 3 -13 D -705 Subdrain Pipe Removal 192 LP $ 12.00 $ 2,304.00 :iW4 D-'105 6"Inch Perforated .D . — ubdrain .200 LF $ 18.00 $ 3,600.00 345 arry Spalls 160 TN $ 45.00 $ 7,200.00 3 -16 D =751 .WSDOT Standard Type 1 Catch Bain, = Aircraft Rated 1 FA $ 3,800.00 $ 3,800.00 3 =i7 D -751 WSDOT Standard Type 2 - 48" Catch Basin, Aircraft Rate' ated 1 EA $ 5,600.00 $ 5,600.00 3 -18 D -751 Drainage Structure Removal 2 EA $ 500.00 $ 1,000.00 Renton Municipal Arpoit 00410 -"i ' TaalWay B Systeih Rehabilitation — South PoMofi Aeconstruction Addetidtim 2 ' 38g. LIerIMDeiiLlnrv�Cvi.1.......�.J 11VA i.... C... ..-- �.�/�-- .tr: - -- •-- - -�_ -a ___....... �.._.._ __ •. •. .. .. jCot4 Materials Contractor's Name (dbl-- Of CPM 'eveWm"" Corp.) Section 00410 Revised Bid Schedule item No. Teck Prov. Description Approx. 'Qty Unit Onli Price Total Price 349 L-108 L-8240 Cable 875 LF $ 2.00 $ 1,750.00 'Electrical 'C, onduit; 3-20 110 One 2-Inch 40 LF $ 10.00 $ 400.00 3-21 L-125 Demolish Taxiway Edge 15 EA $ 110.00 $ 1,650.00 Light 3 -22 L-125 Demolish L -867 Basecan 8 EA $ 460.00 3,680.00 3-23 L-125 Demolish L-824 5kV Cable 875 LF $ 1.00 $ 875.00 3-24 &1,25 New Taxiway Edge Light 16 EA $ 450.00 $ 7,200.00 3-25 1.,,125 New L-861 Basecan 9 EA $ 810.00 $ 7,290.00 3-26 P-105 Asphalt Pgvornien, i gawcuttipg 40 LF $ 2.00 $ 80.00 4 to 10 100h Depth Asphalt/PCC-Pavement 3-27 P-105 Siwcottiag -16 to 14 In6h -520 LF $ jo.00 $ 5,200.00 Depth MphAlt PiVerftent Removal 5-28 TY-103 and . _1 Disposal 4 io 1.0 I�ch �1,140 $Y, $ 11.00 $ 12,606.00 Depth A4phait/PCe Rem'Ovai � iknd 5-29 IP-105 Diip6sa 10*' tol 4 Inch Depth 4,74 0 I SY . $ 13.00 61,620.00 3-30 P-152 Shipping . - J0.06 A $ 10,000.00 $ 600.00 A-31 P-152 Unclassified Excavation - J - 'Used 'On Site 340 $ 15.00 5,100.00 3=32 P-Isl Unsuitable Ekdava.66n 100 -Y C $ 25.00 2,500.00 3-;33 P-160 Sediment Trap i 9A $ 75.00 $ 150.00 3-94 P-10 T6inpora±y Erosion Control FA $5,000 $$1000 Poke Account 1-35 P-304 Cerne0tTitated Base dootse 5,900 $Y $ 24.00 141,600.00 3 :-36 P401 Bi4anihobi tudace d6urs6 .1 il,630 T" $ 85.00 $ 138,550.00 RentohMifilcipal A46it I Taxiway System Rehabilitation — South Portion Rtconstrudfioil gage 10 .00410-8 AdOetidun !. 11 1 I I I I I I I I I 1-1 I ICON Materials Contractor's Name tdba of CPM Development Corp.} Section 00410 Revised Bid Schedule Item T Tech Dewilplon A , Unit w wtNft T Totifprke N 3-31 P P-401 B Bituminous Base Course M MOO T TN $ $ 83.00 207,500.00 3-3-$ P P-603 ' 'Bituminous Tack Coat 7 7.4 T TN $ $ 900.00 $ $ 6,660.00 3-39 P P-620 P Pitfbirned Pavement Marking 1 1,jL340 S SF $ $ 15400 $ $ 20,100.00 3-40 P P-620 P Painted Pavdhlent Marking 2 2 5 --5 S SP 5 5.00 $ $ 1,275.00 3-41 T T-902 A Aydroseeding 0 0.05 A AC $ $ 5,000.00 $ $ 250.00 3-42 ' 't-905 T Top4oifing .50 C CY $ $ 50.00 $ $ 2,500.00 343 T T-909 U Under Pavernetit Herbicide $ $9970 S SY $ $ 0.20 $ $ 1,194.00 3-44 T T-4000 D Ductile `Iron PW for Waidr Main, I i LL 1 130 I IX $ $ 95.00 $ $ 12,350.00 '3-45 T T=4000 1 iron Pipe for WWt 1 10 $ 200.00 $ $ 2,000.00 3-46 T T4000 R Removal of Existing Pipe and S SOO L LF $ $ 28.00 $ $ 14,000.00 -3-47 n T-4 W' C Connect to Exitti $ 2,000.00 6 6,000.00 9,ihtdW. Basic Bid 3 $ $ 959, 1 94.99- 858,90 . Rifiton Municipal Airpoft 100410=9 taik-AyBSygeifiR�h6hitation— S'oVthPord6nRecp strtictibn .y I - 1 11- — - Addendum 2 Page 11 Prewkhad M Ai MA*i* 1=4n.hanna M WA In^ Vfw i ie—a fl—AM—. A - - - - - - 794 9 24 ;1"24 03 1014 lcot4 Materials Contractor's Name (dba Of CPM Development Corp.) Section 00410 Revised Bid Schedule BASIC BID 4: TAXIWAY B SYSTEM REHABILITATION — Phase 4 South Portion Ree6wiriieflon Item No. N T"h- P"V. Desaiption Uwt Uwtprke TOW Price 4-1 A-101 Airfield FOD Prevention I LS 19,000.00 $ 19,000.00 Control Afiljott Perimeter Road FOD 4-2 A_101 ,ieventi,P4 P I LS $ 14,000.00 $ 14,000.00 4-3 A-101 Airfield Traffic Control 1 LS $ 19,000.00 $ 19,000-00 A-101 Roadway Traffic Control 11 LS $ 10,000.00 $ 10,000.00 4-5 A-103 Contractor Quality 1 LS $ 6,500.00 1 $ 6,500.00 Control/Acceptance Testing 4-6 A-105 Utility Locate I L9 $ 7,000.00 $ 7,000.00 47 A-410 Construction Survey I LS $ 10,000.00 $ 10,000.00 Trench Excavation Safety 48 A-201 Piovisions I LS $ 3,800.00 $ 3.800.00 O-Inch HDPE Stgrib Drain 4-9 D-701 160 LF $ 25.00 $ 4,000.00 i2-Inch HDPE Storm Drain -4-10 D-701 Pipe 48 LF $ 40.00 $ 1,920.00 -rich ODOE S . to in Dral . n rm 4-11 D-701 P ipe 655 LF $ 50.00 $ 32,750.00 4-12 D-701 1, 2—joh.D! Storm OrqJ4 Pipe 2 15 LIF $ 78.00 $ 18,330.00 4-13 D -701 1.8 =Inch JX Drain Pipe 187 LF $ 125.00 $ 22,750.00 4414 D--101 Storiba Drain Pipe Removal 698 LF $ 21.00 $ 14,658.00 415 D-702 Slotted Drain System, 12-Inch 1 497 LF j $ 185.00 $ 91,945.00 416 D402 Slotted Or* System, 18-10h 153 LF $ 220.00 $ 33,660.00 Slotted Drain System -4-47 D-702 Removal 2175 - LF $ 16.00 $ 4,400.00 D-705 6-Inch Perforated. HDPE 1 05 LF 16.00 $ 10,160.00 Subdrain Renton MOMclpai A*ft 0041010 Taxiway B System kehaboitition — South Portion Reconstruction Addendum 2 Page 12 ch""OA M 124.11A.— of %AIA 1— r~-- A- . - - - - - ...... 11 . I I I I I I I jCON Mate dals Contractor's Name_ (dba of CPO I)Gve"'Pme""rp.) Section 00410 Revised Bid Schedule 'Nom . T.L Description Apra. Qty Nit "Unit Price TW Mee 4-19 D-109 Quarry Spalls 160 TN $ 45-00 $ 7.200.00 WSDOT- Standard Type I 4-20 D -751 CatchBasin I EA $ 1,641.70 $ 1,641.70 WSlj6T Standard -Type 1 4-21 D-751 Patch Basin,, Aircraft Rated 4 EA $ 2,900.00 $ 11,600.00 4-22 D-751 WS DOT St* A; nd- id Type 2! 4 EA $ 3,900.00 15,600.00 48" Catch B"I M WSDOT19tandaid Type 2 - 4-23 D-751 48" Catch Basin, Aircraft '2 EA $ 5,400.00 $ 10,800.00 Rated Flow splifter NysDOT 4-24 Ij-1751 Standard Type IL Catch 2 EA $ 2,600.00 $ 5,200.00 Basin 4725 0451 Drainage Structure Removal 4 EA $ 600.00 $ 2,400.00 4-46 L-108 L-8240 Cable 875 LP $ 2.00 $ 1,750.00 4-�7 LA 10 '4ect4,*' Conduit, 90 -fF $ 10,00 900.00 One 2-Lich,. 'EA 4-28 L-125 'LAghi 8 $ 110-00 $ 880.00 4-29 L-425 Demolish L,867 Basecan 8 VA $ 460.00 $ 3,680.00 430 L-W Demolish L-924 5kV Cable 875 LF $ 1.00 $ 875.00 4-M 'S A'Chirafinp! SI g n leyatipn 3A $ 3,600.00 $ 3,600.00 . . ge 4-31 L-125 New Taxiway Up Light 11 PIA $ 450.00 4,950.00 4-:33 L-12S New L-867 Bas&6n 11 EA $ 710.00 S 7,810.00 4�54 F-405 Asphalt: P-AVOme.4t S,qWduttidg 1,325 IV $ 2.00 $ 2.650.00 4 to 10. Inch P'qpth AalwCq Pavement 435 P-105 Saw.dititing 10 to 1.4- Inch 1,293 -IJ7 $ 10.00 $ 12,930.00 Depth Asphalt PaV6ntent'Rp�hbval* 06 P -:105 a4 . d bipposQ 4 to 10 Inch ()OS SY $ 14.00 $ 8,470.00 Oppih Renton Municipal AIrpoit 00410-41 Taxiway b .System a Rehabilitation — South PortionAecoostruction Addendum 2 Page 13 13-AA-A 6- - 1111 /A 1­ r-. ...... U. AL. ­ ICON w1e.-eda"s Contractor'.s Name (Aha Of CpM DeWOPOI't Corp} Section W410 Revised Bid Schedule Item NO. Tech. prov. DewApdon Approx. Q!Y Wj Unit price Total Price 4-37 P-105 Asphalt/PCC Removal and l, Disposal, 10 to Inch 'Depth 3,475 SY $ 13.00 $ 45,175.00 4-38 P-105 Grout'Vill Existing Pipe 1 1,9 $ 4,000.00 $ 4,000.00 4-39 P-152 Stripping 0.85 AC 10,000.00 $ 8,500.00 4-40 P-152 Unce-q-"f'e' Excavation Used On Site 200 CY $ 10.00 $ 2,000.00 4-41 8452 Unsuitable Excavation 100 CY $ 35.00 $ 3,500.00 4-42 P -152 -* ' Imported Borrow Material 450 CY $ 35.00 $ 15,750.00 443 P-160 Sediment Ti*p 4 EA $ 75.00 $ 300.00 P-160 Straw Wattles 200 LF $ 3.00 $ 600.00 44 5 P-460 Geotexille Encased Check, Dam - 2 EA $ 100.00 $ 200.00 "6 p-160 Temporary Erosion Control Force Account I FA $5,000 $5,006 4-47 P-304 Cement4reided Base Course 3,652 §Y $ 24.00 $ 87,648.00 P-401 Bituminous Surface Course 1,410 TN $ 83.00 $ 200,030.00 449 P-401 BituminOus Base Course 3,430 TN $ 81.00 277,830.00 4-50 P-1 dmP.6rary To Taxiway Construction I $ 25,000.00 $ 25,000.00 4-$1 P-603 Bliuminotis Tadk Coal; 6.() TN $ 900.00 $ 5,400.00 4-52 P-620 PiV�brmed Pavement Marking 1,341 SF $ 15.00 $ 26,115.00 4-53 P-620 Painted Pavement Marking 360 SF $ 4.30 $ 1,548.00 4=64 P-610 Pavement Marking Removal 1,250 SF 3.00 $ 3,750.00 455 T-902 Hydtoseeding 1 AC 1 $ 4,500-001$ 3,825.00 1 Renton Municipal -Airport 0041042 Taii,Way B System Aehabflitidon — South Portion Reeonstrtictift Adden-d - um. 2 Page 14 PrrAMM M Aso horn I=%v%hcbrw-%M of VAIA In^ C~ i i..-. t—AM-.• A - — - — - - • L. I , I 1 � I � I � I ICON matetials Contractor's Name (dba of CM DGve'OPM'ant Gotp'%' Section 00410 Revised Bid Schedule Item Wo., Tech. Prow. Description Apprm unit b6ft price Irow Price 456 t-905 Topsoiling 450 Cy $ 50-00 $ 22,500.00 4-57 T-909 Under Paverfiont Herbicide 3,652 SY $ 0.20 $ 730.40 4-58 T4" kethoval of Existing Pipe Appurtenances. 00 If $ 20.00 $ 13,600.00 I LS Subtotal Basic Bid 4 $ 1,179,811.10 A-103 Contractor r-QdAtY f,(?ptrqVAdceptance Testing Pius SalisTax (9.5%) $ 112,082.05 $ 11,000.00 5-6 TOTAL BASIC BID 4 PLUS S $ALO TAX $ 1,291,893.15 BASIC BID 5: TAIIIWAX R SYSTEM REHAB_ ILOAT16N , Phase 5 South Portion Reconstruction 'Item 90. Tech. prov. DmApifon Aporm oty Unit Mm i4tal Pece 5 -1 $4 -A =1 FOD'Prevention Control i IS $ 17,000.00 $ 17,000.00 5-2 A-161 Airport d Fob Perittieter Road Prevention L-S $ 6,000.00 $ 6,000.00 5-3 A-101 Airfield UA0 CoAtiol 1 LS $ 16,000.00 $ 16,000.00 5-4 A-101 Roadway Traffic Control I LS $ 16,000.00 $ 16,000.00 5-5 A-103 Contractor r-QdAtY f,(?ptrqVAdceptance Testing $ 11,000.00 $ 11,000.00 5-6 A6465 Utility Locate 1 LS $ 8,000.00 $ 8,000.00 5-1 A-1 10 Construction Survey I L, S $ 10,000.00 $ 10.000.00 5-8 A�201 Tiencit E . kcayation Safety I LS $ 3,260.39 $ 3,260.39 13-701 1$-In6 iWPE, gibfift Drain Pipe 245 L# $ 55.00 $ 13,475.00 -5-10 D-701 12 -Inch DI Storm Drain Pipe :p �90 LF $ 92.00 8,280.00 5-11 15-701 18 -inch AI Storm. Drain Pipe 00 '-L-,F, $ 150.00 $ 19,500.00 Renton Municipal A#-6tt 0041043 TaXlWAyB -Systein jiebibiiitktioh - South Portion Redonitrded6h Add6ndain 2 iftge 16 __ ...... __ IC01,4 Mjateda�z Contractor's Name (dba of CPM Oevelopment Corp Section 00410 Revised Bid Schedule Item NO. Tg& FMV. b6crlpd.,M Aporo• QIY Wt Tobd']�dce 5 -12 D401 Storm Drain Pipe, Removal 830 LF $ 22.00 $ 18,260.00 5-0 D-702 Slotted Dram System, 12-InA 248 LF $ 200.00 $ 49,600.00 544 D-705 6-Inch Perforated i1DPE Su-bdrain 400 LF $ 14.00 $ 5,600.00 545 D-700 Quarry Spalls 160 TN 45.00 $ 7,200.00 5 -1.6 P-!751 WM)OT'Standard Type I Catch Basin n 2 EA F $ 2,200.00 $ 4,400.00 -5 -11 b-151 WS66TStandard Type 1 Catch Basin Alrciift RAW 2 F--A $ 2,900.00 $ 5,800.00 548 'D-Isl WOOT Standard Type 2 48" Catch Basin EA $ 4,000.00 $ 4,000.00 549 ID-151 W-MOT Type Standard -2- _ 666 Catch Basin, Alrqj*ft Rated I EA $ 7,000.00 $ 7,000.00 5-20 Otologe Structuto Removal 7 EA $ 600.00 $ 4,200.00 5-21 L-108 LAUC Cable 1$75 1p $ 2.00 $ 1,750.00 5-22 L-110 Electrical Conduit, 500 LF $ 9.50 $ 4,750.00 343 L-12S 114ght, b�ifioikh Taxlway Edge 5 FA $ 110-00 $ 550.00 5 -24 WZ Demolish 1,8 61 Base= .5 EA $ 460.00 $ 2,300.00 5-25 L-125 Demolish Plush Runway U t and Baiecan EA $ 700.00 700.00 5 -26 L-I)S D.OffiOlish L 5j V Cable 075 LF $ 1.00 875.00 5-27 L-425 New Taxiway Edge Light 6 EA $ 450.00 2,700.00 5 -29 1,425 New "67 Balecian 7 EA $ 820.00 $ 5,740.00 -5-29 L-115 New Runway Edge Light I BA $ 450.00 450.00 5.30 P-105 141'Oi Asphalt PaV6ment - Sgwqutting Inch Depth 10670 LP $ 2.00 $ 3,140.00 R61:0 MOWclpal Airport 004i0 -14 TWvVa)r B System 1kihabilit0tion —South Portion Rec6ustnict on Addendum ,age 116 'rovIded to Builders Exchinae of WA Inc. For usace CnndMnrm AnraAmpnf a" %wAw kv%Am Mm - A ham- I d , ICON maieria's Contractor's Name (dba of GPM De"IoPment Corp') Section 00410 Revised Bid Schedqle Item NO. TO& proy. Descriloon Appro;. Qq lvwi tjwt Price Total Mee ASP4alt/PCC Pavement 5-31 P,105 SaWcp*g 1.0 to, 14 Indh 700 LF $ 10.00 7,000.00 D*pth Agohalt'Pavemen't Rem6VW' 5-32 P-165 and Disposal 4 to 10 Inch 980 SY $ 8.00 $ 7,840.00 Depth 5-31 P405 PCC Pavement kemoval and Disposal 14 Inch Depth 2510 $Y $ 23.00 5,750.00 AsphilOCC Pavement 5-34 P-105 Removal and I Disposdl 10 to 3,850 SY $ 14.00 $ 53,900.00 14 Inch Depih -5-35 P452 Stdopifig 0,23 Al i�2 $ 10.000.00 $ 2,300.00 Unclassified Pxcavation - .5-36 )NW Used On Site 296 C Y $ 12.00 $ 3,432.00 Vx�o Ified '-ExcaV afto n- 1 . 5 -37 P452 Hauled Off 'Site ' 818 ey $ 30.00 $ 24,540.00 5 -38 P-152 Unsuitable E)i6avation 100 CY $ 25.00 $ 2,500.00 S-30 P466 Sediment Trap 7 EA $ 75.00 $ 525.00 P-166 8traw watdqs 100 $ 6.00 600.00 -5-41 Tim&rary Erosion Control 1 FA $5,00 Force Account ,0 5-42 P-304 Cement-Treated tase Course 5,080 SY $ 24.00 $ 121,920.00 5-43 P-401 Bituminous Surface Course 2,950 TN $ 84.00 $ 247,800.00 $44 11-401 Bituniiiious Base bouxtse 3500 TN $ 80.00 $ 280,000.00 .5-45 P-5-01 Portland Cement Concrete 5QO Sy $ 210.00 105,000.00 Pavement 5-46 P-603 Bituminous Tack coat 6.4 TN $ 900.00 $ 5,760.00 547 P-620 PTCAPimed Pavement Miffing 2i290 SF $ 15.00 $ 34,350.00 5-48 P-:0:10 Painted Pavement Markhig 150 SP $ 5.00 $ 750.00 RehtOn Municipal Airport 00410 -45 Taxiway B I S Y fi Rehabilitation — South Poi ion Recoastrtiction AjdenAu - 2 )age 17 3mvided to Builders Exchskna6 of W& Inc. For usaae Conditions MMAMOknt A" IWAM hVwM enm ICC)N, Jmaipwia;s Contractor's Name (6be of CPM Deve"Mard Corp•) Section 00416 Revised Bid Schedule NOitem . Prow DesM ption Approg. 00 Unit twt -prke Total PAM 5-49 N20 Pavement Marking Removal 450 SF $ 3.00 $ 1,350.00 5-50 T-901 HydroscedJng 0.39 AC $ 4,700.00 $ 1,833,00 5-51 T-905 T6poiling 260 CY $ 50.00 $ 13,000.00 5-52 T-909 Under Pavement lietWide 5,080 SY $ 0.20 $ 1,016.00 5=55 T-4000 Reinoval of Existing Pipe and Appurtenances I 525 I 'LF $ 22.00 -$ 11,550.00 -Subtotal Basic Bid 5 $ 1,196,486. 0 15195,2 Plus Sfilei; Tax (9-596) $ 113,671-17- 113,5 TOTAL BASIC BED 5 PLUS SALES TAX $ 1,309,057.17-1,30897 BASIC BED 6: TAXIWAY B SYSTEM REHABILITATION — PHASE 6 keinth PnAnn RpenisairmAhn Item 7*& Piov. DesM ption Unit _Uftft..pr1q ee PrTVo. ice A�101 Airfield VOID.Prewpation I LS $ 5,600.00 $ 5,600.00 control 6-2 A-10Airport j� Pefimotet R'16adlbl) I LS $ 3,000.00 $ 3,000.00 Prevention 6-3 A-101 Airfield Traffic Control I LS $ 2,000.00 $ 2,000.00 6-4 A-401 Roadway Traffic Control I LS $ 2,000.00 $ 2,000.00 6-5 A-103 Contractor Qqality Control/Actotance Testing 1 TS $ 6,000.00 $ 6,000.00 -6-6 A-105 Utility Locale 1 L$ $ 2,000.00 $ 2,000.00 .6-7 A-110 Comiruction Survey 1 LS $ 4,500.00 $ 4,500.00 0-8 Al-201 TfefichPxcaVatjon Safety 1 LS $ 300.00 $ 300.00 Provisions 10-:9 : T-eitiporaq Erosion Control 1 I -#A $000 $5,000 Ford e Account - Renton Municipal Airport Taxiway B SYstedi 4phabilit4tion — South Portion Reconstruction 00410-46 Addendum 2 Page 18 PrbMed to Builders Rohence of W& Inc. For usaaa Conditions Aarfmmf%ntqm vmw hvvjn nnrn . Akwawa VAMv.Q.-cla 16.39 V, h E8.41 96 am ICON MaterWis Contractor's Name (dba of CPM DMIOMBnt Corp.} Section 00410 Revised Bid Schedule Item No. TeCL Pik Description A prox. �p J Vty Unit UnkPrice feial Price 6-10 F-162 Temporary Construction IS $ 1,250M $ 1,250.00 Access Pence Restoiation b -11 P -i Temporary Taxiway LS $ 4.500.00 $ 4,500.00 Removal/Restoration 642 P-401 Haul Route Pavement Repair I LS $ 100.00 $ 100.00 6A 3 P-401 t461 k6ad*Re_pa-t'r'0o rc-e FA $75,000 $75,000 Acd,6unt. —w 6-14 IP-MI Temp6rarYA6c6§s Pavement 1 IS $ 2,500.00 $ 2,500.00 RqmovA%estoradon 0-15 T -4000 Removal of Existing Pipe and 70 LF $ 30.00 $ 2,100.00 Appurtenances Subtotal Basic Bid 6 $ 115,850.00 Plus Sales Tax (9.590) $ 11,005.75 TOTAL BASIC BED 6 PLUS SALES TAR $ 126,855.75 END OF SECTION ReAtbA MuhibI&I Alrp6il DMID47 TPAway bs )stolfi h*ofiatl6, 49uth Portion Rddooruc " ob AdWO 2 gage 2rovkled to Builders Exchince of WA. Inc. For useae Cohditions! Aoreem@4 son %WJW' 6mm mm . Akwave Varifit P.-ale 1 1 1 I r 1 1 1 1 1 1 ICON Materials (dba 01 CPM 0evelopment Corp.) Section 00420 PROPOSED SUBCONTRACTORS Comply with requirements of Section 00801, Special Provisions. Note that this form contains two parts: Part I is for work to be performed; Part u is for work quoted or bid but not to be performed. PART I — LIST WORK TO BE PERFORMED BY BIDDER AND SUBCONTRACTORS Work O f t e, � S List Subcontractors (Names, Contract % of Certified Age °GRS Category `0 8 Addresses, Business License Value Contract DBE of (Values �y go Numbers) Price (Y or N) Firm 1-5) ® Work to be performed by BIDDER % NO Years 5 Bidder's Own Forces Name Heating NO WORK Address $ % Subcontractor City. ST zip Business Lic # Name Ventilation and WORK Address Air Conditioning $ % Subcontractor City. ST zip Business Lic 4 Name Plumbing NO Subcontractor WORK Address (as described in Cit y P , ST zi $ RCW 18.106) Business Lic # Name Innovative Electric, Inc Electrical Address PO Box 4399 Subcontractor $ NO Years 3 (as described In City, ST zip Everett, WA 98204 RCW 19.28) D Business Lic # INNOVE1014NP Narne Apex Engineering, PLLC Type of Work: Addness2601 South 35th St. Sufte 200 $ NO 3 / Construction Staking City, ST zip Tacoma, WA 98409 Business Lic # Not On Quote Years Name Antigo Construction, Inc Type of Work: Address 1973 Commerce Ave NO 5 Pavement Removal City, ST zip Boise, ID 83705 $ �% O Years Business Lic # ANTIGCl101 NL Subtotals 1 $ 4,78 .� This Foim Shall Accompany Bid Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 29 Section 00420 Proposed Subcontractors Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 00420 -1 ICON Materials (dba of CPM Development Corp.) PART I (continued) Section 00420 PROPOSED SUBCONTRACTORS Work ° 3 List Subcontractors (Names, Contract % of Certified Age aGRS Category g z ez t .St Addresses, Business License Value Contract DBE of (Vetoes a ° a Numbers) Price (Y or N) Firm 1-5) ® 3 a Subtotals Carried Forward from page 00420 -1 Name Global Concrete Cutting, Inc _( Type of Work: Address 12938 SE Kent Kangley Rd, 2 2 Milling &Planing Swte City, ST zip Kent, WA 98050 $ % No Years Business Lic # GLOBACC894CG 0A J Name Materials Testing & Consulting, In Type of Work: Address 777 Chrysler Drive 32 3 Quality Control Clty, ST zip Burlington, WA 98233 $ % No Years Testing Not On Quote Business We # Nalfe Hicks Striping & Curbing, Inc Type of Work: Address PO Box 9127 15 2 Pavement Marking City, ST zip Brooks, OR 97305 $ N0 Years Business Lic # HICKSSCO21 LE 1 Name PR Systems, Inc Type of Work: Address 8351 30th Ave NE Milling City. ST zip Lacey, WA 98516 40,990.00 $° 40 NO 22 Years 5 Business Lic # PRSYSI'0990M Name All Star Hydroseeding Address 22816 Old Owen Road Type of Work: 15 $ % NO Years 2 Hydroseeding City, ST zip Monroe, WA 98272 Business Lic 0 Not On Quote GRAND TOTALS $ 19 , 0 @ In compliance with RCW Chapters 18.106 and 19.28, Bidder shall write `No Work" if Bidder believes such work is not part of scope of project ^ DRS - Annual Dross Receipts I = Less than $1 Million 2 = More than $1 Million, Le &s than $5 Million 3 = More than $5 Million, Less than $10 Million 4 = More than $10 Million, Less than $15 Million 5 = More than $15 Million This Form Shall Accompany Bid Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 00420 -2 ICON Materials (dba of CPM Development Corp.) PART r (cnntinnedl Section 00420 PROPOSED SUBCONTRACTORS Work Z � � List Subcontractors (Names, Contract % of Certified Age nGRS Category & a Addresses, Business License Value Contract DBE of (Values 3 c a Numbers) Price (Y or N) Firm 1-5) Subtotals Carried Forward from page 00420 -11 $ Name Salinas Sawcutting & Sealing Type of Work: Address 7804 40th Ave W _- - - $ Q N� 17 Years City, ST zip Mukilteo, WA 98275 Business Lic # SALINSSO44LD Name Type of Work: Address City. ST zip Business Lic # Name Type of Work: Address City, ST zip Business L c # Name Type of Work: Address_ $ X90 City, ST zip Business Lic # Name Type of Work: Address City, ST zip $ S6 Business Lic # GRAND TOTALS �$ $, 100% $5,460,424.21 0 In compliance with RCW Chapters 18.106 and 19.28, Bidder shal write "No Work" if Bidder believes such work is not part of scope of project * GRS - Annual Gross Recelpts 1 = Lacs than $1 Million 2 = More than $1 Million, Lcss than $5 Million 3 = More than $5 Million, Less than $10 Million 4 = More than $10 Million, Less than $15 Million 5 = More than $15 Million This Foim Shull Accompany Bid Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vrww.bxwa.com - Always Veriiv Scale 00420 -2 i 1 ICON matenaiS (dba of DpM Development Corp) Section 00420 PROPOSED SUBCONTRACTORS PART II — LIST SUBCONTRACTORS QUOTING OR BIDDING BUT WHOSE WORK WILL NOT BE PERFORMED ON T141S PROIRtT_ This Form Shall Accompany Bic! Renton Municipal Airport 00420 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Page 31 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Certified *GRS DBE Age of (Values Subcontractors not Performing work on project or Firm 1 -5 Company Name Pacific Surveying & Engineering, Inc Address 1812 Corwall Street NO 13 3 City, ST zip Bellingham, WA 98225 Years Business Lic # Not On Quote Type of Work Construction Surveying Company Name River City Land Services Address PO Box 171 NO 26+ Years 2 City, ST zip Snohomish, WA 98291 Business Lic # Not On Quote Type of Work Construction Surveying Company Name American Surveying & Engineering LLC, dba American Address 224 143rd PINE Engineering Corporation City, ST zip Bellevue, WA 98007 NO 1 2 Year Business Lic # Not On Quote Type of Work Construction Staking Company Name Baseline Engineering, Inc Address 1810 64t1i Ave West City, ST zip Fircrest, WA 98466 NO 15 2 Business Lic # BL036303 UBI #601 -404 -286 Years Type of Work Construction Staking Company Name W E Coates Surveying, LLC Address 9825 Glory Dr SE City, ST zip Olympia, WA 98513 YES 8 2 Years Business Lic # Not on Quote Type of Work Surveying This Form Shall Accompany Bic! Renton Municipal Airport 00420 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Page 31 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 11, � ICON mlater +als (dba of CPA Development Corp.) PART 11 (continued) Section 00420 PROPOSED SUBCONTRACTORS vrco - Annum uross meceipts 1 = Less than $1 Million 2 = More than $ l Million, Less than $5 Million 3 = More than $5 Million, Less than $10 Million 4 = More than $10 Million, Less than $15 Million 5 = More than4 51MIIIon ,�-�- Prepared By: Printed Name: David Gent Title: vice President Date: February 28, 2013 This Form Shall Accompany Bid Renton Municipal Airport 00420-4 Taxiway B System Rehabilitation — South Portion Reconstruction Dage 32 Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwo.com - Always Verity Scale Certifled °GRS DoE ge of es Subcontractors not performing work on ro ect 1al Company Name Salinas Sawing & Sealing, Inc Address 7804 4M,6ve W 17 City, ST zip. Muliteo, WA NO Years 3 Business Lie # SALINSSO44L0 Type of Work Sawcutting Company Name Penhall Company Address 11001 East Marginal Way S City, ST zip Tukwila, WA 98168 NO Years 5 Business Lic # Not On Quote Type of Work Sawcutting Company Name Del -Mar Concrete Cutting & Coring Address 152 100th St S 10 City, ST zip Tacoma, WA 98444 NO Years 2 Business Lle # DELMACC973CG Type of Work Sawcutting Company Name Address City, ST zip Business Lic # Type of Work vrco - Annum uross meceipts 1 = Less than $1 Million 2 = More than $ l Million, Less than $5 Million 3 = More than $5 Million, Less than $10 Million 4 = More than $10 Million, Less than $15 Million 5 = More than4 51MIIIon ,�-�- Prepared By: Printed Name: David Gent Title: vice President Date: February 28, 2013 This Form Shall Accompany Bid Renton Municipal Airport 00420-4 Taxiway B System Rehabilitation — South Portion Reconstruction Dage 32 Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwo.com - Always Verity Scale J Section 00430 Bidder's Qualifications Each bidder submitting a bid on Work included in these Bidding Documents shall prepare and submit the data requested in the following schedule as part of the bid. I . Name of Bidder: ICON Materials (dba of CPM Development Corporation) 2. Business Address: 1508 Valentine Ave SE Pacific, WA. 98047 -2103 3. Telephone/Fax Nos.: 206 575 -3200 (office) 206 575 -3207 (fax) 4. E -mail Address: dgent@oldcastlematerials.com 5. Business License No.: 601 -006 -854 6. How many years has said Bidder been engaged in the contracting business under the present firm name: Please See Attached 7. Contracts now in hand (Gross Amount): $ 20+ Million 8. General character of work performed by said company: Demolition, Earthwork, Asphalt Concrete Pavement, Utility Installation 9. The following is a partial list of the construction our organization has completed which is similar in character and magnitude to that required in the proposed contract: Submit added sheet if necessary. Owner Contract Year Include Contact Person and Phone No. Location Amount Please See Attached Listine Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 33 Section 00430 Bidders Qualifications Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 00430 -1 AL%k ICON M A T E R I A L S Attachment to Subcontractor / Vendor Questionnaire 6. Organization Previous Business Names: ICON Materials, now a trade name, was the Company's' corporate name (ICON Materials, Inc.) since 6/9/2000. Prior to that the Company, a continuation of a 1960 company, operated under the name Oldcastle Northwest Inc, dba M.A. Segale, Inc. Years of Experience: The business name, ICON Materials has been in use since June 2000. The company was formed 4/30/98 to purchase the assets and continue the operations of M.A.Segale, Inc. a Washington Corporation since 1960. Other Businesses Owned or Controlled by Your Firm, its Officers or Principals: ICON Materials is a division of CPM Development Corporation which is a subsidiary of Oldcastle, Inc., ultimately a wholly owned subsidiary of CRH plc, a Republic of Ireland Corporation. 1 1 F 1 ICON Materials (dba of CPM Development Corporation) 1508 Valentine Ave SE Pack, WA. 98047 -2103 206 575 -3200 Phone 206 -575 -3207 Facsimile ICONM * *982CF An Equal Opportunity Employer I i E E I I I I E I I I N � a 0 ca N C� 3 a m V c 12 CL '°U) Eo cN ati F- O� m� o°' 3roi stto Xo v N °c t�>°Q Crn rnti -t3T cC; w� 3 M , wN CIO crib C1ico w- C� Ot ¢CO cC DN a)n z YN C� jM �� =O C~ totfl �N ON w00 V mo �N qv CM C,N UN go Cn� Cot- LO U N J U 0 < r r CL O h Z N N N O O Cn N O ZU- N� N N ` co a) NO N N CST O N a z N E O N O N co O I N to D O LO <L pN � C C N sw N W (jH O O N m a�O 16 7 c 2� r F- U i- O to [A M ct O lA O I- 00 tp �- to r O h CO 1� � O M t17 O M O ifo J J Q Z (0 0 CA N O M CA O O V Cp 0 M co Q Q Z F• p I- N C- M CO N 1� too f` CD - OD � M ti co N co Ch N Ch ti CO N — Z Z t' O¢ Vi U) CO m CA N N V r- N (M N M� co ti O O CA � ti C to V CO M L M — e- r e^ M y E:3 6% N N eal V31 n co (fi vi r CN 69, 619, ER co co Q1 r C cm M C C CT 4m C C 0I O O ca E C OI �•.. C CO CO N ?j N > mrn m� �> mtr o n- c w a O p >C 'x m ca U c>oa X >c 0 M rto rn@ E E Caw C�' C@ C6 m m m N t O (n cm OL a can OQ n cy ¢ cm O.0 m� a -• O m aai > _ - ^ g pq '0 0 pq m �� m �� t` O 3 Y U nEiV E0 m ism a) z O D Da pa D Win? vda> m w w � Cc, w m H > 6 c A? CD = C O > aj aj > d o0., Co y CO L•, wU wm r az Um Hm eta min °m dN C/) m _� a) E ¢-> CnE ¢ �.. C90 �� z �O �O W rn- w O 0 T C�pp c C °- CY) N 0 -c U t` LL Z U- t'�o C U � m n 0 m m 3 a tts �Q z 0a. to a) �m m _ M c � °-"D r � 0 �3c F- 2 p m m C CO O O O C N `' r 0 = p F- n0 ¢p to 3a� r •- v O c 0 N c '-o m gmm U V O L "O c U ` O a> (i >. m 2 m 0 c n C U C6 J m z (a U (U C 3 m w LU C a' a' a' 0 0 � � N CLL 0 N a _l C . O LU to f0 — n N U co C O +`-� O c'm OC C 'Lu a} m g c O > caU 3 � Qp Q m¢ °-° o !r a m m tg m a) m > E a v y E io o z� m C -C > d c �" c c Co n`. o �v Uv� m '� t0 E C C O U p1 a) L) W wg H 0. ia r > m a r3e �w `0 °'c"imi m 0g tea cl U o �` a 2 a� to ami Y a s D J tf O CL o, V Z 0 d 6 LU O F- cn �Q c ? Q ~ ^ FQ tm _ :O r c DS D� w V CD 0 c c n0 c to c ° 0 co °: cm me aY ~ 00 mM mto 0 me c�mnE qp cnE ¢� Z2 Y�j a cn 0 m rn YU pZ °' U as a° a r Y w m a0 Y N � a 0 ca N C� 3 a m V c 12 CL . ~ C t17 N� "- CO 'T ^L�j O 4) �` r OM C f7 �Co a O CO NC N N N N LO a Y V LO 0 8 .O In F ON �M fn D.� �� v10 r CO o0 Z �� CO EN (nCC`o W � io �M �E ° 8 U o •C ami 1 N Co N N N N O N C) N v LL m N FN fn as m H LO g J a z_ Z F 0 F- J W Q a~ O? m U W a N J J Q z Q Z Cr O V N CD Z W O a d e U V) O CDO O 01 Ix 0 0 0O C.: > LL O tm � et cn C A 'h Y U o J v C W .Qn Z Ir Q wv z W w m d � cc o Zj Oa O 0L) O .0 a0 Z L) Wg 0 ? CL cn g LO � S S g o N N N N N N Q tl7 N In O a O V LO 0 8 .O In U 'T D p C/) N 0 o N (D N o N LL o N O N o0 Nn CL peon .: o0 ° .. gLL CN g0 con m` 00 �E ° 8 wE ° o o •C ami � aa) N -Y N N N N C (L m O V 0 U fn as m H LO g 1- N oo; � Co o� 0LO r0 Mc�l) Nf0 pct O� Or OO 4 g t0� MN 00� � is 69 E9 X 69 V3. X X 64 O C O rn a) > Cm Cm CL m Q1 CD ° m d > C C> U 'OD C > m m o mm m D •-a m0 a a E D CL o F- N C7 U L L CL ° v C O --'0 o M a) m w� a a o [a a °� s'm �W m m n- w 0 m a a a m to > a� a o m ai w ca O W LL C j �m a as > > m � 0 Z5 Y 3 0 J m c U E L CO U y `- m o° o m L m m C tm L r C O_ r C > Co w > C a. w 'a Vl C: a v :3 C I- m C Y O N �L O E d1 Q o m c `o n 3 _c m O C 0 Ya � U oU) m a ~ o� �L o d CL O Ua -0 z ca N_ N m v Ua 0 0 0 m m C, CL _} >12 E m y o mC a)0aa))�o 0 0 H W .N m CL I CD Q >Q : C m c o> 00, O m O Z5 u 0 o c m 0 0 E r a) B - > d a) 0. C O y m m U 0 ad EL 0 co 0 N a) C M �Wtto N O mC O Cr) Co U U LO 0 0 N Z O o N ch > o ° oz N a) C 7 O � g N ., U) 69 V� m m O mm (� c 0 -25 16 3 8 � X mw w N � N co co O U' ti co m O LL N M 0 O N > m O O Z0 N o � 00 Z N >. m 'o Co qT fl- O U? r O ~ M <D � � r ate.. C CO _ m m@ m C? x m W m C O Z = U 0 N N ?a Ya a >s N N atS E mm ai = j to �m � m m Z m 0 ca C' C m o m o 0 C o ii y `v ;a a c No p O O L ¢ } Q �c 0 c m y, 0 LU Q m N 'C6 m 0 a) m C J LL N m 0 L O V "> N F- L O C w a) CL O m Z Q •C o ca CaJ CL � t� 0 >1 a m z¢ �a 0 CL o� -8 °' g� �� �� o� wU C90 o� U.- F-m E �� o -L Hai -E cony; m� m� 0 8 a m` 00 �E ° 8 wE ° o o •C ami � aa) z2 -Y DFm- m� 0 O a~ 0Fm- (L ma c/? oZ n. as H ICON Matedais Section 00430 (dba of CPM D"81OPment Corp') Bidder's Qualifications 10. The following is a listing of all projects we have undertaken in the last two years that have resulted in partial or final settlement of the contract by arbitration or litigation: Name of Client and Project Original Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims N/A 11. List of Company's major equipment to be used in the work: Submit added sheet if necessary. Please See Attached Listing Renton Municipal Airport 00430 -2 Taxiway B System Rehabilitation — South Portion. Reconstruction Page 34 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale --a I 1 IPage I Major Items Equipment Detailed List 3.14.11 ICON Materials . .. . ... ................. (dba of CPIVI Development Corporation) Major Equipment Detailed List Qty Description Model 1 Model Yr Age !Condition I 4 .3 Axle Pup Trailer 0SW 2011 New Excellent J_q!!!n 7 3 Axle Pup Trailer I Peerless L 1991 20 Good Own 4 13 Axle Pup Trailer Reliance 2007 4 !Good Own 4 3 Axle Pup Trailer !Reliance 2006 1 5 iGood JOwn 2 13 Axle Pup Trailer 3 Axle Pup Trailer 'I Reliance Sturdyweld 2005 2008 j 6 3 Good Excellent own Own 1 3 Axle Pup Trailer Sturdyweld j 2010 j 1 jExcellent .Own 3 14 Axle Pup Trailer II iSturdyweld 2006 1 5 Good ;Own ---- ; - . ....... . .. . 1 1 1 Booster w/ Pintle Hitch Detachable Lowboy Trailer Isuperior .1 ;Superior 1 2010 2010 j 1 Excellent 1 Excellent Own Own 6 1 14 Axle Flowboys Bottom Dump !Red River lTrail King 1998 1995 13 ;Good 16 1 Good lown Own 1 1 Bottom Dump !Trail King 1994 17 !Good 1 Own 6 Bottom Dump ;Trail King 2007 . . . . . .. . 4 ...... . .............. . ... Good Own 2 'Side Dumps ;Trail King 2007 4 Good Own . .... .... .. 1 I 1 Grove Hyd Crane 40 Ton Pettibone Hyd Crane 35 Ton RT740 .RT35 1980 1976 31 35 --I—Good Good I _7 own Own 1 !Tymco Sweeper 1600BAH 07 4 lGood Own 1 !CAT Dozer D9T 12 j New jExcellent !Own 1 lJohn Deere Dozers li650JLG 2005 j 7 Excellent Own 2 !CAT Dozers 1 D6T 2011 New Excellent Lease 1 CAT Loader 1930B 1981 30 lGood lown 1 JJD Load I----- ------------- Loader 2011 New Lease . .. ....... ..... 1 !JD Backhoe Landscraper 121OLE 1998 1 13 Good lown 2 CAT Off-Hwy Dump Trucks 1773B 1993 18 Good jOwn 1 jCAT Off-Hwy Dump Trucks 1773B 1990 21 'Good Own 1 CAT Off-Hwy.Dum p Trucks 17736 1 1981 30 ;Good jOwn I j CAT Off-Hwy Dump Trucks 1773E 1 2003 j 9 'Good lown 2 CAT Graders 114M 2011 1 New. !Excellent Jown 1. . 1CAT Grader 1140H 2004 T: JExcellent lOwn I ICAT Grader 114G 1985 16 ,Good lown� 1 jRahco Grader tRahco j 2004 7 Excellent !Own Qty 1 Description ICAT Excavator Model Model Yr 1385B 2002 Age 9 Condition . . ....... ... . JGood l Own ----- 1 Hitachi Mini Excavator. 150ZTS E 2005 6 IVery Good JOwn 70 Maint. & Operation Vehicles ;Various New-16' E xcellent !Own I I Freightliner Dump-Truck. . .. ....... FLD/TM 1 2005 6 !Good !Own 5 4 Freightliher Dump Truck 4-- 1 Freightliner. Dump Truck FLD/TM . ... . . ... ...... .. . —i— FLD/TIVI 2006 2007 5 1 4 Good .10wn — Good (Own 1 1 K nworth Dump Truck 1 Mack Dump Trucks IT800B j RD688S j 1997 1998 1 14 1 13 Good Good lown Own IPage I Major Items Equipment Detailed List 3.14.11 8 Western Star Dump Trucks 149F /TM 2011 € New Excellent 'Own 7 Western Star Tractors 49S /DS j 2007 1 4 Good Own 2 ; Western Star Lowboy Tractors 14900SA 2010 1 2 Excellent Own 2 j International Distributors ' Bearcat 1995 16 Good Own 1 jRoadtecShuttlebuggy ;SB2500 ; 1999 12 ;Good Own 1 !Road Widener _ j Midland 1 2006 5 ;Very Good Own 1 jCAT Paver jAP1005E 2012 New Excellent Own _ . 1 _ _ 1CAT Paver JAP1005D i 2008 3 Excellent Own 1 CAT Paver JAP555E 2010 1 2 - Excellent (Own -- - 2 - -. _ -_�_. CAT Grade Rollers 1CS563C 1995 y 16 (Good _ _. -. 1 1 5 - Hypac Pneumatic Roller Writgen Milling Machine ;Truck Scales & (2 Portables) ICS60B ! W120OFT 30 to 150 Ton 2001 2001 10 10 iGood - Very Good `Excellent �OWn - Iown Own 1 jAuburn Asphalt Plant — jGencor ;Very Good Own 1 ISeattle Asphalt Plant JStansteel /Gencor very Good ;Own 1 .Complete Crushing Plant 1300-1200 TPH !Excellent 'Own 1 1 1 Cat Excavator ;Cat Excavator iCat Excavator ` 345D � � i336D 1320D ....... 2011- � 2011 2011 New New New ?Excellent Excellent Excellent , (Own Own Own 1 1Cat Loader 972H 2011 New Excellent Own Page 2 Major Items Equipment Detailed List 3.14.11 1 1 ICON materials Section 00430 (dba of GPM Development Carp Bidder's Qualifications 12. List of Company's key personnel that would be available for the work: Name Title Years of Similar Project Experience David Gent Vice President 11 Years Gary Babick General Su erintendent 37 Years George Reynolds Project Superintendent 24 Years Jeff Price Project Foreman 10 Years his/her (bidder's) true financial condition at the time such qualified statement or 13. Bank References: t U By Title Vice President Date February 28, 2013 Renton Municipal Airport 00430 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Page 35 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 14. Evidence of Financial Responsibility: Attach statement or report of bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year, as certified by a public accountant, in accordance with Section 007.10, Article 20 -02. At the time of submitting this bid, I certify that the company's financial responsibility is approximately the same as stated or reported by the public accountant. n Yes ❑ No. Bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or t U By Title Vice President Date February 28, 2013 Renton Municipal Airport 00430 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Page 35 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 S. -V- CREDIT INFORMATION Name: ICON Materials, (dba of CPM Development Corporation) Legal Entity: CPM Development Corporation Subsidiary of. Oldcastle Materials, Inc. Business Started: Oldcastle Materials, Inc. established 1978 Federal I.D. No.: 91- 1272258 Duns No. 02 -733 -6650 Legal Entity UBI No. 601 006 854 Managers: Dave Gent, Vice President, CPM Development Corporation Tim Davis, Construction Division Manager, ICON Materials Rob Meidinger, Pave & Grade Division Manager, ICON Materials Vanessa Hoang, Accounting Manager, ICON Materials Credit References: N.C. Machinery, PO Box 88786, Seattle, WA 98138 Contact: Credit Department, (Phone) 425 -251 -5861 (Fax) 425 -251 -6287 Seattle Mack Sales & Service, Inc., PO Box 13902, Des Moines, WA 98198 Contact: Credit Manager, (Phone) 253 -449 -8800, (Fax) 253- 529 -0258 US Oil & Refining Company, PO Box 2255, Tacoma, WA 98401 Contact: Credit Department, (Phone) 253- 383 -1651, (Fax) 253- 383 -9970 Bank References: For ICON Materials For Oldcastle, Inc. Bank of America Bank of America Lois D. Marshall Larry Schaad, Vice President 1 Atlanta Plaza Bldg 600 Peachtree St NE 1230 Peachtree, Suite 3800 Atlanta, GA 30308 -2265 Atlanta, GA 30309 (404) 607 -5913 (404) 249 -6915 Terms: Monthly statements are requested. Further credit information may be obtained by writing the Company, attention Vanessa Hoang, Accounting Manager, at the address below. ICON Materials (dba of CPM Development Corporation) Corporate Office 1508 Valentine Ave SE Pacific, WA 98047 -2103 206 -575 -3200 Phone 206- 575 -3207 Facsimile ICONM * *982CF An Equal Opportunity Employer -f�l3 :A'- Iq .dalk v jiWashington State Department of Transportation Paula J. Hammond, P.E. Secretary of Transportation April 2, 2012 Icon Materials dba CPM Development Corporation Prequalifcation #755000 Mr. David Gent 1508 Valentine Ave SE Pacific WA 98047 -2103 Re: Prequalification Bidding Rate Dear Mr. David Gent: Transportation Building 310 Maple Park Avenue S, E, P.O. Box 47300 Olympia, WA 98504 -7300 360- 705 -7000 TTY: 1- 800 - 833 -6388 www.wsdotwa.gov The recent information submitted by your firm is sufficient to fulfill the requirements for qualification under the provisions of RCW 47.28.070. This qualification, for a period expiring March 31, 2013, allows your firm to bid on our projects in the amount, class, and type of work as listed below: CLASS DESCRIPTION AMOUNT 1 Clearing, Grubbing, Grading and Drainage $43,250,000 2 Production and Placement of Crushed Materials $10,000,000 4 Asphalt Concrete Paving $15,000,000 34 Erosion Control $11,000,000 SWR Small Works Roster Participant The amount shown for each class, is the maximum value within a class of work that is used to determine your firm's eligibility to receive a bid proposal document for a single project. The rating you have received above is subject to review at any time and is conditioned upon a satisfactory performance record on present and future contracts you may have with this Department. In accordance with Section 1 -02.1 of the Standard Specifications, the amount of your bid plus the amount of outstanding work with the state as a prime contractor cannot exceed $262,500,000. i s^ Mr. David Gent April 2, 2012 Page 2 The official name by which your firm has been prequalified with the Washington State Department of Transportation is as follows: ICON MATERIALS DBA CPM DEVELOPMENT CORPORATION PREQUALIFCATION #755000 All bidding proposals and contract documents will have this name entered thereon. Any alteration of this name on the bidding proposal issued by the Department of Transportation maybe sufficient cause for considering the proposal irregular and consequent rejection of the bid. In the event any correction of the above firm name is required, we request you notify this department immediately. Applicants not satisfied with the qualification granted may request in writing, a review of their questionnaire and qualification ratings. The request must be filed within thirty calendar days of the above date and must specifically state the basis for the request. If there is a decrease in your financial position or there are significant changes within the structure of your organization, you must file a new standard questionnaire and financial statement form (DOT Form 420 -010). Organizational changes which require the submission of a new Standard Questionnaire and Financial Statement form are: incorporation, additions to or changes in partners to a copartnership, joint venture arrangements, dissolution of a corporation, copartnership or joint venture, etc. If you have any questions regarding your prequalification please contact Kari Beardslee at 360- 705 -7837. Sincerely, Gregory D. Morehouse Manager, Contract Ad & Award Section 00440 Bid Bond Form BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ 5% of Amount Bid which amount is not less th rcent of the to bid. S ure David Gent Know All Men by These Presents: That we, ICON Materials (dba of CPM Develonment Corporation) , as Principal, and Fidelity & Deposit Co. of Maryland as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent of Total Amount Bid 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 wake any award to the Principal for Taxiway B System Rehab -South Portion 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 thereot 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 gay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 28th DAY OF February, 20 13. _TCON Ma ev n orporation) Pdy4pal David Gent r1 Fidefity & DeDosit�O. of Maruland t; 5 1 Karen Rhinehart Attorney -in -Fact Received return of deposit in the sum of $ Renton Municipal Airport Taxiway B System Rehabilitation— South Portion Reconstruction Page 36 Section 00440 Bid Bond Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verity Scale 11,16i, El r ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND .POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint David GENT, Laurie A. PINARD, Paul D. SALISBURY, Rob D. MEIDINGER, Karen RHINEHART and Tim DAVIS, all of Pacific, Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials (dba of CPM Development Corporation), Kent, Washington each in a penalty not to exceed the sum of $1,000,000 and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 st day of February, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND wr 7 .�' T v: o • 4�Jr6�ftio \`A1 s SEALt —•— •oS I s % 19H , f; 1 . Y Assistant Secretary Vice President Gerald F. Haley Thomas O. McClellan State of Maryland City of Baltimore On this I st day of February, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS 0. MCCLELLAN, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �•'itritf .'EC 4 V. fit Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 020 -8022U Section 00445 Combined Affidavit and Certification form: Non - Collusion, Anti - Trust, and Minimum Wage (Non - Federal Aid) CITY OF RENTON NON - COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that .he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from and -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. O MINIMUM WAGE AFFIDAVIT FORM 1, 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 Taxiway B System Rehabilitation -South Portion Reconstruction 1 Name of Project ICON Materials ( dba of CPM Development Corporation) �_ a D. Biddees Firm ROTt!!!f4 ignature of Authorized Representative of Bidder Subscribed agirs1WE �e me this 28th day of FebLum , 2013 , ((�= Ot1►Rt • Notary Public in and for the State of Washington i �si,� ftter�►�4? r � q��t1 "Z�a`�` 2' Ellen Roth ' g i' wati,,,,a�� g1` Notary (Print) fh1 ATE I VdP' My appointment expires: 6-29 2016 !!llti't`ti4����` Renton. Municipal Airport 00445 -1 Taxiway B System Rehabilitation — South Portion Reconstruction Page 37 Section 00445 Combined Affidavit and Certification Form: Non- Collusion, Anti Trust, and Minimum .Wage (Non- Federal Aid) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bwm.com - Always Verify Scale I � . IGUN materials t�{b t3f CPM DWIOPmant Gar = Section 00450 Certification of Nonsegregated Facilities The Federally assisted construction contractor certifies that segregated facilities are not maintained at any establishments, and that employees are not permitted to perform services at any location, under the contractor's control, where segregated facilities are maintained. The Federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting moms, work areas, restrooms and washrooms, restaurants and other eating areas, time - clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where obtained identical certification from proposed subcontractors for specific time periods) he/she 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 /she will retain such certifications in the files. Certification - The information above is true and complete to the best of my knowledge and belief. David Gent Vice President Na an Title of Signer (Please Type) February 28, 2013 Signature Date NOTE; The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Renton Municipal Airport 004.50 -1 Taxiway B System Rehabilitation — South Portion Reconstruction Page 38 Section OD450 Certification of Nonsegregated Facilities Provided to Builders Exchange of WA, hic. For usage Conditions Agreement see www.bxwa.com - Always Verity Scale e t fl C 1 i ,oN twat melt Corp.t ?dbe of CpM Develop Section 00460 Bidder's Statement on Previous Contracts Subject to EEO Clause The Bidder has X has not _ participated in a previous contract subject to the nondiscrimination clause prescribed by Section 202 of Executive Order No. 11246 dated September 24,1965. The Bidder has X has not _ submitted compliance reports in connection with any such contract as required by applicable instructions. If the Bidder has participated in a previous contract subject to the nondiscrimination clause and has not submitted compliance reports as required by applicable instructions, the Bidder shall submit Standard Form 100 with the bid or proposal indicating current compliance. David Gent Vice President M Name a nc ale of Signer (Please Tipe) February 28, 2013 Signature Date :Renton Municipal Airport ' Taxiway B System Rehabilitation — South Portion Reconstruction Dage 38 Section 00460 Bidders Statement on Previous Contracts Subject to EEO Clause Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreementsee www.bMa,com - Atways Verify Scale 00460 -1 s ' From: Bidder's Finn Address City. ST zip Bidder intends to use the above -named DBE firm for the following work for the Taxiway B ' System Rehabilitation — South Portion Reconstruction project at Renton Municipal Airport: ' The estimated work is valued at $ Authorized Agent for Bidder n Title G- ��,..� � � �1%�/' ACCEPTANCE BY SUBCONTRACTOR: Date LZ gLe v I� I confirm that DBE Firm agrees to participate in the contract as provided in the Bidding Firm's commitment. By / Authorized Agent for DBE Finn Title Date This fully executed Letter of Intent shall be provided with the Bidder's proposal. This letter will be null and void if the Bidder is not determined to be the successful bidder. ' Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Le 40 Section 00490 Letter of Intent Provided- tQ_B..uilders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale r Section 00490 ' Letter of Intent (Copy this page for each DBE subcontractor) To: DBE Subcontractin.k7 Firm Address City. ST zip Telephone ( ) - State DBE Certification Number Washington Business License # ' From: Bidder's Finn Address City. ST zip Bidder intends to use the above -named DBE firm for the following work for the Taxiway B ' System Rehabilitation — South Portion Reconstruction project at Renton Municipal Airport: ' The estimated work is valued at $ Authorized Agent for Bidder n Title G- ��,..� � � �1%�/' ACCEPTANCE BY SUBCONTRACTOR: Date LZ gLe v I� I confirm that DBE Firm agrees to participate in the contract as provided in the Bidding Firm's commitment. By / Authorized Agent for DBE Finn Title Date This fully executed Letter of Intent shall be provided with the Bidder's proposal. This letter will be null and void if the Bidder is not determined to be the successful bidder. ' Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Le 40 Section 00490 Letter of Intent Provided- tQ_B..uilders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale s L n L Section 00495 Buy American Certificate and Notice to Bidders � I .1 ICON Materials (dba of GPM Development Corp.) Name of Bidder , By ent Title Vice President Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 49 Section 00495 Buy American Certificate and Notice to Bidders 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 00495 -4 BUY AMERICAN CERTIFICATE (Jan 1,99 1) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are ' considered to have been produced or manufactured outside the United States. Offerors may obtain from City of Renton lists of articles, materials, and supplies excepted from ' this provision. PRODUCT COUNTRY OF ORIGIN N/A � I .1 ICON Materials (dba of GPM Development Corp.) Name of Bidder , By ent Title Vice President Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 49 Section 00495 Buy American Certificate and Notice to Bidders 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 00495 -4 Section 00495 Buy American Certificate and Notice to Bidders NOTICE TO BIDDERS I BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 199 1) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b)(1) or (2) shall be treated as domestic. ' 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. ' (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those - ' I . that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; , 2. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be ' inconsistent with the public interest, or 3. that inclusion of domestic material will .increase the cost of the overall project , contmct by more than 25 percent. (End of Clause) I Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Page 42 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwe.com - Always Verify Scale 00495 -2 ICON Materials (dba of CPM Development GOT I � 0 �I I� [1 P� CPM DEVELOPMENT CORPORATION WRITTEN CONSENT OF THE BOARD OF DIRECTORS ADOPTING CERTAIN ACTIONS AND RESOLUTIONS IN LIEU OF A SPECIAL MEETING The undersigned, being the Board of Directors ( "the Board ") of CPM Development Corporation a Washington corporation (the "Corporation "% waive the notice, calling and holding of a special meeting of the Board, in accordance with RCW 23.B.08.230 of the Washington Business Corporation Act, do hereby consent to, adopt, authorize, and approve the following actions and resolutions specified therein dated as of February 22, 2012 and direct that this written consent be filed with the minutes of proceedings of the Board: WHEREAS, the By -Laws of the Corporation provide for an annual election of officers; and NOW, THEREFORE, BE IT RESOLVED, that each of the following persons be and hereby elected to serve as an. officer of the Corporation for a term of one year from the date first written above or until their retirement, resignation, death or removal or until their successor shall be duly elected and qualified: Jim D. Gauger Paul D. Salisbury Paul D. Salisbury Susan L. Devaney Susan L. Devaney David Gent K.C. Klosterman Paul Boysen Mike Delaney Craig Mayfield C. Patrick McFarlane Mark Murphy Ronald C. Criss Ricardo Linares Richard O. Parker Tunda Thomas Mike Anderson Charles Brown_ Gary P. Hickman Michael G. O'Driscoll President Chief Financial Officer Secretary Vice President Finance Assistant Secretary Vice President Vice President Vice President Vice President Vice President Vice President Vice President Vice President Vice President Vice President Assistant Secretary Assistant Secretary Treasurer and Asst. Sec. Assistant Secretary Assistant Secretary FURTHER RESOLVED, that any current officers of the Corporation not elected in the foregoing resolution are hereby removed. FURTHER RESOLVED, that the President of the Corporation and his designees (the "Authorized Officers') be, and each of them acting alone hereby is, authorized, empowered and directed to take any and all further action and to negotiate, execute, deliver and file any and all agreements, certificates, notices, instruments and documents, in the name and on behalf of the Corporation, and to pay any such fees, costs, expenses and taxes as in the sole judgment of such officer shall be necessary or advisable in order to fully carry out the intent and accomplish the purposes of the foregoing resolutions, the authorization and approval of same to be conclusively evidenced by the taking of such action or the execution and delivery of such document by such officer; and FURTHER RESOLVED, that all actions previously taken by any Authorized Officer, or any other representative, agent of the Corporation authorized to so act by any Authorized Officer of the Corporation on behalf of the Corporation and any of affiliates, that would have been authorized by the foregoing resolutions except that such actions predated such resolutions, be, and each of them hereby is authorized, adopted, ratified, confirmed, and approved in all respects as acts and deeds of the Corporation; This written consent may be executed in one or more counterparts and by facsimile, each of which shall constitute an original document, but all of which taken together shall constitute one instrument. Each counterpart shall be effective with respect to the Board executing it. IN WITNESS WHEREOF, the undersigned being the Board have executed and delivered to the Corporation this written consent of the date first above written. Michael 0' Driscoll John W. Parsons Douglas Black D. Gauger r kPM DEVELOPMENT CORPORATION CORPORATE OFFICE • 5111 E BROADWAY • SPOKANE VALLEY, WA 99212 �.0. BOX 3366 • SPOKANE, WA 99220-3366 OFFICE: (509) 534 -6221 • FAX: (509) 536 -3051 Central Pre -Mix Concrete Co. ' Central Pre-Mix Prestress Co. Wenatchee ' Send and Gravel 'Central Washington Concrete t` 'Eugene Sand & Gravel ' Viking Red[ -Mix 1 it'-- Green a White Rock Products Klamath Pacific Corporation ' Bandon Concrete 6 Development w, River Bend ' Sand and Gravel 1W. Salem Road 6 Driveway t Valley Concrete & Gravel CERTIFICATE OF AUTHORITY Oldeastid' Materials Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments. on behalf of ICON Materials (dba of CPM Development Corporation). ICON Materials is a CPM Development Corporation trade name. Name and Title David Gent, General Manager Tim Davis, Construction 'Division Manager Rob Meidinger, Paving/Grading Division Manager Pat Skube, Chief Estimator William M. Becker, Estimator/Project Manager STATE OF WASHINGTON ) ) ss. COUNTY OF SPOKANE ) Signature Respectfully submitted, CPM DEVELOPMENT CORPORATION �4y' 60-t /A--- Susan L. Devaney Vice President of Finance and Assistant Secretary On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of ICON Materials (dba of CPM Development Corporation), and acknowledged said instrument to be the free and voluntary act of said corporation, for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this KATHLEEN FRIZZELL Notary Public State of Washington„ Poly Commission Expires January 19, 2013 day of. 2012._ • vrr z- vi I r •int or Type Name of No OTARY PUBLIq in and for it a State of Washington siding at ACS co u4t�—q y Commission expires on Inland Asphalt Co. Interstate Concrete & Asphalt Co. ' ICON Materials Wenatchee ' Send and Gravel 'Central Washington Concrete t` 'Eugene Sand & Gravel ' Viking Red[ -Mix 1 it'-- Green a White Rock Products Klamath Pacific Corporation ' Bandon Concrete 6 Development w, River Bend ' Sand and Gravel 1W. Salem Road 6 Driveway t Valley Concrete & Gravel CERTIFICATE OF AUTHORITY Oldeastid' Materials Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments. on behalf of ICON Materials (dba of CPM Development Corporation). ICON Materials is a CPM Development Corporation trade name. Name and Title David Gent, General Manager Tim Davis, Construction 'Division Manager Rob Meidinger, Paving/Grading Division Manager Pat Skube, Chief Estimator William M. Becker, Estimator/Project Manager STATE OF WASHINGTON ) ) ss. COUNTY OF SPOKANE ) Signature Respectfully submitted, CPM DEVELOPMENT CORPORATION �4y' 60-t /A--- Susan L. Devaney Vice President of Finance and Assistant Secretary On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of ICON Materials (dba of CPM Development Corporation), and acknowledged said instrument to be the free and voluntary act of said corporation, for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this KATHLEEN FRIZZELL Notary Public State of Washington„ Poly Commission Expires January 19, 2013 day of. 2012._ • vrr z- vi I r •int or Type Name of No OTARY PUBLIq in and for it a State of Washington siding at ACS co u4t�—q y Commission expires on CONTRACT FORMS Renton Municipal Airport P � Taxiway B System Rehabilitation — South Portion Reconstruction Section 00505 Contract Agreement CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this b .1A day of OY4 , , by and between the CITY OF RENTON, Washington, a municipal co oration of the State of Washington, hereinafter referred to as "CITY" and ICON MATERIALS (DBA OF CPM DEVELOPMENT CORPORATION), hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 63 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. 001 -2013) for improvement by construction and installation of the Taxiway B System Rehabilitation — South Portion Reconstruction project at Renton Municipal Airport. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Bid Proposal c) Specifications d) Maps and Plans e) Bid f) Advertisement for Bids g) Special Provisions h) Technical Specifications Renton Municipal Airport 00505 -1 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00505 Contract Agreement 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in kriting thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, Renton Municipal Airport 00505 -2 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00505 Contract Agreement its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 63 calendar days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum per Section 00801, Special Provisions, 1.14 Failure to Complete Work on Time — Liquidated Damages, as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 1 Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00505 -3 8) Neither the final certificate of payment nor any provision in the Contract nor partial or ' entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 1 Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00505 -3 Section 00505 Contract Agreement cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond. or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right -of -way. 12) The total amount of this contract is the sum of $5,460,424.21 numbers Five Million, Four Hundred Sixty Thousand, Four Hundred Twenty -Four and 21/100 Dollars written words including 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 Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE Renton Municipal Airport 00505 -4 Taxiway B System Rehabilitation — South Portion Reconstruction � I � I � I � I 1 � I Pj D city of i CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ICON Materials (dba of CpM Development Corp.) (Name of contractor /subcontractor /consultant) Section 00510 Fair Practices Policy Affidavit of Compliance hereby confirms and declares that: I. It is the policy of the above -named contractor /subcontractor /consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion /creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog /service animal; marital status; parental /family status; military status; or veteran's status. II. The above -named contractor /subcontractor /consultant complies with all applicable federal, state and local laws governing non - discrimination in employment. III. When applicable, the above -named contractor /subcontractor /consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. dG e.4 Print Agent /Representative's Name viot Print Agent /Representative's Title .,�Zgent/Representat_ive's Signature &t i l 3o,201--5 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and /or supplier. Include or attach this document(s) with the contract. �J t 1 'I 1 Section 00560 Progress Payment Retention II In accordance with RCW 60.28.010, the undersigned elects that, during the life of the Contract, the money withheld from Contract progress payments be retained in the financial institution indicated below. Failure to indicate a choice shall be construed as approval of Item A. III A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until thirty (30) days following final acceptance of the Work. Date Yl 5c) 2d 1J? Sign ed i B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing. account, not subject to withdrawal until after final acceptance of the Work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this Contract from time to time as such retained percentage accrues. I hereby designate as the repository for the escrow of said funds. I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Prior to the Owner investing any fund in an escrow account, the Contractor shall obtain a letter from the repositor on their letterhead stating their acceptance of the account, the . account number and a statement that they will not release any funds until authorized in writing by the Owner. Date Signed I� Renton rP Municipal Airport 00560 -1 p Taxiway B System Rehabilitation — South Portion Reconstruction Section 00580 Buy American Certificate BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a bid /proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. PRODUCT COUNTRY OF ORIGIN Offerors may obtain from the City of Renton lists of articles, materials, and supplies excepted from this provision. ❑ Exhibit A to this certificate is completed and approved to waive this requirement. '1 ° 1 J The product listed above appears on the Nationwide Buy American Conformance List, and no waiver is required.. ICON Matenais —I r%,. - ,,.,MOM Carol Company �< By _ (authorized signature) Date Ann I w o 20 t3 TO BE INCLUDED IN ALL CONTRACTS AND SUBCONTRACTS Renton Municipal Airport Taxiway B System Rehabilitation - South Portion Reconstruction 00580 -1 Section 00580 Buy American Certificate Exhibit A (Request for Waiver of Buy American Requirement) Airport Sponsor City of Renton Official Representative Ryan Zulauf, Airport Manager Project Name Taxiway B System Rehabilitation – South Portion Reconstruction Indicate reason(s) for waiver request. Supporting documentation must be provided for each reason indicated. A. Applying the provision is not in the public interest. This is reserved for significant public interest determinations. B. The steel or manufactured good is not available in sufficient quantity or satisfactory quality in the United States. C. For AIP grant- funded projects other than ground transportation demonstration projects: — the cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment; and — final assembly of the facility or equipment has occurred in the United States. D. Applying this provision would increase the cost of the overall project by more than 25 percent. Company Authorized Signature I hereby request a waiver of the Buy American requirements for the reason(s) indicated above. All documentation provided in support of this request is true and complete to the best of my knowledge. Date Waiver requests based on Criteria A or B above require approval by Headquarters ADO Recommendation ❑Recommended ❑Not recommended ADO Manager Signature Date RO Recommendation ❑Recommended ❑Not recommended 610 Branch Manager Signature Date ADO Manager or block -grant state may approve waivers based on Criteria C or D above Waiver Determination ❑Approved ❑Denied ❑Further information required ADO Manager Signature Date Renton Municipal Airport 00580 -2 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00590 NON TRAFFICKING CERTIFICATION Trafficking in persons as described in FAA Order 5100 -38 and Section 00802 of this Contract r states: Provisions applicable to a recipient that is a private entity. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not Engage in severe forms of trafficking in persons during the period of time that the award is in effect; Procure a commercial sex act during the period of time that the award is in effect; or Use forced labor in the performance of the award or subawards under the award. Certification: being (title) of ktbw Cj ompany), hereby certify that the information as stated above is true and complete to the best of my knowledge and belief and the above mentioned statement will be provided in writing to all subcontractors hired for the 1jj u �Qm project. 500Vn TWAIDh -R"Y1Q L)C u ) By Authori`ze'd` ,Signature Printed Name 1.(�1�/ LUI l� Date A-D61 3D, 2013 Include with all Contracts and Subcontracts Renton Municipal Airport 00590 -1 Taxiway B System Rehabilitation — South Portion Reconstruction t " ii' A I I BOND NO. 09121073 Section 00610 Bond to the City of Renton BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned ICON MATERIALS (DBA OF CPM DEVELOPMENT CORPORATION) FIDELITY AND DEPOSIT COMPANY as principal, and OF MARYLAND corporation organized and existing under the Iaws of the State of MARYLAND 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 petal sum of $ 5,460,424.21 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. Dated at PACIFIC Washington, this 15TH day of APRIL 1 2013 &SALTLAKE GI Y, UT — Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 13 -015 providing for construction of TAXIWAY B SYSTEM REHABILITATION -SOUTH PORTION RECONSTRUCTION (protect muue) 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 wort: 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 provisions and supplies for the carrying oil of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ICON MATERIALS (DBA OF CPM DEVELOPMENT CORPORATION) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Title TINA DAVIS, ATTORNEY -IN -FACT Title 'Rcriton Municipal Airport Tt!xiway,.B System Rehabilitation — South Portion Reconstruction %age 55 Section 00610 Bond to the City of Renton 'rovided to. Builders Exchariigelcf WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 00610 -1 I � I � 7 I � I I I I I � I I � 11 7 STATE OF UTAH SURETY ACKNOWLEDGMENT ICOUNTY OF SALT LAKE ) SS r C C L On this 15TH day of APRIL, 2013, before me personally came TINA DAVIS to me known, who, being by me duly sworn, did depose and say that she is an Attorney -In- Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney -In -Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. dz' J � k tary Public "am - - -4 Notary Public c� LISA HALL a connrnjuion Number 605901 eMY Commission Expires C t March 13.2015 i �r.. State of U%h e t�RSi�C ao..•o I r° J i F C ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Tina DAVIS, Lisa HALL, Lindsey PLATTNER and Jessica ARNOLD, all of Salt Lake City, Utah, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his /her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 11th day of May, A.D. 2012. ATTEST: . MIn"t ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND tray ^�i%iq'' "c. a.�Goa °°O� '•'nom' 333 r °s �j CAL -� ;g ` %`% •. b� ..... "' T I Assistant Secretary Vice President Gregory E. Murray Thomas O. McClellan ' State of Maryland City of Baltimore On this l Ith day of May, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and GREGORY E. MURRAY, Assistant Secretary, of the Companies, to me personally known to be the individuals and ' officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he /she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. /7 •>•i _C i /,. . �� 2✓ �!i "< il(;in `�a r4irr i n�tti Maria D. Adamski, Notary Public ' My Commission Expires: July 8, 2015 IPOA -F 020 -8022W EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." CI ,II i This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a 1 certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this I.5THday of APRIL , 2013—. a 0 4 rf' At James M. Carroll, Vice President J e r, II L L 1 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint :David GENT, Laurie A. PINARD, Paul D. SALISBURY, Rob D. MEIDINGER, Karen RHINEHART and Tim DAVIS, all of Pacific, Washington, EACH its true and lawful agent and Attomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials (dba of CPM Development Corporation), Kent, Washington each in a penalty not to exceed the sum of $1,000,000 and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice- President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 st day of February, A.D. 2013. ATTEST: By Assistant Secretary - ' Gerald -F. Haley;' -_ ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND � opz�" SEAL a Vice President Thomas O. McClellan ' X05 State of Maryland City of Baltimore - . On this l st day of February, A.D: 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. lliirnis "' POA-F 020 -8022U Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attornevs -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 15thday of April 12013 . M w�� v otrpr rN V e Jyy� s :O� - - G`7 8&A L r L J James M. Carroll, Vice President � I Certificate of insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU TUC• CFAnFICA'E HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEN EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE LISTED ALTHOUGH LICIES LIS ' This Is to Certify that r ICON Materials 7 Libe�{ -�T (dba of CPM Development Corporation) NAME AND �• 1 4 y t 1508 Valentine Ave SE ADDRESS r ,/ OF nvsuRED jn�/,f' Pacific, WA 98047 ' is at tha Tuna dare of this certificat , iirsuted by the Company wader the poTicy(ies) Toted below. The insurance afforded by the tatcd ppoo�hcy(ia) rs t to aB their amts ettlosrorts aM Cmtditioas aad is aot nkered by aay regaireraerrt, wrmorcoad'itioa ofwy oontraa or other document aitb Respect I wbicb this artifkale maybe isatted. EXP DATE TYPE OF POLICY [( EXTENDED POLICY NUMBER Llr&T OF LIABILTfY ' ® POUCY TERM WORKERS WA7 -C813-004095-022 COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY 9/1/2013 LAW OF THE FOLLOWING STATES: COMPENSATION WC7 -C81- 004095 -012 ALL STATES EXCLUDING Bodfly bytes MONOPOLISTIC STATES NY & 1 000 000 N. ' WA BoQy Igjwy By Disease WI 1 000 000 Bodily trdwy BY DL=w 11,000,000 ' COMMERCIAL TB2- C81-004095 -112 A9IS�m - GENERAL LIABILITY 9/1/2013 $3,000,000 OCCURRENCE Pmdam I Completed Opualiars Aggregate ,$3 000000 CLAM MADE E=h O==== RETRODATE PersomldcAdvettisiaghQury $2.000.000 Pcrftson /Orwzbewo DAMAGE V00.000 rVIR PROJECTAGGREGATE AUTOMOBILE 9/1/2013 AS2- 081-004095 -122 EsehA=1dM�tn&L1Ink LIABHXrY $ 000 000 81 And P.D. Gbmbined [� Eneb Psrsoa ' owNED mNON4)"ED EechAceidentorOoctmr w © HIRED • Each AmTQcu or Omateoce OTHER AutoCornp Ot'd S10,000JOot1 Oed $10,000 SIR 5250.000 EXCESS WORKERS' 9H12D12 EW7.68N- 004095342 EXCESS WC $250,000.000 COMPENSATION & 9/112013 (INCLUDES WA STOP GAP) EMPLOYERS' LIABILITY F.1.5750,OOD ' ADDLTLONALCOMMBNTS RE: G- 3-015 Taxiway B System Rehabilitation-SOUth Portion Reconstruction City of Renton and Reid Middleton, Inc are Primary and Non - Contributory Additional Insured(s) Per Written Agreement ' •[f thetxrEl6cateeaphatiandateiscaatintronsorextmdedtemnyouwillbcnotiticd' dmveragehre�mieatedorredooedbeforetheoerSfxateaxy {rstiondate i ' NOTICE OF r6 urr'a r'.d? ION: (NOT APPL[CABIE UNLESS A NUMBER OF DAYS IS ENTERED BBW W.) I p119 rme Group BEFORE Tin STATID EXP3RAflOtt DATE THE COMPANY WILL NOT CAVEL OR REDUCE 7H6 INSURANCE AFFORDED UNDER THE ABOVEFOLICIES UNTIL AT'LEAST 45 DAYS NOTICE i OF SUCH ANNCCELLATION HAS BEEN MAILED TO. j ' • City. of Renton � � Judith Belazentis Attn: Jonathan Wilson, Project Manager AMBORL W REPRESENTATIVE 1055 South Grady Way 12 Federdity t, SW. 310- Renton, WA 98057 4 -15 -2013 Plttslsurrllt �'A 16212 -5706 412- 231 -1331 OFFICE PHONE DATE ISSUED 513302 This cemfiew is execuW by LIBERTY MUTUAL INSURANCE GROUP as respects such iBSlusnee as is aMided by those Companies NM 772 07 -10 ' LDI COI 268896 021! t -- - - - -_ . .-- _......_ ............... - - - - -- - C r F� 1 0 I - I . 1 1 Policy Number: TB2 -C81- 004095 -112 Issued by: LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON - CONTRIBUTORY — SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Person or Organization: Any person or organization for which such coverage is required by written contract with the Named Insured. If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule that is an additional insured on this policy, this policy will apply solely on the basis required by such written agreement If the applicable written agreement does not specify on what basis the liability insurance will apply, this insurance shall be excess over any other valid and collectible insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis. Condition 4 Other Insurance of Section IV is revised accordingly. LD 2410 0611 C 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1 1 0 �7 ' 7 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING ' This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM ' With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE ' Name of Person(s) or Organizations(s): "Any person or organization for which such coverage is required by written contract with the Named Insured." 1 RE: Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that p 8 h' g Y person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to Section IV B.5 Other Insurance: e. If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage ", then this insurance will be primary and we will not seek contribution from such insurance. Policy No: AS2 -C81- 004095 -122 Issued By: ' Effective Date: 09/01/2012 Expiration Date: 09/01/2013 Sales Office: Pgh, PA Liberty Mutual Fire Insurance Company Endt Serial No: Includes copyrighted material of Insurance Services Office, Inc., with it permission Copyright, Insurance Services Office, Inc., 2006 AX 12 34 03 06 Page 1 of 1 1 0 �I CONDITIONS OF CONTRACT Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 Section 10 20 20 -01 20 -02 20 -03 20 -04 20 -05 20 -06 20 -07 20 -08 20 -09 20 -10 20 -11 20 -12 20 -13 20 -14 20 -15 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions Contents DEFINITION OF TERMS (10 -01 THROUGH 10 -49) PROPOSAL REQUIREMENTS AND CONDITIONS Advertisement (Notice to Bidders) Prequalification of Bidders Contents of Proposal Forms Issuance of Proposal Forms Interpretation of Estimated Proposal Quantities Examination of Plans, Specifications, and Site Preparation of Proposal Irregular Proposals Bid Guarantee Delivery of Proposal Withdrawal or Revision of Proposals Public Opening of Proposals Disqualification of Bidders Sales Tax Interpretation of Contract Documents 30 AWARD AND EXECUTION OF CONTRACT 30 -01 Consideration of Proposals 30 -02 Award of Contract 30 -03 Cancellation of Award 30 -04 Return of Proposal Guaranty 30 -05 Requirements of Contract Bonds 30 -06 Execution of Contract 30 -07 Approval of Contract 30 -08 Failure to Execute Contract 40 SCOPE OF WORK 40 -01 Intent of Contract 40 -02 Alteration of Work and Quantities 40 -03 Omitted Items 40 -04 Extra Work 40 -05 Maintenance of Traffic — See Technical Provision A -100 40 -06 Removal of Existing Structures 40 -07 Rights In and Use of Materials Found in the Work 40 -08 Final Cleaning Up 50 CONTROL OF WORK 50 -01 Authority of the Engineer 50 -02 Conformity With Plans and Specifications 50 -03 Coordination of Contract, Plans, and Specifications 50 -04 Cooperation of Contractor Renton Municipal Airport 00710 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) I Section 00710 FAA General Provisions 50 -05 Cooperation Between Contractors 50 -06 Construction Layout and Stakes — See Technical Provision A -110 50 -07 Automatically Controlled Equipment 50 -08 Authority and Duties of Inspectors 50 -09 Inspection of the Work 50 -10 Removal of Unacceptable and Unauthorized Work 50 -11 Load Restrictions 50 -12 Maintenance During Construction 50 -13 Failure to Maintain the Work 50-14. Partial Acceptance 50 -15 Final Acceptance 50 -16 Claims for Adjustment and Disputes 50 -17 Cost Reduction Incentive 60 CONTROL OF MATERIALS 60 -01 Source of Supply and Quality Requirements 60 -02 Samples, Tests, and Cited Specifications — See Technical Provision A -103 60 -03 Certification of Compliance 60 -04 Plant Inspection 60 -05 Engineer's Field Office 60 =06 Storage of Materials 60 -07 Unacceptable Materials 60 -08 Owner Furnished Materials 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70 -01 Laws to be Observed 70 -02 Permits, Licenses, and Taxes 70 -03 Patented Devices, Materials, and Processes 70 -04 Restoration of Surfaces Disturbed by Others 70 -05 Federal Aid Participation 70 -06 Sanitary, Health, and Safety Provisions 70 -07 Public Convenience and Safety 70 -08 Barricades, Warning Signs, and Hazard Markings — See Technical Provision A -100 70 -09 Use of Explosives 70 -10 Protection and Restoration of Property and Landscape 70 -11 Responsibility for Damage Claims 70 -12 Third Party Beneficiary Clause 70 -13 Opening Sections of the Work to Traffic 70 -14 Contractor's Responsibility for Work 70 -15 Contractor's Responsibility for Utility Service and Facilities of Others 70 -16 Furnishing Rights -of -Way 70 -17 Personal Liability of Public Officials 70 -18 No Waiver of Legal Rights 70 -19 Environmental Protection 70 -20 Archaeological and Historical Findings 80 PROSECUTION AND PROGRESS 80 -01 Subletting of Contract 80 -02 Notice to Proceed Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -2 1 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -3 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 80 -03 Prosecution and Progress 80 -04 Limitation of Operations — See Technical Provision A -100 80 -05 Character of Workers, Method, and Equipment 80 -06 Temporary Suspension of the Work ' 80 -07 Determination and Extension of Contract Time 80 -08 Failure to Complete on Time 80 -09 Default and Termination of Contract 80 -10 Termination for National Emergencies 80 -11 Work Area, Storage Area and Sequence of Operations — See Technical Provision A -100 90 MEASUREMENT AND PAYMENT ' 90 -01 Measurement of Quantities 90 -02 Scope of Payment ' 90 -03 90 -04 Compensation for Altered Quantities Payment for Omitted Items 90 -05 Payment for Extra and Force Account Work 90 -06 Partial Payments 90 -07 Payment for Materials on Hand 90 -08 Payment of Withheld Funds 90 -09 Acceptance and Final Payment ' 100 CONTRACTOR QUALITY CONTROL PROGRAM — See Technical Provision A -103 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110 -01 General 110 -02 Method for Computing PWL 120 120 -01 NUCLEAR GAGES Testing 120 -02 Verification Testing Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -3 12/2011 Intentionally Left Blank AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Renton Municipal Airport 00710 -4 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 1 Il AC 150 /5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10 -01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10 -02 ACCESS ROAD. The right -of -way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10 -03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10 -04 AIR 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. � I � I 10 -11 CALENDAR DAY. Every day shown on the calendar. 10 -12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10 -13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -5 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions 10 -14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10 -15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10 -16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10 -17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10 -18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10 -19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10 -20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10 -21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10 -22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10 -23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10 -24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10 -25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Renton Municipal Airport 00710 -6 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 ' FAA General Provisions Engineer approval, permission, review, or acceptance does not relieve the Contractor of liability to meet all requirements of the contract documents. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10 -26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10 -27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10 -28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10 -29 MATERIALS. Any substance specified for use in the construction of the contract work. 10 -30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10 -31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10 -32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10 -33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10 -34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10 -35 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10 -36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10 -37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal ' form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. Renton Municipal Airport 00710 -7 � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1 Section 00710 FAA General Provisions 10 -38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10 -39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10 -40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10 -41 SPONSOR. See definition above of "Owner." 10 -42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10 -43 SUBGRADE. The soil that forms the pavement foundation. 10 -44 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10 -45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10 -46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10 -47 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10 -48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10 -49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -8 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Section 20 Proposal Requirements and Conditions 20 -01 ADVERTISEMENT (Notice to Bidders). See Section 00105, Bid Advertisement. 20 -02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his/her competency to perform the proposed work and satisfactory evidence of his/her financial responsibility. Satisfactory "Evidence of Competency," unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. As part of this contract, the Owner requires the bidding company to have performed airport construction work of similar nature, magnitude, and complexity within the past 10 years and to provide and employ a project superintendent and an asphalt paving foreman meeting certain qualifications. Required qualifications for the project superintendent, paving foreman, and equipment are outlined in Section 80 -05, Character of Workers, Methods, and Equipment. Satisfactory evidence of meeting the qualification requirements in Section 80 -05 shall be provided with the bid on the Bidder's Qualifications form (Section 00430). See also the certification statement in Section 00400, Bid Form, Item 3, "Prequalification of Bidders Certification." Satisfactory "Evidence of Financial Responsibility," unless otherwise specified, shall consist of a statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. At the time of submitting such financial statements or reports, the bidder shall state whether his/her financial responsibility is approximately the same as stated or reported in the documents provided. If the bidder's financial responsibility has changed, the bidder shall state the changes to reflect his/her (bidder's) true financial condition at the time the statement or report is submitted to the Owner. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening with the submittal of the proposal. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. 20 -03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Renton Municipal Airport 00710 -9 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions 20 -04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20 -05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20 -06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20 -07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) for which he proposes to do each pay item furnished in the proposal. Renton Municipal Airport 00710 -10 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20 -08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20 -09 BID GUARANTEE. Each separate proposal shall be accompanied by a bid bond, certified check, or other negotiable instrument in the amount of not less than 5 percent of the bid price submitted. Such proposed guaranty shall be given by the contractor as the bidder's assurance to the Owner that the bidder will enter into a contract, within the time specified, if he is the successful bidder. 20 -10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20 -11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20 -12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other Renton Municipal Airport 1 00710 -11 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' Section 00710 FAA General Provisions interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20 -13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. I 1 I � I � I I c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. ' 20 -14 SALES TAX. The Washington State sales tax shall be as shown as a separate line item on the bid proposal form. ' 20 -15 INTERPRETATION OF CONTRACT DOCUMENTS. The documents forming the contract are complementary and what is called for by one shall be binding as if it were called for by all. They are intended to include all detail of labor and material reasonably necessary for the proper execution of the work. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true , meaning of any part of the plans, specifications or other documents, he may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery not less than five (5) days prior to the date set for opening , bids. Any interpretation of the proposed documents will be made by an addendum duly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of the plans and specifications and each bidder shall acknowledge receipt of each such addendum ' received in order to have the bid considered. The Owner will not be responsible for any other explanations or interpretations of the proposed documents. END OF SECTION 20 Renton rP Municipal Airport 00710 -12 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions ' Section 30 Award and Execution of Contract 30 -01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. 1 d H Ll n Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30 -02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. The Contractor must bid the Basic Bids, Additives, and/or Alternates, as applicable, in their entireties. The successful bidder will be determined on the basis of Basic Bid. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. No award shall be made until the FAA has concurred in the Owner's recommendation to make such award and has approved the Owner's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. 30 -03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30 -04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -13 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 30 -05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30 -06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 49 CFR Part 26 provides that each contract the owner signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) shall include the following assurance: The contractor, sub - recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 30 -07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30 -08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 Renton Municipal Airport 00710 -14 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Section 40 Scope of Work 40 -01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40 -02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. ■ All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. ' 40 -03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall ' be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. Renton � Municipal Airport 00710 -15 Taxiway B System Rehabilitation — South Portion Reconstruction ■ 12/2011 AC 150/5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions 40 -04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40 -05 MAINTENANCE OF TRAFFIC. See Technical Provision A -100. 40 -06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40 -07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or Renton Municipal Airport 00710 -16 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 ' FAA General Provisions c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's ' approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, ' backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. ' It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. ' The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40 -08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final ' payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and 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 C L Renton IP Municipal Airport 00710 -17 P Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 Intentionally Left Blank AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Renton Municipal Airport 00710 -18 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions Section 50 Control of Work 50 -01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50 -02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. The Engineer shall have the authority to reject any and all work that is defective or not in full conformity with the plans and specifications and shall have the authority to suspend such work while being performed. The fact that the Engineer has witnessed such defective or nonconforming work while in progress without halting the operations of the Contractor will not be construed, however, to mean that the Engineer has waived the right to reject such work nor will the Engineer be responsible in any way for the quality of the end product thereby obtained. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and Renton Municipal Airport 00710 -19 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' Section 00710 FAA General Provisions specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50 -03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50 -04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50 -05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. Renton Municipal Airport 00710 -20 Taxiway B System Rehabilitation — South Portion Reconstruction I � I � I 1 1 H i� 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. A concurrent project is anticipated to replace an aircraft bridge at the north end of the airfield. The anticipated project is located outside the work area for this project; however, coordination will be required between projects. The anticipated bridge replacement project will require intermittent threshold displacements. A weekly coordination meeting will be established to facilitate communication and coordination between projects. A project at the north end of Taxiway B will be in the process of completion at the start of the Taxiway B System Rehabilitation — South Portion project. The two projects are anticipated to overlap by one to two weeks. A weekly coordination meeting will be established to facilitate communication and coordination between these projects for the duration of concurrent construction activities. 50 -06 CONSTRUCTION LAYOUT AND STAKES. See Technical Provision A -110. 50 -07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50 -08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50 -09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the Renton Municipal Airport 00710 -21 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50 -10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work 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 Renton Municipal Airport 00710 -22 Taxiway B System Rehabilitation — South Portion Reconstruction 0 -I 0 H I 0 u C 0 I12/2011 AC 150/5370-1 OF (NOTICE F -1) Section 00710 FAA General Provisions 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. 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 C ION 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 to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50 -14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further 1 responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50 -15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. aRenton Municipal Airport p � 00710 -23 Taxiway B System Rehabilitation - South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 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. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50 -17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; Renton Municipal Airport 00710 -24 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and L The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted ' and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. ILI Renton Municipal Airport 00710 -25 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Acceptance of the cost - reduction proposal and performance of the cost - reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 Renton Municipal Airport 00710 -26 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 r AC 150 /5370 -1OF (NOTICE F -1 Section 60 Control of Materials Section 00710 FAA General Provisions 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 -53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 60 -02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. — See Technical Provision A =103. I 60 -03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: Renton Municipal Airport 00710 -27 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 3. Heat, air conditioning, and electricity 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, 00710 -28 at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should Engineer inspections, following the conduct plant the conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60 -05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. The building shall be set up at the location designated by the Engineer within the first 10 working days, unless the Engineer has approved a different schedule. The building shall be weather - tight, installed plumb and level, and provided with the following, as a minimum: 1. 400 square feet of floor space 2. Above ground floor 3. Heat, air conditioning, and electricity 4. Electric outlets and lights 5. Telephone and fax machine 6. Adequate windows 7. 12 square feet of shelving 8. Two desks with chairs, 5 feet by 2.5 feet 9. One drafting table, 5 feet by 3 feet Municipal Airport Renton � p 00710 -28 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions 10. Drafting stool 11. Conference table, 4 feet by 8 feet 12. Nine chairs 13. Cylinder door lock and six keys 14. Sanitary facilities (unless existing facilities are available) 15. Copy machine 16. Water All equipment, furniture, and computers shall remain operable throughout the duration of the project. Contractor shall maintain and repair the above items within 24 hours of being notified by the Engineer that repairs are required. The building shall remain the property of the Contractor and be removed from the site upon physical completion of the Contract or when designated by the Engineer. This building shall be located conveniently near the construction and shall be separate from any building used by the Contractor. The Contractor shall furnish, install, maintain, and remove the facility, including all costs associated with required utility hookups and disconnects and monthly utility charges for all utilities. The Contractor shall be responsible for payment of the basic monthly telephone charges and local calls only. Any long distance tolls shall be the responsibility of the caller. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable the Engineer to inspect the workmanship and materials entering into the work. 60 -06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless ' otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. ' The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60 -07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Renton Municipal Airport 00710 -29 � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60 -08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner - furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner - furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner - furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner - furnished materials. END OF SECTION 60 Renton Municipal Airport 00710 -30 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 ' FAA General Provisions ISection 70 Legal Regulations and Responsibility to Public 70 -01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or ' liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70 -02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and.incidental to the due and lawful prosecution of the work. 70 -03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. ' The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify ' the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70 -04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another .government agency at any time during the progress of the work. The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility ' service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. ' 70 -05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United ' Renton tP Municipal Airport 00710 -31 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370-1 OF (NOTICE F -1) Section 00710 FAA General Provisions States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70 -06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70 -07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with Technical Provision A -100, Operational Safety on Airports During Construction and shall limit such operations for the convenience and safety of the traveling public as specified in Technical Provision A -100, Operational Safety on Airports During Construction. 70 -08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. See Technical Provision A -100, Operational Safety on Airports During Construction. 70 -09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction I v r_ El u� t1i 11 IU t li . I I III'. 00710 -32 1 ' 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 ' FAA General Provisions The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport ' property. - 70 -10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The ' Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until ' directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70 -11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suits, actions, or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70 -12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70 -13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the ' Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the ' Renton iP Municipal Airport 00710 -33 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370 -2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70 -14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non - execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. Renton Municipal Airport 00710 -34 Taxiway B System Rehabilitation — South Portion Reconstruction I I II I!,II ICI v v C fli n 1 I_, 0 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 70 -15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain ' such utility ervices or facilities during the progress of the work. In addition the Contractor shall Y g p �' ' 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: It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in Renton Municipal Airport 00710 -35 Taxiway B System Rehabilitation — South Portion Reconstruction . Person to Contact Owner's Emergency Utility Service or Facility (Name, Title, Address, and Phone ) Contact (Phone) City of Renton Storm Water Richard Marshall, Maintenance Manager 425- 430 -7400 3555 NE 2nd Street, Renton, WA 98056 City of Renton Water George Stahl, 425- 430 -7400 Maintenance Services Supervisor 3555 NE 2nd Street, Renton, WA 98056 Electrical - Boeing Rob Henderson 425- 213 -4521 Maintenance /Infrastructure Manager Robert. o.henderson boein .com Electrical (PSE) Luke Neely 253- 395 -6913 AT &T 425- 271 -7964 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in Renton Municipal Airport 00710 -35 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70 -15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point -of- Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. C. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of- Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of- Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of- Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have an FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable Renton Municipal Airport 00710 -36 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point -of- Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. ' 70 -16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. ' 70 -17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there ' shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70 -18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, ' estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her ' obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. ' The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70 -19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, ' oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. ri it 1 70 -20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -37 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 Renton Municipal Airport 00710 -38 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Section 80 Prosecution and Progress 80 -01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. ' The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. 80 -02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is ' expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor ' shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80 -03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. The Contractor shall attend a weekly construction meeting. The purpose of the meeting will be to discuss the previous week's work, -work for the next two weeks, construction progress /status, any construction issues, and any other pertinent issues. Construction meetings shall be held more frequently, as needed, to ensure the Contractor is communicating the planned work areas with the airport manager on a day -to -day basis, in order to allow the airport manager at least two weeks to notify airport tenants of when and where the Contractor will be doing work. 80 -04 LIMITATION OF OPERATIONS. See Technical Provision A -100. Renton Municipal Airport 00710 -39 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions 80 -05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Owner (City of Renton) requires, as part of this contract, the Contractor to have a full -time project superintendent, acceptable to the Owner, managing the project and construction operations at all times. The project superintendent shall be a full -time employee of the Contractor or a consultant engaged by the Contractor. The project superintendent shall have a minimum of 5 years' experience in managing airport and/or highway construction projects of comparable size and scope as this contract. The Contractor shall also have an asphalt paving foreman, acceptable to the Owner, on site full - time during all asphalt paving operations. The asphalt paving foreman shall be a full -time employee of the Contractor, subcontractor, or a consultant engaged by the Contractor. The asphalt paving foreman shall have a minimum of 5 years' experience in managing airport and/or highway asphalt paving construction projects of comparable size and scope as this contract. Both the project superintendent and asphalt paving foreman shall have previous construction experience with FAA - funded and governed projects of a similar nature, magnitude, and complexity within the past 10 years. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. Where the project superintendent, asphalt paving foreman, equipment, or labor is found to be unacceptable by the Owner, the Contractor shall replace them with personnel or equipment that are acceptable to the Owner. Replacing personnel and equipment shall be at no additional cost to the Owner. Renton Municipal Airport 00710 -40 Taxiway B System Rehabilitation — South Portion Reconstruction LI L, r fl 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved or in contract time as a result of authorizing a change in methods or equipment under this subsection. 80 -06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown ' shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The ' Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as ' entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in ' any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80 -07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. ' Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: ' Renton � Municipal Airport 00710 -41 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of Renton Municipal Airport 00710 -42 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions work or the extension of contract time that has been covered by a change order or supplemental ' agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all ' contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be ' expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall ' then be in full force and effect, the same as though it were the original time for completion. 80 -08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as ' specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to ' additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. See Section 00801, Special Provisions, Articles 1.13 and 1.14. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will ' in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80 -09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to ' Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as maybe rejected as unacceptable and unsuitable, or ' d. Discontinues the prosecution of the work, or ' Renton � Municipal Airport 00710 -43 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or L 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 It. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80 -10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Renton Municipal Airport 00710 -44 Taxiway B System Rehabilitation — South Portion Reconstruction I � I � I � I � I � I � 1 Ell t u 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80 -11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. See Technical Provision A -100. END OF SECTION 80 Renton Municipal Airport 00710 -45 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 Intentionally Left Blank AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Renton Municipal Airport 00710 -46 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 ' FAA General Provisions ' Section 90 Measurement and Payment ' 90 -01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 sq ft or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of in. The term "ton" will mean the short ton consisting of 2,000 lb avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Renton Municipal Airport 00710 -47 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 °F or will be corrected to the volume at 60 °F using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. If no work is performed on the lump sum item, no payment shall be made to the Contractor for that item of work. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently .installed commercial scales. Scales shall be accurate within one -half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -48 1 !1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions ' Scale installations shall have available ten standard 50 -pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting- accuracy test will be reduced by the percentage of error in excess of one -half of 1 percent. In the event inspection reveals the scales have been underweighing (indicating less than correct 1 weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. ' All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90 -02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90 -03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased: expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90 -04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Renton Airport Municipal Ai - p rp 00710 49 ' Taxiway B System Rehabilitation — South Portion Reconstruction Renton Municipal Airport 00710 -50 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90 -05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. ' Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her Renton Municipal Airport 00710 -50 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions stock, that the quantity claimed was actually used, and that the price and transportation claimed ' represent the actual cost to the Contractor. 1 90 -06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95 %) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90 -07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -51 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90 -08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90 -06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90 -09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -52 ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. l If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 Renton � Municipal Airport 00710 -53 p Taxiway B System Rehabilitation — South Portion Reconstruction r 12/2011 Intentionally Left Blank AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Renton Municipal Airport 00710 -54 Taxiway B System Rehabilitation — South Portion Reconstruction I � III I � I 1 1 1 11 J 1, � f I � 1 1 1 12/2011 1 1 1 1 t AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Section 100 Contractor Quality Control Program SEE TECHNICAL PROVISION A -103 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -55 12/2011 Intentionally Left Blank AC 150 /5370 -1OF (NOTICE F -1) I Section 00710 FAA General Provisions Renton Municipal Airport 00710 -56 Taxiway B System Rehabilitation — South Portion Reconstruction t 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) 110 -01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the contractor that, in order to consistently offset the contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110 -02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X =(X1 +X2 +X3 +...Xn) /n Where: X = Sample average of all sublot values within a lot X1, x2 = Individual sublot values Renton Municipal Airport 00710 -57 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 n = Number of sublots AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d12 + d22 + d32 + .. Ant) /(n- 1)]1/2 Where: Sn = Sample standard deviation of the number of sublot values in the set dl, d2 = Deviations of the individual sublot values x1, x2, ... from the average value X that is: dl = (xl - X), d2 = (x2 - X) ... do = (xn - X) n = Number of sublots L For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL =(X -L) /Sn Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL= (X -L) /Sn AND Qu= (U -X) /Sn Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit Renton Municipal Airport 00710 -58 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 1 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P -401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A -1 = 96.60 A -2 = 97.55 A -3 = 99.30 A -4 = 98.35 n =4 2. Calculate average density for the lot. X =(X1 +X2 +X3 +...x„) /n X= (96.60 +97.55 +99.30 +98.35) /4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. S„ = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 - 97.95)2 + (98.35 - 97.95)2)) / (4 - 1)]" S,,= [(1.82 +0.16 +1.82 +0.16)/3]12 Si, = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L =96.3) QL =(X -L) / S„ QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A -1 = 5.00 A -2 = 3.74 A -3 = 2.30 A -4 = 3.25 2. Calculate the average air voids for the lot. X =(XI +X2 +X3 ... n) /n X= (5.00 +3.74 +2.30 +3.25)/4 X = 3.57 percent Renton Municipal Airport 00710 -59 Taxiway B System Rehabilitation - South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 +(3.57-2.3 0)2 + (3.57 - 3.25)2) / (4 - 1)]1/2 Sn= [(2.04 +0.03 +1.62 +0.10)/3]12 Sn =.1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL= (X -L) /Sn QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL =97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) QU= (U -X) /Sn QU= (5.00- 3.57)/1.12 QU = 1.2702 7. Determine PU by entering Table 1 with QU = 1.29 and n = 4. PU =93 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 PWL = (97 + 93) - 100 = 90 Renton Municipal Airport 00710 -60 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E 178) Project: Example Project Test Item: Item P -401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A -3 = 99.30 A -4 = 98.35 A -2 = 97.55 A -1 = 96.60 2. Use n =4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average) /(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A -3, check if ( 99.30 - 97.95 ) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement) /(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A -1, check if ( 97.95 - 96.60 ) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. NOTE: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63 percent OR less than (97.95 - 1.463 x 1.15) = 96.27 percent. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -61 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Limits (PL and Pu) Positive Values of Q (QL and Qu) . n =3 n=4 n =5 n =6 n =7 n =8 n=9 n =10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 1 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 1 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 1 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 02822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 1 0.0264 1 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 1 0.0000 0.0000 0.0000 Renton Municipal Airport 00710 -62 Taxiway B System Rehabilitation - South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) Section 00710 FAA General Provisions Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n =3 n=4 n =5 n =6 n =7 n =8 n =9 n =10 49 - 0.0363 - 0.0300 - 0.0281 - 0.0272 - 0.0267 - 0.0264 - 0.0262 - 0.0260 48 - 0.0725 - 0.0600 - 0.0562 - 0.0544 - 0.0534 - 0.0528 - 0.0524 - 0.0521 47 - 0.1087 - 0.0900 - 0.0843 - 0.0817 - 0.0802 - 0.0793 - 0.0786 - 0.0781 46 - 0.1447 - 0.1200 - 0.1125 - 0.1090 1 - 0.1070 - 0.1057 - 0.1049 - 0.1042 45 - 0.1806 - 0.1500 - 0.1406 - 0.1363 - 0.1338 - 0.1322 - 0.1312 - 0.1304 44 - 0.2164 - 0.1800 - 0.1688 - 0.1636 - 0.1607 - 0.1588 - 0.1575 - 0.1566 43 - 0.2519 - 0.2100 - 0.1971 - 0.1911 - 0.1877 - 0.1855 - 0.1840 - 0.1829 42 - 0.2872 - 0.2400 - 0.2254 - 0.2186 - 0.2147 - 0.2122 - 0.2105 - 0.2093 41 - 0.3222 - 0.2700 - 0.2537 - 0.2461 - 0.2418 - 0.2391 - 0.2372 - 0.2358 40 - 0.3568 - 0.3000 - 0.2822 - 0.2738 - 0.2691 - 0.2660 - 0.2639 - 0.2624 39 - 0.3911 - 0.3300 - 0.3107 - 0.3016 1 - 0.2964 - 0.2931 - 0.2908 - 0.2892 38 - 0.4251 - 0.3600 - 0.3392 - 0.3295 - 0.3239 - 0.3203 - 0.3179 - 0.3161 37 - 0.4586 - 0.3900 - 0.3679 - 0.3575 - 0.3515 - 0.3477 - 0.3451 - 0.3432 36 - 0.4916 - 0.4200 - 0.3967 - 0.3856 - 0.3793 - 0.3753 - 0.3725 - 0.3705 35 - 0.5242 - 0.4500 - 0.4255 - 0.4139 - 0.4073 - 0.4030 - 0.4001 - 0.3980 34 - 0.5563 - 0.4800 - 0.4545 - 0.4424 - 0.4355 - 0.4310 - 0.4280 - 0.4257 33 - 0.5878 - 0.5100 - 0.4836 - 0.4710 - 0.4638 - 0.4592 - 0.4560 - 0.4537 32 - 0.6187 - 0.5400 - 0.5129 - 0.4999 - 0.4924 - 0.4877 - 0.4844 - 0.4820 31 - 0.6490 - 0.5700 - 0.5423 - 0.5290 - 0.5213 - 0.5164 - 0.5130 - 0.5105 30 - 0.6787 - 0.6000 - 0.5719 - 0.5582 - 0.5504 - 0.5454 - 0.5419 - 0.5394 29 - 0.7077 - 0.6300 - 0.6016 - 0.5878 - 0.5798 - 0.5747 - 0.5712 - 0.5686 28 - 0.7360 - 0.6600 - 0.6316 - 0.6176 - 0.6095 - 0.6044 - 0.6008 - 0.5982 27 - 0.7636 - 0.6900 - 0.6617 - 0.6477 - 0.6396 - 0.6344 - 0.6308 - 0.6282 26 - 0.7904 - 0.7200 - 0.6921 - 0.6781 1 - 0.6701 - 0.6649 - 0.6613 - 0.6587 25 - 0.8165 - 0.7500 - 0.7226 - 0.7089 - 0.7009 - 0.6958 - 0.6922 - 0.6896 24 - 0.8417 - 0.7800 - 0.7535 - 0.7401 - 0.7322 - 0.7271 - 0.7236 - 0.7211 23 - 0.8662 - 0.8100 - 0.7846 - 0.7716 - 0.7640 - 0.7590 - 0.7556 - 0.7531 22 -0.8897 - 0.8400 - 0.8160 - 0.8036 - 0.7962 - 0.7915 - 0.7882 - 0.7858 21 - 0.9124 - 0.8700 - 0.8478 - 0.8360 - 0.8291 - 0.8245 - 0.8214 - 0.8192 20 - 0.9342 - 0.9000 - 0.8799 - 0.8690 - 0.8625 - 0.8583 - 0.8554 - 0.8533 19 - 0.9550 - 0.9300 - 0.9123 - 0.9025 1 - 0.8966 - 0.8928 - 0.8901 - 0.8882 18 - 0.9749 - 0.9600 - 0.9452 - 0.9367 - 0.9315 - 0.9281 - 0.9258 - 0.9241 17 - 0.9939 - 0.9900 - 0.9785 - 0.9715 - 0.9671 - 0.9643 - 0.9624 - 0.9610 16 - 1.0119 - 1.0200 - 1.0124 - 1.0071 - 1.0037 - 1.0015 - 1.0000 - 0.9990 15 - 1.0288 - 1.0500 - 1.0467 - 1.0435 - 1.0413 - 1.0399 - 1.0389 - 1.0382 14 - 1.0448 - 1.0800 - 1.0817 - 1.0808 - 1.0800 - 1.0794 - 1.0791 - 1.0789 13 - 1.0597 - 1.1100 - 1.1173 - 1.1192 - 1.1199 - 1.1204 - 1.1208 - 1.1212 12 - 1.0736 - 1.1400 - 1.1537 - 1.1587 1 - 1.1613 - 1.1630 - 1.1643 - 1.1653 11 - 1.0864 - 1.1700 - 1.1909 - 1.1995 - 1.2043 - 1.2075 - 1.2098 - 1.2115 10 - 1.0982 - 1.2000 - 1.2290 - 1.2419 - 1.2492 - 1.2541 - 1.2576 - 1.2602 9 - 1.1089 - 1.2300 - 1.2683 - 1.2860 - 1.2964 - 1.3032 - 1.3081 - 1.3118 8 - 1.1184 - 1.2600 - 1.3088 - 1.3323 - 1.3461 - 1.3554 - 1.3620 - 1.3670 7 - 1.1269 - 1.2900 - 1.3508 - 1.3810 - 1.3991 - 1.4112 - 1.4199 - 1.4265 6 - 1.1342 - 1.3200 - 1.3946 - 1.4329 - 1.4561 - 1.4717 - 1.4829 - 1.4914 5 - 1.1405 - 1.3500 - 1.4407 - 1.4887 1 - 1.5181 - 1.5381 - 1.5525 - 1.5635 4 - 1.1456 - 1.3800 - 1.4897 - 1.5497 - 1.5871 - 1.6127 - 1.6313 - 1.6454 3 - 1.1496 - 1.4100 - 1.5427 - 1.6181 - 1.6661 - 1.6993 - 1.7235 - 1.7420 2 - 1.1524 - 1.4400 - 1.6016 - 1.6982 - 1.7612 - 1.8053 - 1.8379 1 - 1.8630 1 - 1.1541 - 1.4700 - 1.6714 - 1.8008 - 1.8888 - 1.9520 - 1.9994 1 - 2.0362 END OF SECTION 110 Renton Municipal Airport 00710 -63 Taxiway B System Rehabilitation - South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Section 00710 FAA General Provisions �. Intentionally Left Blank 1 r'' E s t t n Renton � Municipal Airport 00710 -64 p Taxiway B System Rehabilitation — South Portion Reconstruction I � I � I 12/2011 Section 120 Nuclear Gauges AC 150/5370 -1OF (NOTICE F -1 Section 00710 FAA General Provisions 120 -01 TESTING. When the specifications provide for nuclear gauge acceptance testing of material, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM D 6938. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards. When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular daily intervals. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 6938 is used. 120 -02 VERIFICATION TESTING. (For Item P -152 only.) The Engineer may at their discretion verify the Contractor's maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of, (1) compacting the material and determining the dry density and moisture- density in accordance with ASTM D 1557, and (2) comparing the result with the laboratory moisture- density curves for the material being placed. This verification process is commonly referred to as a "one -point Proctor ". If the material does not conform to the existing moisture- density curves, the Engineer will ' establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 1557. ' Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 Renton Municipal Airport p iP Taxiway B System Rehabilitation — South Portion Reconstruction 00710 -65 12/2011 Intentionally Left Blank AC 150 /5370 -1OF (NOTICE F -1) . Section 00710 FAA General Provisions Renton Municipal Airport 00710 -66 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions Table of Contents 1.01 STANDARD SPECIFICATIONS APPLICABLE TO CONTRACT ......................... ..............................3 1.02 CONFLICTING CONDITIONS .................................................................................... ..............................3 1.03 COMPENSATION INSURANCE ................................................................................. ..............................3 1.04 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE .......................... ..............................4 1.05 GUARANTEE ................................................................................................................. ..............................5 1.06 MAINTENANCE OF TRAFFIC - SEE TECHNICAL PROVISION A- 100 ............ ..............................5 1.07 CONSTRUCTION SURVEY CONTROL - SEE TECHNICAL PROVISION A- 110 ...........................5 1.08 DISTRIBUTION OF EXECUTED CONTRACTS ...................................................... ..............................5 1.09 MEASUREMENT AND PAYMENT ............................................................................ ..............................6 1.10 ACCEPTANCE OF CONSTRUCTION ....................................................................... ..............................6 1.11 RADIO COMMUNICATIONS ...................................................................................... ..............................6 1.12 WORK SCHEDULE ....................................................................................................... ..............................6 1.13 TIME FOR COMPLETION .......................................................................................... ..............................6 1.14 FAILURE TO COMPLETE WORK ON TIME - LIQUIDATED DAMAGES ........ ..............................7 1.15 PERMITS, SURVEYS AND COMPLIANCE WITH LAWS ..................................... ..............................7 1.16 ENVIRONMENTAL PROTECTION ........................................................................... ..............................8 1.17 HAUL ROADS ................................................................................................................ ..............................8 1.18 EXISTING RUNWAY AND TAXIWAY LIGHTS ...................................................... ..............................9 1.19 UTILITIES ...................................................................................................................... ..............................9 1.20 SPECIAL PROVISIONS FOR PROTECTION OF CABLES, NAVAIDS AND FACILITIES ............ 9 1.21 NOTICE OF NONDISCRIMINATION IN EMPLOYMENT (SF -38 FORMS) ...... .............................10 1.22 NON - COLLUSION AFFIDAVIT ................................................................................. .............................10 1.23 RETAINAGE .................................................................................................................. .............................10 1.24 WAGE RATES ............................................................................................................... .............................11 1.25 PROJECT MANUAL DOCUMENTS ......................................................................... .............................11 1.26 'ADDITIONAL INFORMATION AVAILABLE FOR BIDDERS ............................. .............................11 1.27 TERMINATION FOR DEFAULT ............................................................................... .............................11 1.28 COMPLIANCE WITH STATE OF WASHINGTON LAWS ................................... .............................13 1.29 PROPOSED SUBCONTRACTORS (SECTION 00420) ............................................ .............................13 1.30 FAA ADVISORY CIRCULARS ................................................................................... .............................15 1.31 CONTRACTOR'S CONSTRUCTION SCHEDULE ................................................. .............................15 Renton Municipal Airport 00801 -1 Taxiway B System Rehabilitation - South Portion Reconstruction Section 00801 Special Provisions Intentionally Left Blank Renton Municipal Airport 00801 -2 Taxiway B System Rehabilitation — South Portion Reconstruction � I � I u � I � I � I � I � I � I 1 1 � I Section 00801 Special Provisions 1.01 Standard Specifications Applicable to Contract The FAA General Provisions, Special Provisions, FAA Special Provisions, and Technical Provisions are hereby made a part of this Contract. Where the Washington State Department of Transportation, Standard Specifications and Standard Drawings for Road, Bridge and Municipal Construction, current edition, hereinafter referred to as "Washington State Specifications and Washington State Standards," are referenced in the subsequent Technical Provisions, only that section and any amendments thereto made in the Technical Provisions shall become and be incorporated as a part of this Contract. The Contractor, by execution of this Contract, certifies that he /she has a copy of the current Standard Specifications, is thoroughly familiar with the contents and requirements of these documents, and will abide by them. Divisions 2 through 9 of the Standard Specifications are further amended by the following: A. The Owner of this project is the City of Renton. All references in the specifications to the Washington State Department of Transportation shall be understood to refer to and mean the Owner. B. The Engineer referenced in these specifications is Reid Middleton, Inc., as employed by the Owner to prepare the Drawings and Project Manual and provide technical assistance for this project. 1.02 Conflicting Conditions In case of discrepancies, special provisions shall govern over technical provisions and drawings, and technical provisions shall govern over standard specifications. On the plans or drawings, figure dimensions shall govern over scaled dimensions. In case of any ambiguity over interpretation of the provisions of the Contract, the decision of the Engineer shall be followed. 1.03 Compensation Insurance The Contractor shall take out and maintain during the life of this Contract Worker's Compensation Insurance for all of its employees at the site of the project; and, in case any work is sublet, the Contractor shall require the subcontractors similarly to provide Worker's Compensation Insurance for all the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the project is not protected under Worker's Compensation statutes, the Contractor shall provide and cause each subcontractor to provide compensation insurance with a private company in an amount equivalent to that provided by the Worker's Compensation statute for the protection of its employees not otherwise protected. Renton Municipal Airport p rP ' Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -3 Section 00801 Special Provisions State: Statutory Federal (including Longshoreman's): Statutory 1.04 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force during the term of the Contract, public liability and property damage insurance in companies and in form to be approved by the Owner. Said insurance shall provide coverage to the Contractor and subcontractor performing Work provided by this Contract, the Engineer, and the Owner. The Owner and Reid Middleton, Inc., shall be named as additional insureds on said policy insofar as the Work and obligations performed under the Contract are concerned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages that may arise from any act or omission of the Contractor or the subcontractor or by anyone directly or indirectly employed by either of them. The City of Renton requires the industry standards: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite.) • $1,000,000 Excess Liability (if required in contract; can be in tandem with CGL) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if required in contract) The following persons or entities shall be identified as insureds or additional insureds under the required liability policies. Name the City of Renton as a Primary and Non- contributory Additional Insured on the policy. Due to a statement found at the upper right of the ACORD form, please provide the endorsement pages from the policies, evidencing Primary and Non - contributory coverage. City of Renton 1055 South Grady Way Renton, WA 98057 2. Reid Middleton, Inc. 728 134th Street SW, Suite 200 Everett, WA 98204 Put descriptive text of the project in the "Description of Operations" box. The certificate holder should read: City of Renton ATTN: Jonathan Wilson 1055 South Grady Way Renton, WA 98057 Renton Municipal Airport 00801 -4 Taxiway B System Rehabilitation — South Portion Reconstruction I � I � I I I I I I u I I I I �, I 1 Section 00801 Special Provisions Modify the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation within two business days of their receipt of such notice. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. Property insurance shall be provided by the Owner to the full insurable value of the Work and in accordance with Section 00710, FAA General Provisions. A copy of the insurance policy or a certificate of insurance, as required by the Owner, together with a copy of the endorsement naming the Owner and additional insureds shall be provided to the Owner and Reid Middleton. 1.05 Guarantee All Work shall be guaranteed by the Contractor against defects resulting from the use of inferior, defective materials, equipment, or workmanship for one year from the date of final acceptance of the Contract. 1.06 Maintenance of Traffic — See Technical Provision A -100. 1.07 Construction Survey Control — See Technical Provision A -110. 1.08 Distribution of Executed Contracts Each Contract shall be executed in four original counterparts and no more, and there shall be executed original counterparts of the Contractor's performance and payment bonds in equal number to the executed original counterparts of the Contract. One copy of such executed documents will be retained by the Owner, one copy will be delivered to the Contractor, one copy will be delivered to the Engineer, and one copy will be delivered to FAA. The cost of executing the bonds, Contract, and insurance, including all notarial fees and incidental expenses, shall be paid by the Contractor to whom the Contract is awarded. Renton Municipal Airport 00801 -5 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 1.09 Measurement and Payment Measurement and payment will be for items listed in the bid form only or as modified herein. All other items required for the Work shall be considered incidental to the construction. Payment will be made to the Contractor on a once - monthly basis for work completed through the end of each month. 1.10 Acceptance of Construction A notification of Project Completion will be issued to the Contractor, upon satisfactory completion of the project. The guaranty period, as indicated in this Project Manual, shall begin on the date of the notice. 1.11 Radio Communications Section 70 -07 shall be amended as follows: Radio communication is required between the Contractor's representative, the Air Traffic Control Tower (ATCT), and airport operations personnel when operating within airport operation areas as described in the CSPP. The Contractor shall supply hand -held aviation radios for all flaggers as designated in the Safety and Phasing Drawings, for tower communication, Icom, Model ICA3, or approved substitute, and one airport communication radio, Motorola, Model HT 10-00 16 channel UHF radio, or approved substitute. The cost for such radios will not be paid for directly but is incidental to other bid items. 1.12 Work Schedule Section 80 -03 shall be amended as follows: Within five days after the award of Contract, the Contractor shall file with the Engineer a construction schedule prepared and submitted as described in 00801 Special Provisions, Article 1.31; a plan of construction; and the proposed detailed method of carrying on the Work, including a full statement of equipment and equipment layout for the job. 1.13 Time for Completion In compliance with Section 80 -07, the following shall be considered part of the Contract: Phase Allowed Construction Time 1 South TW B7 Connection & infield south of 10 calendar days Sta 22 +50 2 TW B Sta 26 +70 to Sta 29 +35 and TW B 12 calendar days Connection (may overlap with Phase 3) Renton Municipal Airport 00801 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 1.14 1.15 Section 00801 Special Provisions 3 TW B Sta 22 +50 to Sta 26 +70 14 calendar days Damages Cost 1 (7/15/13 — 7/29/13) 4 TW B Sta 15 +91 to Sta 22 +50 & Temporary 14 calendar days Taxiway Construction TW B Sta 26 +70 to Sta 29 +35 and TW B 5 TW B Sta 10 +87 to Sta 11 +50 12 calendar days 6 Restore temporary construction entrance, 3 calendar days $6,000 per day temporary taxiway and construction haul route TW B Sta 15 +91 to Sta 22 +50 & Temporary The Contractor agrees to complete the Work of the Contract within 63 calendar days of the Notice to Proceed. Failure to Complete Work on Time - Liquidated Damages In compliance with Section 80 -08, the following shall be considered part of the Contract: In the event the Contractor fails to complete the Work hereunder within the minimum time fixed in these specifications plus the total of any authorized extensions, the sum reflected in the table below shall be deducted from monies otherwise due or to become due the Contractor under this Contract for liquidated damages. Phase Liquidated Damages Cost 1 South TW B7 Connection & infield south of $3,000 per day Sta 22 +50 2 TW B Sta 26 +70 to Sta 29 +35 and TW B $3,000 per day Connection 3 TW B Sta 22 +50 to Sta 26 +70 $6,000 per day 4 TW B Sta 15 +91 to Sta 22 +50 & Temporary $3,000 per day Taxiway Construction 5 TW B Sta 10 +87 to Sta 11 +50 $3,000 per day 6 Restore temporary construction entrance, $3,000 per day temporary taxiway, and construction haul route Permits, Surveys and Compliance with Laws The Contractor shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the Work and required by municipal, state, and federal regulations and laws, as pertains particularly to permits for transportation of materials and equipment or other operations that are not a specific requirement of the Contract. This includes permits and requirements for burning and blasting. The Contractor shall give all notices, pay all Renton Municipal Airport 00801 -7 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions fees and taxes, and comply with all federal, state, and municipal laws, ordinances, rules and regulations, and building and construction codes bearing on the conduct of the Work. The Contractor shall provide test results from a certified testing lab showing that all crushed materials incorporated into the project do not contain levels of arsenic greater than 20 mg/kg as tested by EPA Method 7060A. Materials that require testing are all crushed material containing greater than 5 percent passing the #4 sieve. Along with the test results, the Contractor shall provide certification stating that materials tested are representative of the materials that will be delivered. All testing results and certification shall be submitted with a "Request for Approval of Material Source" form delivered to the Engineer a minimum of 10 working days prior to bringing any material on site. The source for the material shall be approved prior to using the material. The Engineer reserves the right to test at any time during the project for the presence of arsenic in accordance with this specification. If arsenic at or above 20 mg/kg is detected in the material, the Contractor shall remove all affected materials from the site at Contractor's expense. This shall not constitute a reason for any reimbursement to the Contractor for time or money. All testing performed and costs borne by the Contractor shall be included in the unit contract price for that material. 1.16 Environmental Protection Add the following to Section 70 -19: Compliance with clean air and environmental quality acts as passed by the U.S. Government, state of Washington, and local agencies shall be mandatory to the Contractor in the performance of the Work. The Contractor shall provide a Certified Erosion and Sediment Control Lead (CESCL) for the duration of the project. The Department of Ecology (DOE) Notice of Intent responsibilities shall be transferred to the Contractor for the duration of construction. 1.17 Haul Roads The Contractor shall obtain approval from the Engineer prior to establishing haul roads. Once established, these haul roads shall be utilized for all equipment traffic, and the equipment shall not be allowed to stray or wander away from the established route. The Contractor shall maintain the haul roads and keep them in good order at all times. Water, when required, shall be applied at the locations and in the amounts as directed by the Engineer to minimize dust and dirt. Haul roads across the existing apron areas shall be kept clean and in good order at all times. The Contractor shall repair any damages caused by the movement of equipment on any of the haul roads, whether in designated or undesignated areas. The performance of any work as specified by this provision, Renton Municipal Airport 00801 -8 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions including watering, maintaining, and repairing haul roads, shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor. The Contractor shall give special attention to keeping construction debris and materials free from airport ramps, taxiways, and runways. Such debris or materials shall be cleaned up and off these areas immediately. Dust from construction shall be kept at a minimum and under close control. 1.18 Existing Runway and Taxiway Lights The Contractor will be charged $200 for each existing runway or taxiway light damaged. This payment shall be made directly to the Owner who will make the necessary repairs. 1.19 Utilities Any utilities required by the Contractor for the performance of the Work shall be paid for by said Contractor. The Contractor shall locate, protect, and repair, if damaged, any utilities encountered. 1.20 Special Provisions for Protection of Cables, NAVAIDS and Facilities 1. The contractor is informed that there may be FAA facilities installed on the airport. The facilities and associated cables shall be protected during construction. Work under this contract can be accomplished in the vicinity of these facilities and cables only at approved periods of time. Approval is subject to withdrawal at any time because of changes in weather, emergency conditions, or for any other reason determined by the airport manager or the local FAA sector representative. Any instructions to the contractor to clear any given area, at any time, by the engineers, the airport manager or the FAA Control tower (by radio or other means) shall be immediately executed. Construction work shall resume in the cleared area only when the proper authorities issue additional instructions. Renton � Municipal Airport 00801 -9 p Taxiway B System Rehabilitation — South Portion Reconstruction 2. These special provisions intend to make perfectly clear the need for protection of FAA facilities and cables by this contractor at all times. ' 3. The approximate location of underground cables will be shown on the construction drawings. The contractor shall notify the resident engineer at least 48 hours before excavation begins so cable routes can be marked in the field. The contractor shall use whatever means necessary, including a cable locator, to locate the utilities before excavation. All identified cable crossings shall be hand excavated before mechanical equipment is used. Thereafter, through the entire time of this construction, the contractor shall protect cables from any possible damage. Renton � Municipal Airport 00801 -9 p Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 4. The contractor shall immediately repair, by skilled workmen, any underground cables serving FAA or other airport facilities, which are damaged by his workmen. Prior approval of the FAA must be obtained for the materials, workmen, time of day or night, method of repairs, and for any temporary or permanent repairs the contractor proposed to make to any FAA NAVAIDS and facilities damaged by the contractor. Prior approval of the engineer or of the airport manager must be obtained for repairs the contractor proposes to make to any other airport facilities and cables damaged by the contractor. 5. It is recognized that the airport owner may incur costs for employees' salaries, engineering fees, and otherwise in connection with the damage caused by the contractor; and consequently that the airport owner may incur loss of income by reason of the diversion of aircraft traffic from the airport resulting from interruption of the use of airport facilities. In addition to the obligation of the contractor to immediately repair any identified cables or facilities damaged by the contractor, any loss of income or cost incurred by the airport owner shall be recovered from the contractor, the surety, or from both. The amounts of these deductions are not considered penalties. 6. If damage to or cutting of FAA cables results from this project, the cables shall be repaired or spliced in accordance with FAA Specification 1391 a "Installation and Splicing of Underground Cables" and the repairs shall be approved by the FAA before burial. 1.21 Notice of Nondiscrimination in Employment (SF -38 Forms) No contractor shall perform any work on the project until a suitable SF -38 form is posted and copies filed thereof with all labor sources as provided in Section 3, "Equal Employment Opportunity," of Section 00802, FAA Special Provisions. 1.22 Non - Collusion Affidavit Each bid shall be accompanied by a properly executed non - collusion affidavit on the form furnished in the project manual. 1.23 Retainage Section 90 -06 shall be amended as follows: From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in Section 00710, FAA General Provisions, paragraph titled "Payment of Withheld Funds." Contractor shall declare its options on the form provided in Section 00560, Renton Municipal Airport 00801 -10 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions ' Progress Payment Retention. 1.24 Wage Rates The Contractor shall pay the rate that is highest of the Washington State or Federal labor rate. A schedule of applicable federal and state wage rates is included in Sections 00810 and 00815 and shall be a part of this Project Manual. ' Also, in conformity with RCW 39.12 (laws of the state of Washington) and subsequent amendments, no laborer, worker, or mechanic employed under this Contract shall be paid less than the minimum hourly rate of wage for his/her trade or occupation that prevails in ' the facility where the Work is to be performed. The Contractor shall file a statement under oath, on or before the date of commencement ' of the Work, with the Owner and the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of contractor that shall be not less than the prevailing rate of wage. Such statement and any supplemental statements that ' may be necessary shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. ' "Zone" pay, as identified in the Federal prevailing wage rates, shall be determined by measuring the road miles over the shortest practical maintained route from the county courthouse of the named town to the center of the job. 1.25 Project Manual Documents ' The documents herewith bound together in this Project Manual and labeled AIP Project No. 3 -53- 0055 -024, or included herein by reference, together with the Drawings listed and described on the drawing title sheet, are all made a part of the Contract. 1.26 Additional Information Available for Bidders ' Soils information is available at the Engineer's office. The soils data are submitted for information only, and the Owner assumes no responsibility for the accuracy of the data, nor does the Owner guarantee that no other materials will be encountered or that the proportions of materials will not vary. The Contractor shall make such investigations as is felt necessary before the time of bidding on the Work. 1.27 Termination for Default ' A. A Determination for Default. If the Contractor: 1. Refuses or fails to supply sufficient skilled workers or materials of the specified quality, or 2. Fails to prosecute the Work continuously to completion with promptness and diligence, or Renton rP Municipal Airport 00801 -11 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 3. Fails to perform any of its obligations under the Contract, or 4. Becomes insolvent, is declared bankrupt, commits any acts of bankruptcy or insolvency, or makes an assignment for the benefit of its creditors, the Owner may, by serving written notice to the Contractor and its Surety: 1. Transfer the performance of the Work from the Contractor to its Surety, or 2. Provide such sufficiency of labor or materials as required and deduct the costs thereof from any money due or coming due to the Contractor under the Contract, or 3. Terminate the Contract. The election of the Owner to pursue one remedy will not bar the Owner from pursuing other remedies on the same or subsequent breaches. Upon receipt of a notice that the Work is being transferred to the surety, the surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under the Contract and employ by contract or otherwise any person or persons satisfactory to the Owner to finish the Work and provide the materials therefore without termination of the Contract. Such employment shall not relieve the surety of its obligations under the Contract and the bond. If there is a transfer to the surety, payments on estimates covering work subsequent to such transfer shall be made to the extent permitted under law to the surety or its agent without any right of the Contractor to make any claim thereon. If the Owner terminates the Contract by any of the means provided above, the Contractor shall not be entitled to receive any further payment on the Contract until the Work has been performed fully, at which time, if the unpaid balance of the amount to be paid under the Contract due the Contractor shall exceed the expenses incurred by the Owner in completing the Work, including all increased costs for completing the Work, all damages sustained or that may be sustained, by the Owner by reason of such refusal, neglect, failure, or discontinuance of work by the Contractor, such excess shall be paid by the Owner to the Contractor; and its Surety shall be jointly and severally liable therefore to the Owner and shall pay the difference to the Owner on demand. B. Termination for Public Convenience. The Owner may terminate the Contract in whole, or from time to time in part, whenever: The Contractor is prevented from proceeding with the Work as a direct result of an executive order of the President with respect to the prosecution of war or in the interest of national defense;; or an Executive Order of the President or Governor of the state with respect to the preservation of energy sources, or Renton Municipal Airport 00801 -12 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 2. The Contractor is prevented from proceeding with the Work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such restraining order is caused primarily by acts or omissions of persons or agencies other than the Contractor, or The Owner determines that such terminations are in the public's best interest. C. Payment for Termination for Public Convenience. Whenever the Contract is terminated in whole or in part in accordance with paragraph B above before completion of all items of the Work, payment will be made for the actual work performed at unit contract prices for completed items of the Work. Partially completed items of the Work shall be paid for by agreed prices or by force account. D. Arbitration of Disputes. After receipt of a Notice of Termination in accordance with paragraph B above, the Contractor shall submit its termination claim to the Engineer in sufficient detail to enable the Engineer to ascertain the basis and amount of such claim. The claim shall be submitted promptly but in no event later than 60 days from the effective date of termination. The Contractor shall ' pursue resolution of its claim through the established administrative channel to the office of the Engineer. The Contractor agrees to make its records available to the extent deemed necessary by the Owner to verify the claim. In the event the ' claim is not resolved and an agreement reached at the office of the Engineer, the Contractor may appeal to the Owner for determination. The decision of the Owner or Owner's representatives shall be final. 1.28 Compliance with State of Washington Laws ' Contractor and subcontractors shall comply with all applicable laws of the state of Washington. 1.29 Proposed Subcontractors (Section 00420) Bidders shall complete and submit Section 00420, Proposed Subcontractors, with their ' bids. Part I of Section 00420 shall include a listing of all Work to be performed by the Bidder and Bidder's subcontractors. Part Il shall list all firms quoting or bidding work that will not be performed. Both articles shall be completed in their entirety, including: 1. Part I - Work to be Performed by Bidder and Subcontractors: a. The Bidder shall list itself and all subcontracting firms that will be performing work on the project. Renton Munici al Ai ort 00801 -13 p � Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions b. For heating, ventilation and air conditioning, and plumbing (as defined by RCW Chap. 18.106) and electrical work (as defined by RCW Chap. 19.28), Bidder shall either identify itself or its subcontractors. Bidder shall write "No Work" in the second column (next to the category of work) if Bidder believes such work is not part of the scope of work. C. For work other than heating, ventilation and air conditioning, plumbing, and electrical, Bidder shall identify the type of work to be performed in the "Work Category" column. d. Bidder shall provide Contractors' names and business license numbers in the second column. Bidder shall provide the contract value for each type of work in the "Contract Value" column. Grand total for the "Contract Value" column shall equal amount of Bid. f. Bidder shall provide the percentage of contract for each contractor in the "% of Contract Price" column. Grand total for "% of Contract Price" column shall equal 100 percent. g. Bidder shall indicate Y for "yes" and N for "no" if the contractor is a certified DBE company. h. Bidder shall indicate the age of each listed company in the "age of firm" column. Bidder shall use the following values to identify the annual gross receipts in the " *GRS" column: 1 = Less than $1 Million 2 = More than $1 Million, Less than $5 Million 3 = More than $5 Million, Less than $10 Million 4 = More than $10 Million, Less than $15 Million 5 = More than $15 Million 2. Part II — Work Quoted or Bid that will not be Performed on the Project: Bidder shall list all subcontracting firms for which they received quotes or bids but whose work will not be performed on this project. 3. If additional space is needed, Bidder shall copy sheets from Section 00420 and attach them to the Bid. 4. Bidder shall sign and date Section 00420, Proposed Subcontractors, and submit with bid. 5. Failure to comply with these requirements may render the bid non - responsive. Renton Municipal Airport 00801 -14 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 1.30 FAA Advisory Circulars All FAA Advisory Circular references will be for the circular referenced or the current edition, whichever is applicable. 1.31 Contractor's Construction Schedule A. General A project Baseline Construction Schedule shall be developed by the Contractor, demonstrating how all contract requirements shall be performed. The Contractor shall update the schedule in accordance with the requirements of this section. The schedule shall be used by the Engineer to monitor the progress of the Work and administer the Contract. The schedule shall be developed using the Critical Path Method (CPM). The CPM shall be used for coordinating, planning, performing, and reporting the Work under this contract, including all activities of subcontractors, suppliers, vendors, and Owner activities that impact the work. The CPM schedule shall be developed using scheduling software that has the capability of a definitive "Data Date" that shows impacts to individual activities and the overall project where specific work elements are not proceeding as originally planned or have not started as scheduled. B. Pre - Construction Scheduling Conference Within ten (10) calendar days of the Contract Award, the Engineer will schedule and conduct a Pre - Construction Scheduling Conference with the Contractor's Construction Scheduler, General Superintendent, and Project Manager to initiate development of the Baseline Construction Schedule. The requirements of this section will be reviewed at this meeting. The Contractor shall review and discuss methodology for the development of the Baseline Construction Schedule and the development of sequence of operations, labor, equipment - loading, and cost. At the Pre - Construction Scheduling Conference, the Contractor shall submit all of the following items for approval: A summary- level, time - scaled CPM schedule for the project, identifying the various phases and work areas of the Contract as defined in the Project Manual. 2. A Work Breakdown Structure (WBS). 3. The associated alphanumeric coding structure to implement the WBS. 4. The activity identification system for labeling all Work activities. Renton Municipal Airport 00801 -15 Taxiway B System Rehabilitation — South Portion Reconstruction C. Section 00801 Special Provisions The WBS shall be set up as follows: CODE FIELD ACTIVITY DESIGNATION 1 Construction Phase 2 Bid Item 3 Activity type (submittal, review /approval, procurement/fabri cation, delivery, construction/installation, change order /notice of non-compliance) 4 Specification Section for payment 5 Entity responsible for activity performance (Contractor, subcontractor, supplier, etc.) Baseline Construction Schedule The Contractor shall submit the Baseline Construction Schedule for all Work on the project, from the Notice to Proceed date through Substantial Completion and Final Completion of the project, to the Engineer within ten (10) calendar days of the Pre - Construction Scheduling Conference. The Baseline Construction Schedule, when approved by the Engineer, will represent the Contractor's planned means, methods, and work sequencing for performance of the Contract. The Construction Scheduler, General Superintendent, and Project Manager shall meet with the Engineer, within ten (10) calendar days of the submittal of the Baseline Construction Schedule, to review and make any necessary adjustments or revisions to the Baseline Construction Schedule. The Contractor shall submit the revised Baseline Construction Schedule within seven (7) calendar days after receiving the Engineer's comments for approval. No construction work will be permitted and no progress payments will be made until the Engineer has approved the Baseline Construction Schedule. Approval of the Baseline Construction Schedule shall be the basis of progress payments made for Work performed during the project. The Contractor shall update the Baseline Construction Schedule monthly, as a part of the payment application process. The Baseline Construction Schedule shall include or be defined as follows: 1. The Baseline Construction Schedule shall be a cost, labor, and resource - loaded CPM schedule. Overhead, profit, general requirement costs, etc., shall be prorated throughout all the activities. Bond, insurance, and mobilization costs may be shown separately. The schedule of labor and costs shall be realistic and level, avoiding any unusual labor requirements. Cost - loaded activities shall roll up into the Contractor's bid item unit prices and /or such lump sum bid item breakdowns as the Engineer shall approve. Renton Municipal Airport 00801 -16 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 2. Upon approval by the Engineer, the Contractor shall use the Baseline Construction Schedule for executing the Work of the Contract, including planning, organizing, and directing the Work and reporting its progress. Excepting the reporting of Actual Start, Actual Finish, and Activity Progress, no independent changes shall be made to the Baseline Construction Schedule without the prior consent and approval of the Owner. 3. Sufficient code structure shall be established for all Work activities to enable a sort-by- activity code, or "rollup" of activities in the form of a Summary Schedule. The activity code structure will allow sufficient sorting capabilities to group by: phase, bid item, activity type (submittal, approval, change, etc.), specification section, responsibility (by subcontractor), etc. 4. A work activity is defined as a single task that requires time and resources (equipment, labor, and /or material) to complete in a continuous operation (excepting submittals, review /approval, and fabrication/procurement). No single activity shall contain less than one (1) or more than fourteen (14) working days in duration for any on -site operation. All holidays and non- working days shall be identified as calendar designations. Sufficient detail shall be provided for each activity to ensure adequate planning and execution of the work and enough detail that the schedule provides an appropriate basis for monitoring and evaluating the progress of the Work. ' 5. The Contractor shall not be excused from completing all work required within the time allowed for completion due to failure of the Contractor to include all required work elements for the performance of the Contract and completion of the Project, including all submittals, despite the Engineer's acceptance of the Baseline Schedule. 6. The interdependency and sequence of all Work activities shall be reflected on the Baseline Construction Schedule. Activities shall be linked primarily with finish -to -start (FS) relationships. Other types of ' relationships (such as finish -to -finish and start-to- finish relationships) shall be permitted only with prior written permission of the Engineer. Lags will not be used without the prior written permission of the Owner. In no case will positive lags be permitted in FS relationships. Constraints ' in the schedule shall be limited to those called for in the Contract. Any requested additional constraints on activities shall be kept to a minimum and subject to the written permission of the Engineer. Milestones shall be limited to one for the Notice to Proceed and one for Project Completion. 0 7. Critical Work activities are defined as Work activities which, if delayed or extended, will delay the scheduled completion date of the Work. Critical activities shall not exceed 25 percent of the total number of activities reflected in the schedule. Near critical work activities are defined as float Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -17 Section 00801 Special Provisions less than ten (10) days. 8. All other Work activities are defined as non - critical Work activities and are considered to have float. Float is defined as the time that a non - critical Work activity may be delayed or extended without delaying the scheduled completion of the project. Float time is not for the exclusive use or benefit of either Contractor or Owner. Neither Contractor nor Owner shall have an exclusive right to the use of float. The Contractor shall document the effect on the Updated Construction Schedule whenever float has been used. 9. Use of float time disclosed or implied by the use of alternate float suppression techniques shall be shared to the benefit of both Owner and Contractor. The Contractor shall not sequester float through strategies including extending activity duration estimates to consume available float, using preferential logic, using extensive or insufficient crew /resource loading, use of float suppression techniques like Zero Total Float constraints, special lead/lag logic restraints, or imposed dates. 10. An extension of Contract Time shall not be allowed for delays of non- critical Work until the delays consume the float associated with that non- critical Work activity and cause the Work activity to become critical. 11. A critical path activity titled "Remaining Inclement Weather Days" shall be included on the Baseline Contract Schedule. Inclement weather days are the average number of inclement weather days normally experienced within the region from the Notice to Proceed to Project Completion. It shall be the last activity in the schedule prior to the activity titled "Contract Completion." All preceding activities must pass through the Inclement Weather Days activity. When a critical path activity has been delayed because of inclement weather, the Contractor shall request an Inclement Weather Day. This request must occur in the same month as the inclement weather delay, and must be approved by the Engineer. The Remaining Inclement Weather Days activity shall not be statused with an actual start or finish date or percentage of completion. Rather, it is a graphical accounting tool where the original duration shall be reduced by the agreed -to weather impact. Inclement Weather Delays to non - critical activities will not be considered. If, at Completion, there are inclement weather days still remaining, the Completion date shall not be adjusted. If, at completion, additional inclement weather days are required, the Owner shall adjust the Completion date accordingly. Any time extension granted the Contractor due to inclement weather delays shall be in the form of non- compensable days. D. Construction Scheduler The Contractor shall employ or retain the services of a Construction Scheduler Renton Municipal Airport 00801 -18 Taxiway B System Rehabilitation — South Portion Reconstruction fl t r C' 1� I Section 00801 Special Provisions an individual who is part of the Contractor's management staff and dedicated to developing and maintaining the project construction schedule for the duration of this Contract. This individual may be the Project Manager if they are experienced in construction scheduling. The Scheduler shall have at least four (4) years of experience in the development, formulation, and maintenance of CPM schedule networks. The acceptability of the proposed scheduler will be at the sole discretion of the Engineer. E. Weekly Progress Reports Weekly progress meetings will be conducted during the construction of the project on a day of the week agreed upon by the Owner, the Engineer, and the Contractor. The Contractor shall submit two progress schedules as described below at the weekly progress meetings: 1. A progress schedule describing the activities in progress and completed for the previous week and the scheduled activities for the subsequent two (2) weeks. A color bar chart shall be included to display the information in graphic form. 2. A utility work/access alteration report and a schedule describing the activities in progress and completed for the previous week and the scheduled activities for the subsequent four (4) weeks. The activity designations shall be consistent with the activity designations in the Baseline Construction Schedule. This report and schedule shall include all Work on utilities and equipment, as well as shutdowns and access alterations for the previous week and the activities scheduled for the subsequent four (4) weeks. l� A joint monthly update review meeting shall be scheduled with the Contractor's Project Manager, Construction Scheduler, the Engineer, and representatives of all major Subcontractors and Suppliers to review the Updated Construction Schedule and computer tabulations. Prior to the monthly update review meeting, the Contractor shall obtain from his Subcontractors, Suppliers, and staff the necessary Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -19 F. Updated Construction Schedule ' Within the first week after approval of the Baseline Construction Schedule, the initial Monthly Updated Construction Schedule shall be submitted. The Contractor shall submit subsequent Monthly Updated Construction Schedules to the Engineer for review and approval seven (7) days before the end of each month throughout the duration of the Project. All updated or revised schedules shall be submitted in the same detail as the Baseline Construction Schedule, unless modified in writing by the Engineer, and shall include the written confirmation of ' the major Subcontractors and Suppliers. The Monthly Updated Construction Schedules shall be cost and resource loaded. l� A joint monthly update review meeting shall be scheduled with the Contractor's Project Manager, Construction Scheduler, the Engineer, and representatives of all major Subcontractors and Suppliers to review the Updated Construction Schedule and computer tabulations. Prior to the monthly update review meeting, the Contractor shall obtain from his Subcontractors, Suppliers, and staff the necessary Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -19 Section 00801 Special Provisions information as required to reflect progress to date. The joint monthly update review meeting shall be conducted for the purpose of verifying the following information: Percent complete of each activity. 2. Monetary value of Work in place and accepted. 3. Actual start dates (determined from the Contractor's daily field reports and confirmed with the Engineer's inspection reports). 4. Actual completion dates. (When an activity is deemed substantially complete by the Engineer, then such activity will no longer be treated as an activity affecting the critical path or successor activities on the project.) 5. Agree on any time extension for inclement weather delays for the month and update the duration of the "Remaining Inclement Weather Days" activity in the schedule as described in paragraph 1.3 1, C, Item 11. 6. Approved changes, time extensions, Field Memos, and RFIs. 7. Review the status of any outstanding Notices of Non - Compliance. 8. Review Job Memo correspondence. The proposed Updated Construction Schedule prepared by the Contractor shall include all information available as of the cutoff date established by the Engineer. A detailed list of all proposed schedule changes (additions, deletions, duration, logic, and status) shall be submitted with the update. A proposed Monthly Updated Construction Schedule containing all of the information set forth below shall be submitted five (5) days before the end of each month throughout the duration of the Project: Activities started and /or completed during the previous period: Show actual start and actual completion dates, activity duration, number of shifts, crew sizes by craft, and required construction equipment to accomplish the activity. 2. Activities begun but not yet complete to date: Show actual start dates, activity duration, number of shifts, crew sizes by craft, required construction equipment, and estimated completion date. Activities not yet started: Show estimated start dates, activity duration, number of shifts, crew sizes by craft, required construction equipment, and estimated completion date. Renton � Municipal Airport 00801 -20 ' p Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions 4. Authorized Change Orders: Show revised activities, estimated start dates, activity duration, number of shifts, crew sizes by craft, required construction equipment, and estimated completion date. 5. The Monthly Updated Construction Schedule shall include the month preceding the meeting and the remainder of the Project. The previous month's activities shall be reported as they actually took place and, if completed, designated as complete on the network diagram update. 6. The electronic disk file of the submitted Monthly Updated Construction Schedule and the related reports shall constitute a clear record of progress of the Work from the Notice to Proceed date to final completion. Portions of the Monthly Updated Construction Schedule on which all activities are complete need not be reprinted and submitted in subsequent updates. 7. The Contractor shall submit to the Engineer printed copies of the Predecessor /Successor Report and a printed list of all changes made to the previously approved Monthly Updated Construction Schedule. In addition to the monthly submittal of the Updated Construction Schedule, the Contractor shall submit two bound copies of a Schedule Narrative Report. The Schedule Narrative Report shall describe the physical progress during the report period, plans for continuing the Work during the forthcoming report period, actions planned to correct any negative float predictions, and an explanation of potential delays and/or problems and their estimated impact on performance and the Contract Completion Date. In addition, alternatives for possible schedule recovery to mitigate any potential delay and/or cost increases shall be included for consideration by the Engineer. Orders. Requested Progress Estimates (payment requests) for each month shall be included with the proposed Monthly Updated Construction Schedule, as well as the cumulative progress estimates to date for each month of the Project. The net payment requests for each month and the cumulative payment requests to date shall also be shown after deducting retainer and any other monies withheld. The Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -21 G. Progress Estimates, Cash Flow Projections and Summary The Contractor shall submit a schedule of cost loading and cash flow to the Engineer with the Baseline Construction Schedule submittal, each Monthly ' Updated Construction Schedule submittal, and subsequent revision submittals. A strict correlation shall be maintained between the sum of individual activity costs and the total values indicated for Bid items. Each individual activity within the ' Baseline Construction Schedule shall employ a code, which, in summary, attaches its cost to the appropriate Bid items. The sum of activity costs within a specific code shall equal the cost of its corresponding Bid items and approved Change Orders. Requested Progress Estimates (payment requests) for each month shall be included with the proposed Monthly Updated Construction Schedule, as well as the cumulative progress estimates to date for each month of the Project. The net payment requests for each month and the cumulative payment requests to date shall also be shown after deducting retainer and any other monies withheld. The Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -21 Section 00801 Special Provisions cash flow shall be shown in graphic and tabular format. Failure to submit an acceptable methodology, Progress Estimates, Cash Flow Projection and Summary shall be cause for withholding any progress payments due under this Contract. At the Pre - Construction Scheduling Conference, the Contractor shall describe in detail the procedure to be used to develop the schedule activity cost loading, Cash Flow Projection and Summary. This procedure is subject to the review and approval of the Engineer. Receipt and approval of the schedule activity resource loading, Cash Flow Projection and Summary methodology is a condition precedent to Contract payment. When an activity is deemed substantially complete by the Engineer and reported in accordance with the updating procedures, the activity will no longer be treated as an activity affecting the critical path or successor activities on the Project. The cost of correction of any punch -list items associated with substantially completed activities will be covered by withheld retainage. H. Responsibility for Completion Completion of the Work within the specified Contract Time is the sole responsibility of the Contractor. If it becomes apparent from the current monthly Updated Construction Schedule that the contract completion date will not be met, the Contractor will take some or all of the following actions, as approved by the Engineer, at no additional cost to the Owner: 1. Reschedule activities to achieve maximum practical concurrence of completion of activities. 2. Increase construction workforce in quantities and crafts to a degree that will substantially eliminate the backlog of work. Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of construction equipment, or any combination of the above, sufficiently to substantially eliminate, in the judgment of the Engineer, the backlog of work. This paragraph shall not be construed to permit the Contractor to violate the work hour restrictions specified in the Contract Documents. I. Inclement Weather Impacts and Delays The Contractor's Baseline Schedule shall include allowances for inclement weather that is normally anticipated at Renton Municipal Airport due to temperature, precipitation, snow, or other weather conditions. Normal inclement weather shall be defined as the average accumulated record mean values from climatological data compiled by the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) monitoring station at Renton Municipal Airport over the past five -year period. The Contractor shall not be Renton Municipal Airport 00801 -22 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions entitled to a time extension due to normal inclement weather. Time extensions will not be allowed for weather delays to non - critical path portions of the Work. The Contractor will be entitled to a Contract time extension only if they are able to substantiate to the Engineer's satisfaction that the severity of the weather was in excess of normal inclement weather and abnormal weather conditions actually delayed the critical path of the Work. J. Time Impact Analysis (TIA) for Changed Conditions Should the Contractor seek to obtain a Contract time extension due to delays that they believe are caused by the City, the Contractor shall submit a formal written TIA. The TIA shall define the impact of each change or delay to the current accepted Updated Construction Schedule. The TIA shall include a written narrative of the impact of any delays and a schedule that depicts how the changed or delayed work affects other activities in the current accepted Updated Construction Schedule. Additionally, the Contractor shall include a mitigation plan that reduces or eliminates the claimed delay. The mitigation plan shall include specific City and Contractor actions as well as the cost to the Contractor to proceed with the mitigation. If the Contractor requests a Contract time extension, they shall clearly show the time impacts to critical path activities in the current accepted Updated Construction Schedule. Time extensions will be granted only if the Engineer agrees that the changes or delays cause the time for the changed activity and related activities to exceed the total float along the affected path of activities at the time of the City directive to proceed with the change or the actual commencement of the delay shown in the TIA. The Contractor shall be responsible for all costs associated with the preparation of the TIA and the incorporation of accepted TIAs, or portion of TIAs, in the Updated Construction Schedule. ' Any change order that authorizes a time extension shall include the accepted TIA prior to signature approval by the City and the Engineer. All schedule changes shall be incorporated into the next Updated Construction Schedule following the ' City's acceptance of the TIA. If agreement is not reached on a TIA, or a portion of a TIA, the Updated Construction Schedule, including any time extensions, shall be revised only to the extent accepted by the City. If a TIA, or a portion of a TIA, is not accepted by the City, the Contractor may submit a claim in accordance with the Conditions of the Contract. K. Completion Time Adjustments 1 If the Time for Completion of the work is to be adjusted, adjustments will be made in accordance with the following procedures and the General Provisions. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00801 -23 Section 00801 Special Provisions Any request for an adjustment of the Contract Time for completion submitted by the Contractor for changes or alleged delays shall be accompanied by a complete TIA, which shall be submitted for review within ten (10) working days after the initial request for time by the Contractor. Time extensions will not be granted unless substantiated by the CPM Schedule, and then not until the CPM project float becomes zero. If the Contractor fails to submit a TIA within the allowed time period, then the Contractor shall be deemed to have agreed that there is no time impact and that the Contractor has irrevocably waived its rights to any additional contract time. 2. Each TIA shall provide information justifying the request and stating the extent of the adjustment requested for each specific change or alleged delay. Each TIA shall be in form and content acceptable to the Engineer, and shall include, but not be limited to, the following: a. A fragmentary CPM type network (Fragnet) illustrating how the Contractor proposes to incorporate the change or alleged delay into the current Updated Construction Schedule; and b. Identification of all activities in the current Updated Construction Schedule whose logic is proposed to be amended due to the change or alleged delay, all activities that are /will be affected by the proposed change or alleged delay, together with engineering estimates and other appropriate data justifying the proposal. 3. The TIA shall be determined on the basis of the date or dates when the change or changes were issued, or the date or dates when the alleged delay or delays began. The status of the construction project and TIA shall include event time computations for all affected activities, including but not limited to work around sequencing or recovery options to maintain the original Contract completion date. 4. TIA provided in order to demonstrate the time impact upon the overall project and the time for completion shall be accomplished at no additional cost to the Owner. - 5. If the Engineer finds, after review of the TIA, that the Contractor is entitled to any extension of time for completion, the time for completion will be adjusted by Change Order issued by the Engineer, and the Contractor shall then revise the Updated Construction Schedule accordingly. L. Final As -Built Schedule A final As -Built Construction Schedule that accurately reflects the manner in which the Project was constructed and includes actual start and completion dates Renton Municipal Airport 00801 -24 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00801 Special Provisions for all work activities on the original Construction Baseline Schedule shall be submitted along with all other final reports and approved as a condition precedent to final acceptance of the Project. Renton Municipal Airport 00801 -25 Taxiway B System Rehabilitation — South Portion Reconstruction t 1 C a ri n Section 00802 FAA Special Provisions Contents CIVIL RIGHTS ACT OF 1964, TITLE VI - 49 CFR PART 21 CONTRACTUAL REQUIREMENTS ............ 3 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 ....................... ..............................4 INSPECTION OF RECORDS - 49 CFR PART 18 .................................................................... ..............................4 RIGHTS TO INVENTIONS - 49 CFR PART 18 ....................................................................... ..............................5 BREACH OF CONTRACT TERMS - SANCTIONS - 49 CFR PART 18 ............................... ..............................5 DBE REQUIRED STATEMENTS - 49 CFR PART 26 ............................................................. ..............................5 TRADE RESTRICTION CLAUSE - 49 CFR PART 30 ............................................................ ..............................6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION - 49 CFR PART 29 ................................................................................................ ..............................7 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515, VETERAN'S PREFERENCE.? TERMINATION OF CONTRACT - 49 CFR PART 18 ............................................................ ..............................7 CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS .......................... ..............................8 DAVIS BACON REQUIREMENTS - 29 CFR PART 5 ............................................................ ..............................9 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS - 29 CFR PART 5....15 EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60- 1.4(B) ................................ .............................16 NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF THE EEO CLAUSE - 41 CFR PART 60- 1. 4( B) ............................................................................................................... .............................18 NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE) - 41 CFR PART 60- 4. 2 ....... .............................18 NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS - 41 CFR 60- 1. 8 ................................................................................................................................ .............................19 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES ............................................................................................ .............................19 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR 60 -4.3) ......................................................................................... .............................20 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES .............................................. .............................25 ENERGY CONSERVATION REQUIREMENTS .................................................................... .............................25 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60 -2 ...... .............................26 TRAFFICKING VICTIMS PROTECTION ACT (TVPA) OF 2000 ...................................... .............................27 BUY AMERICAN STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS .. . . . . . ... . . .. .. . . .. .. . . . . . . . .. .. .. . . . .. .. .. .. .. .. . . . .. .. .. . .. .. .. . .. .. ..... .. .. .. .. ... .. .. .. .. . . .. . .... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . . . .... .. .. .. . . .. . ... .. . .. .. .. .. . .. .. ... .. ... 31 Renton Municipal Airport 00802 -1 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00802 FAA Special Provisions Intentionally Left Blank Renton Municipal Airport 00802 -2 Taxiway B System Rehabilitation — South Portion Reconstruction � I 1 i I � I 11 1 � I � I Section 00802 FAA Special Provisions FAA SPECIAL PROVISIONS CONSTRUCTION CONTRACT $100,000 AND OVER CIVIL RIGHTS ACT OF 1964; TITLE VI - 49 CFR PART 21 CONTRACTUAL REQUIREMENTS (VERSION 1, 1/5/90) During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor ") agrees as follows: 1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT ") Title 49, Code of Federal Regulations, Part 21, as they maybe amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiations made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the Renton Municipal Airport 00802 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00802 FAA Special Provisions nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and /or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS (VERSION 1, 1/5/90) The Contractor /tenant/concessionaire /lessee assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire /lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of Contractors, this provision binds the Contractors from the bid solicitation period through the completion of the contract. INSPECTION OF RECORDS - 49 CFR PART 18 (VERSION 1, 1/5/90) The Contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, Renton Municipal Airport 00802 -4 Taxiway B System Rehabilitation — South Portion Reconstruction � I, � 11 Section 00802 FAA Special Provisions and records of the Contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The Contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. RIGHTS TO INVENTIONS - 49 CFR PART 18 (VERSION 1, 1/5/90) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. BREACH OF CONTRACT TERMS - SANCTIONS - 49 CFR PART 18 s (VERSION 1, 1/5/90) � I � I �1 � I � I Any violation or breach of the terms of this contract on the part of the Contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. DBE REQUIRED STATEMENTS - 49 CFR PART 26 (11/19/01) Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation: The recipient or its contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT - assisted contracts. Failure by the recipient or its contractor or subcontractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment: The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 calendar days from the receipt of each payment the prime Contractor receives from the recipient. The prime Contractor agrees further to return retainage payments to each subcontractor 30 calendar days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -5 Section 00802 FAA Special Provisions good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractors. Letter of Intent: DBE Participation is encouraged, and the bidder shall submit a Letter of Intent for any DBE contractor to be used. Subcontract Work Listing: The bidder shall submit the name, address, DBE status and age of all firms bidding or quoting subcontracts on DOT - assisted projects. Section 00420 may be used to report this information. TRADE RESTRICTION CLAUSE - 49 CFR PART 30 (VERSION 1, 1/5/90) The Contractor or subcontractor, by submission of an offer and /or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United State Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals or a foreign country on said list; has for the for C. not procured any product nor subcontracted supply of any product use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Contractor or subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the Contractor agrees, that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Sponsor if the Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Renton Municipal Airport 00802 -6 p � Taxiway B System Rehabilitation — South Portion Reconstruction � I � I i I t L I Section 00802 FAA Special Provisions This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. - The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION - 49 CFR PART 29 (VERSION 1, 1/5/90) The bidder /offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontract. Where the bidder /offeror /Contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515, VETERAN'S PREFERENCE (VERSION 1, 1/5/90) In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. TERMINATION OF CONTRACT - 49 CFR PART 18 (VERSION 1, 1/5/90) 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 Renton Municipal Airport 00802 -7 Taxiway B System Rehabilitation — South Portion Reconstruction Section 00802 FAA Special Provisions (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the Contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the Contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS (VERSION 1, 1/5/90) Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines-issuea 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. Renton Municipal Airport 00802 -8 Taxiway B System Rehabilitation — South Portion Reconstruction � I � I � I � I 'J � I � I fl I Section 00802 FAA Special Provisions DAVIS BACON REQUIREMENTS - 29 CFR PART 5 (VERSION 1, 1/5/90) (1) Minimum Wages. (i) All laborers and mechanics employed or working upon the site of work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of subparagraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification. of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 11:1 • Section 00802 FAA Special Provisions reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefits as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis - Bacon Act has been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under plan or Renton Municipal Airport 00802 -10 Taxiway B System Rehabilitation — South Portion Reconstruction � I 11-1 � I � I � I � I 1 Uj r Section 00802 FAA Special Provisions program. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (2) Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other Federally- assisted contract subject to Davis /Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and Basic Records (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each worker, his or her correct classification, hourly rates of wages paid (including contributions for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b) (2) (B) of Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b) (2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of the apprenticeship program and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215- 0017.) (ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed, a copy of all payrolls to the sponsor, or owner, as the case may be, for transmission to the FAA. The payrolls submitted shall set out accurately and Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -11 Section 00802 FAA Special Provisions completely all of the information required to be maintained under 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal, Stock Number 029 - 005- 00014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0149.) (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and supervises the payment of the persons employed under the contract and shall certify the following: (ii) The Contractor or subcontractor shall make the records required under paragraph (1) That the payroll for the payroll period contains the information required to be representatives of the Federal Aviation Administration or the Department of maintained under (3)(i) above and that such information is correct and complete; Labor, and shall permit such representatives to interview employees during (2) That each laborer and mechanic (including each helper, apprentice and trainee) required records or to make them available, the Federal agency may, after written employed on the contract during the payroll period has been paid the full weekly notice to the Contractor, sponsor, applicant or owner, take such action as may be wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. , (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 or Title 31 of the United States Code. (ii) The Contractor or subcontractor shall make the records required under paragraph c(1) of this section available for inspection, copying or transcription by authorized representatives of the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee Municipal Airport 00802 -12 Renton rP p Taxiway B System Rehabilitation — South Portion Reconstruction � I � I r Section 00802 FAA Special Provisions of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with the State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ration permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of the apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -13 Section 00802 FAA Special Provisions prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator for the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall conform with the EEO requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract Termination: Debarment. A breach of the contract clauses in paragraphs (1) through (10) of this section and paragraphs (1) through (5) of the next section below may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act Requirements. All rulings and Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -14 1 I r� 1 r� Section 00802 FAA Special Provisions interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by reference in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10 Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government Contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act of 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS — 29 CFR PART 5 (VERSION 1, 1/5/90) (1) Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require .or permit any such laborer or mechanic, including maintenance and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the Contractor or any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -15 Section 00802 FAA Special Provisions employed in violation of the clause set forth in paragraph (1) above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) above. (3) Withholding for or Unpaid Wages and Liquidated Damages. The Federal Aviation Administration shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) above. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4). (5) Working Conditions. No Contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60- 1.4(b) (VERSION 1, 1/5/90) During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -16 1 r-� n LJ Section 00802 FAA Special Provisions 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations or order of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -17 Section 00802 FAA Special Provisions NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF THE EEO CLAUSE — 41 CFR PART 60- 1.4(b) (VERSION 1, 1/5/90) Equal Employment Opportunity is the Law - Discrimination is Prohibited by the Civil Rights Act of 1964 and by Executive Order No. 11246. Title VII of the Civil Rights Act of 1964 - Administered by: THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Prohibits discrimination because of race, color, religion, sex, or national origin by employers with 25 or more employees, by labor organizations with a hiring hall of 25 or more members, by employment agencies, and by joint labor- management committees for apprenticeship or training. Any person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S. Department of Labor Washington, D.C. 20210 NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE) — 41 CFR PART 60 -4.2 (VERSION 1, 1/5/90) 1. The Offerors' or Bidders' attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" as set forth herein. 2. The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project, for the sole purpose of meeting the Contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer Renton Municipal Airport 00802 -18 iP Taxiway B System Rehabilitation — South Portion Reconstruction Pj Section 00802 FAA Special Provisions identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is City of Renton, King County, Washington. NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS — 41 CFR 60 -1.8 (VERSION 1, 1/5/90) 1. A Certification of Nonsegregated Facilities shall be submitted prior to the award of a federally- assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally- assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES 1. A certification of Nonsegregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -19 Section 00802 FAA Special Provisions STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR 60 -4.3) (VERSION 1, 1/5/90) As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U. S. Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (All persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (All persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaska native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate Renton Municipal Airport 00802 -20 Taxiway B System Rehabilitation — South Portion Reconstruction LI Section 00802 FAA Special Provisions their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other Contractors and subcontractors toward a goal in an approved plan does not excuse any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract results are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in geographical areas where they do not have a federal or federally- assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting goals, such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure EEO. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -21 Section 00802 FAA Special Provisions with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. C. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the- street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on site supervisory personnel such as superintendents, general foremen etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained Renton Municipal Airport 00802 -22 Taxiway B System Rehabilitation — South Portion Reconstruction � I Section 00802 FAA Special Provisions identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools and to minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of the Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60 -3. 1. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction Contractors and suppliers, including circulation of solicitations to minority and female Contractor associations and other business associations. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -23 Section 00802 FAA Special Provisions p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a Contractor association, joint Contractor union, Contractor community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women both minority and nonminority. Consequently, if the particular group is employed in a substantial disparate manner (for example, even though the Contractor has achieved its goals for women generally,) the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and or the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative actions steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. Renton Municipal Airport 00802 -24 Taxiway B System Rehabilitation — South Portion Reconstruction t L, Section 00802 FAA Special Provisions 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation, if any, employee identification number, when assigned, social security number, race, sex, status (e.g., mechanic apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). LOBBYING AND INFLUENCING FEDERAL EMPLOYEES No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94 -163) Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -25 Section 00802 FAA Special Provisions NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60 -2 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade (Vol. 45 Federal Register pg. 65984 10/3/80) Goals for female participation in each trade (6.9 %) These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally- assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non - federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is King County, Pierce County and Snohomish County, Washington. Renton Municipal Airport 00802 -26 Taxiway B System Rehabilitation — South Portion Reconstruction F, 1� Section 00802 FAA Special Provisions TRAFFICKING VICTIMS PROTECTION ACT (TVPA) OF 2000 (4/2009 FAA Order 5100 -38) 1. Background: On November 5, 2007, the Office of Management and Budget issued Memorandum M -08 -03 implementing Section 106(g) of the Trafficking Victims Protection Act of 2000, as amended (TVPA). By including this Grant Special Condition in each grant agreement, FAA is complying with Executive Order 13333, which requires that FAA include a condition that implements the requirements of Section 106(g) of the TVPA. Section 106(g) is codified at 22 United States Code § 7104. The Special Grant Condition is required for grants to private entities (as defined in 2 CFR § 175.25(d)) or for grants to public entities if any funding from the grant could be provided to a private entity. The link to the memorandum is hLtp://www.whitehouse.gov/omb/memoranda/f y2OO8/mO8-03.pd f 2. This Special Grant Condition shall be included in all grants to privately -owned airports and to block grant states or other grants that may have private entities, including privately -owned airports as subrecipients. 3. Trafficking in Persons: Provisions applicable to a recipient that is a private entity. a. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not— Engage in severe forms of trafficking in persons during the period of time that the�award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. b. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity – i. Is determined to have violated a prohibition in paragraph a.1 of this award term; or ii. Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a. l of this award term through conduct that is either— February 19, 2008 4. Associated with performance under this award; or Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an Renton Municipal Airport 00802 -27 Taxiway B System Rehabilitation – South Portion Reconstruction a. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. b. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: C. Implements Section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. d. You must include the requirements of paragraph a. l of this award term in any subaward you make to a private entity. e. Definitions. For purposes of this award term: "Employee" means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or Renton Municipal Airport 00802 -28 Taxiway B System Rehabilitation — South Portion Reconstruction G Section 00802 FAA Special Provisions organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity- - a. Is determined to have violated an applicable prohibition in paragraph a.I of this award term; or b. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.I of this award term through conduct that is either- - i. Associated with performance under this award; or f ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. Provisions applicable to any recipient. a. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. b. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: C. Implements Section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. d. You must include the requirements of paragraph a. l of this award term in any subaward you make to a private entity. e. Definitions. For purposes of this award term: "Employee" means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or Renton Municipal Airport 00802 -28 Taxiway B System Rehabilitation — South Portion Reconstruction G Section 00802 FAA Special Provisions ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are February 19, 2008 4 contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. "Forced labor" Means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. "Private entity ": Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). A for - profit organization. f. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102) 5. Associated with performance under this award; or a. Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. b. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity -- 1. Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction CIIII:�II►b.L•� X Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -30 1 1 Section 00802 FAA Special Provisions 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a. l of this award term through conduct that is either -- i. Associated with performance under this award; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 49 CFR Part 29. C. Provisions applicable to any recipient. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a. l of this award term. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: i. Implements 106(g) the Trafficking Victims Protection Act section of of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. You must complete Section 00590, "Non Trafficking Certification," and include the form and these terms of award in any subaward you make to a private entity. Definitions. For purposes of this award term: a. "Employee" means either: i. An individual employed b ou or a subreci Tent who is engaged in the YY p performance of the project or program under this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in -kind contribution toward cost sharing or matching requirements. b. "Forced labor" Means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -30 1 1 Section 00802 FAA Special Provisions through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. C. "Private entity" Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: A. A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). B. A for - profit organization. 7. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at Section 103 of the TVPA, as amended (22 U.S.C. 7102). BUY AMERICAN STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS ((JAN 1991) 5/9/2008, 49 USC §50101, FAA Order 5100.38) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. Section 50101 of the Buy American Act prohibits the FAA from obligating funds for a grant under the Airport Improvement Program (AIP) unless steel and manufactured goods used in the project are produced in the United States. This provision was added to the FAA's authorizing legislation in 1990. The North American Free Trade Agreement (NAFTA) specifically excluded Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00802 -31 Section 00802 FAA Special Provisions federal grant programs such as AIP. Therefore, NAFTA does not change a Sponsor's requirement to comply with the Buy American requirement in the Act. Much of the equipment that is used frequently on AIP or ARRA projects has been reviewed by FAA Headquarters and a nationwide waiver has been issued. The Nationwide Buy American Conformance List is posted on the www.faa.gov website. If the equipment is listed on the Nationwide Waiver List, no waiver is required. The FAA may waive the requirement if a sponsor submits a written request demonstrating that one of the following criteria applies: Applying the provision is not in the public interest. This is reserved for significant public interest determinations. 2. The steel or manufactured good is not available in sufficient quantity or satisfactory quality in the United States. 3. For AIP grant- funded projects other than ground transportation demonstration projects: a. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment. b. Final assembly of the facility or equipment has occurred in the United States. 4. Applying the Buy American Act increases the cost of the overall project by more than 25 percent. Contractor may complete Exhibit A to Section 00580, Buy American Certificate, to request the FAA to waive the Buy American requirement. Sponsors are urged to submit such requests as early as possible, generally providing at least 30 calendar days prior to anticipated grant award. FAA headquarters only may issue waivers for Reasons 1 and 2 above. FAA field offices (regional offices and airport district offices) may issue waivers for Reasons 3 and 4 above. Renton Municipal Airport 00802 -32 Taxiway B System Rehabilitation — South Portion Reconstruction �J 1 11 fl �1 i� Section 00810 Washington State Prevailing Wage Rates In conformity with RCW 39.12 (laws of the state of Washington) and subsequent amendments, no laborer, worker, or mechanic employed under this contract shall be paid less than the minimum hourly rate of wage for his trade or occupation that prevails in the locality where the Work is to be performed. Current prevailing wage rate information, including the applicable Benefit Code Key, may be obtained through the following sources. Refer to Section 00801, Special Provisions, for detailed information. An electronic copy is available from the following: State of Washington Department of Labor and Industries Industrial Relations Division General Administration Building Olympia, Washington 98501 https: / /fortress.wa.2ov /lni /wa elg_ookup /prvWa elg ookul2.asl2x A paper copy is available for viewing or may be obtained upon request from: City of Renton 1055 South Grady Way Renton WA 98057 (425) 430 -6502 Reid Middleton, Inc. 728 134t' Street SW, Suite 200 Everett, WA 98204 (425) 741 -3800; Fax (425) 741 -3900 Applicable effective date for prevailing wage rates for this Project: Date of Bid Opening (see Bid Advertisement) County where Project is Located: King Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00810 -1 C Section 00815 Federal Prevailing Wage Rates The Contractor shall pay the rate that is highest of the Washington State or Federal prevailing labor rates. Refer to Section 00801, Special Provisions, for additional information. An electronic copy of the federal prevailing wage rates is available from the following website: htlp://www.wsdot.wa.gov/Design/ProjectDeviWageRates/FedWageUpdateNotify.htth A paper copy of the federal prevailing wage rates is available for viewing or may be obtained upon request from: City of Renton 1055 South Grady Way Renton WA 98057 (425) 430 -6502 Reid Middleton, Inc. 728 134th Street SW, Suite 200 Everett, WA 98204 (425) 741 -3800; Fax (425) 741 -3900 Applicable effective date for prevailing wage rates for this Project: Rates in effect on date of this Project Manual (see title page) County where Project is Located: King Construction Type: Heavy, Highway Renton Municipal Airport 00815 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 7 1 ' Department of Labor and Industries Prevailing Wage (360) 902 -5335 www.Ini.wa.gov//TradesLicensing/PrevailingWage sT� STATEMENT OF INTENT TO PAY PREVAILING WAGES Y° 8a° Public Works Contract 525.00 Filing Fee Reauired • This form must be typed or printed in ink. • Large, bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. • Once approved your form will be posted online at the above website. Project Name Contract# Contract Awarding Agency (public agency - not federal or private) APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor, company or agency name, address, city, state & ZIP +4 City State ZIP +4 Awarding Agency Project Contact Person Phone # County where work was performed City where work was performed Bid due date (mm /dd/yy) Date contract awarded ( mm/dd/yy) Will all work be subcontracted? ❑ Yes ❑ No Do you intend to use subcontractors? ❑ Yes ❑ No Prime contractor (has contract with the public agency) Contractor Registration # Expected job start date (mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/ occupation (Do NOT list apprentices) Indicate number of owners expected to perform work. Estimated no. of workers Rate of hourly pay Rate of hourly fringe benefits Company name Address City State ZIP +4 ' Contractor Registration No. UBI Industrial Insurance Account Number ' Email address Phone number For L &I Use Only APPROVED: Department of Labor and Industries ' By Industrial Statistician ' F700- 029 -000 statement of intent to pay prevailing wages 12 -04 Indicate total dollar amount of your contract or time and materials if applicable. I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Title Signature For L&IUse Only Check Number: ❑ $25 or $ Issued By: After APPROVAL, send white copy to Awarding Agency. Canary copy — L &I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade /occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner /Operators: If the work will be performed by owners /partners, state "Owner /Operator" under the "Craft" section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30% of the company are not considered to be owner /operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits ", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing — Enter "time and materials" if applicable. The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e., janitorial, surveying, truck driving). Signature Missing — Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700- 007 -000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902 -5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form "Page 1 of 2 ", "Page 2 of 2 ", etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor /subcontractor. It does not signify approval of the classifications of labor used by the contractor /subcontractor. L &I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of $10,000.00. Prevailing wage rates are available on the Internet at www. Lni. wa. gov /TradesLicensing /PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA, WASHINGTON 98504 -4835 For questions call (360) 902 -5335 F700- 029 -000 statement of intent to pay prevailing wages — backer 12 -04 JI 0 Department of Labor and Industries o <,STArko4 AFFIDAVIT OF WAGES PAID ' Prevailing Wage (360) 902 -5335 y�z Public Works Contract www.ini.wa.gov /prevalingwage ''6S °�� $25.00 Filing Fee Required • This form must be typed or printed in ink. • Fill in all blanks or form will be returned for correction (see back). • Please allow a minimum of 10 working days for processing. {� Contractor, company or agency name, address, city, state & ZIP + 4 r Prime contractor (has contract with the public agency) Contractor Registration No. Craft/trade /occupation and apprentices (For apprentices, give name, registration #, trade, dates of work on project and stage of progression) - - -- - — — ....... ..... .... -- — ......_-_ - - - -- - - - - - -- ° - - -- - --- -- -- _ — ° — - -- -- -- _ - -- - -- -- •---- -- - - - - - - -- — i Prolcct Name Contract # Contract Awarding Agency (public agency - not federal or private) Address _"v City State ZIP +4 Awarding Agency Project Contact Person Phone # County where work was performed City where work was performed Bid due date (m /diy) Date contract awarded (m /d /y) f Date work completed (m /dly) Date Intent filed (m /d /y) Number Total # hrs 3 Rate of Rate of hourly of Workers worked -ea trade ! Hourly Pay fringe benefits 3 Company name, address, city, state. ZIP +4 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no E less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Email address F xe Phone number FCheck Number: ''- gs`��.m�,',,,z.n�., S9��,,R4�1I 9:'}R�r -,? ,r. <F �«k F -fitrrf I CERTIFIED: Department of Labor and Industries Issued By:— a 4 'x� k `c k: Yv Industrial s Statistician ' F700 -007 -000 affidavit of wages 2-02 Signature Amount: After APPROVAL send white copy to Awarding Agcngy. Canary copy - L &I Section 00835 Certification of Payment of Prevailing Wages 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 Title: Renton Municipal Airport 00835 -1 Taxiway B System Rehabilitation — South Portion Reconstruction n I I C 0 0 it Section 00910 Addenda This section contains written changes to the Bidding Documents. Renton Municipal Airport 00910 -1 Taxiway B System Rehabilitation — South Portion Reconstruction TY �u City of Renton 1055 South Grady Way Renton WA 98057 425- 430 -6502 ADDENDUM NO. 1, February 22, 2013 Project: Taxiway B System Rehabilitation — South Portion Reconstruction at Renton Municipal Airport, AIP No. 3 -53- 0055 -024 TO: Plan Holders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents (dated February 1, 2013) as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to-do so may subject Bidder to disqualification. CHANGES TO BIDDING DOCUMENTS 1. Section 00410, Bid Schedule: Remove and replace with the attached Revised Bid Schedule. CHANGES TO CONDITIONS OF CONTRACT 2. Section 00710, FAA General Provisions, Section 60 -05, Engineer's Field Office: Add the following: The Contractor shall make all power /utility hookups and disconnects and pay the monthly utility charges for the Engineer's Quality Assurance on -site laboratory. 3. Section 00801, Special Provisions, Article 1.12, Work Schedule: Remove and replace with the following: 1.12 Work Schedule Section 80 -03 shall be amended as follows: The Contractor shall file with the Engineer a construction schedule prepared and submitted as described in 00801 Special Provisions, Article 1.31; a plan of construction; and the proposed detailed method of carrying on the Work, including a full statement of equipment and equipment layout for the job. Renton Municipal Airport Page 1 of 5 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 1 CHANGES TO TECHNICAL PROVISIONS: 4. Item A -100, Operational Safety on Airports During Construction: a. Article A- 100 -2.1, Barricades, Warning Signs, and Hazard Markings, first paragraph, last sentence: Remove and replace with the following: Unless otherwise specified, barricades shall be spaced not more than 4 feet apart. b. Materials: Add the following new article after Article A- 100 -2.1: A- 100 -2.2 ILLUMINATED RUNWAY CLOSURE MARKERS. The Contractor shall secure and provide two trailer- mounted, generator - powered, illuminated runway closure X markers for use during the project to facilitate closure of the runway. The illuminated runway closure X markers utilized shall meet requirements of FAA Advisory Circular 5345 -55A (or current edition), L -893, and FAA Advisory Circular 5370 -2F (or current edition). The Contractor shall set, maintain, fuel, and operate the illuminated runway closure X markers. All lights shall be checked prior to each use and regularly during use to verify proper illumination. When utilized for runway closures, the illuminated runway closure X markers shall be placed on the runway numerical designations at each end of the runway, on runway centerline, with the illuminated side facing outward from the runway. All associated costs for securing use of and operating the illuminated runway closure X markers is incidental to the bid item "Airfield Traffic Control." C. Article A- 100 -3.1, Construction Safety and Phasing Plan (CSPP): i. Paragraph B, Phasing, Item 1, Table, Phases 5 and 6: Remove and replace with the following: Renton Municipal Airport Page 2 of 5 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 1 ➢ Taxiway B (Boeing Position A -1 to Boeing Position A -2) — closed ➢ Taxiway B7 — closed ➢ Runway night closures Phase 5 - Affected Areas ➢ Use temporary taxiway to access runway from South (12 Calendar Days — 24 -hour Taxilane /Ramp construction allowed) ➢ Contractor Staging Area & Haul Routes ➢ Taxiway Edge Lighting ➢ Intersecting taxiing aircraft and construction traffic on South Taxilane /Ram Operational Reg uirements Normal (Existing) Phase 5 Antici ated Aver -age Aircraft Operations Commuter: 1 /day No operations in work area during Cargo: 0 /day construction. The work area will GA: 75/day be closed. Runway 16134 Open Closed nights. Renton Municipal Airport Page 2 of 5 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 1 Taxiway -B Taxiing Aircraft Closed (Boeing Position A -1 to Boeing Position A -2) - Taxiway -B7 t Taxiing Aircraft Closed axiway -B6 Taxiing Aircraft Aircraft traffic will be rerouted from Taxiway B7 to Taxiway B6 ➢ South ramp closed Phase 6 - Affected Areas ➢ Runway night closures (3 Calendar Days — 24 -hour ➢ Remove temporary taxiway construction allowed) ➢ Repair damaged pavement ➢ Remove temporary contractor access "Operational Requirements Normal (Existing) Phase 6 Anticipated) Average Aircraft Operations Commuter: 1/day No operations in work area during Cargo: 0 /day construction. The work area will GA: 75/day be closed. Runway -1634 Open Closed nights youth Ram Parked Aircraft Closed ii. Paragraph D, Protection of Navigation Aids (NAVAIDS): Add the following: During runway closure, the PAPIs, REILs, runway lighting, and runway signage shall be turned off, and the runway shall be NOTAM'd as closed. 5. Item A -101, FOD Prevention and Traffic Control a. Article A- 101 -1.3, Airfield Traffic Control: Add the following: Traffic control shall include providing all traffic control devices and materials, including but not limited to barricades, illuminated runway closure X markers, warning signs, radios, and other devices and materials necessary to provide safe and efficient control of vehicular and aircraft traffic. Airport Traffic Control includes but is not necessarily limited to placement and maintenance of traffic control devices, materials, covering of lights and signs, placing temporary markings, and providing crew members to direct and control traffic. It is the Contractor's responsibility to establish, maintain, and remove all elements of airport traffic control in order to maintain safe control of traffic on the airfield. b. Article A- 101 -2.2, Traffic Control Equipment: Remove and replace with the ' following: II A- 101 -2.2 TRAFFIC CONTROL EQUIPMENT. Traffic control equipment shall include providing all traffic control devices and materials, including but not limited to barricades, illuminated runway closure X markers, warning signs, hazard markings, aviation radios, roadway traffic control equipment and devices, and other devices and materials necessary to safely control traffic. Renton Municipal Airport Page 3 of 5 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 1 6. Item D -702, Slotted Drains a. Article 702 -2.1, General: Remove and replace with the following: 702 -2.1 GENERAL. All slotted drain pipe shall meet the requirements shown on the plans and as specified below. Slotted drain pipe shall be capable of supporting 100,000 pound aircraft loading and 250 psi tire pressure. b. Article 702 -2.3, Grates and Castings, Item b, Low Density Polyethylene Channel: Remove and replace with the following: b. Low Density Polyethylene Channel. Drains shall be furnished with ductile iron galvanized frame. Cleanout ports shall be modular units constructed of welded steel top frame, mechanically interlocking joints, integral rebar clips, and smooth radiused interior. Cleanouts shall be spaced at 100 -foot intervals and furnished with ductile iron grate and lockdown hardware. C. Article 702 -5.1: Add the following pay item: Item 702 -5.3 Slotted Drain System, 18 -Inch — per linear foot 7. Item T -902, Seeding and Fertilizing, Article T- 902 -2.1, Seed, second paragraph, first sentence: Remove and replace with the following: Seed mixtures within the biofiltration swales and filter strips shall comply with King County's 2009 Surface Water Design Manual, Table 6.3. LC (Mix 1) and Table 6.3. LD. 8. Item T -4000, Water Utilities, Article 4000 -2.3, Ductile Iron Pipe and Fittings: a. Paragraph A, Ductile Iron Pipe, Item 3: Remove and replace with the following: 3. All ductile iron pipe shall be restrained. Restrained joint systems shall be as specified below. b. Paragraph B, Restrained Joints: Remove and replace with the following: B. Restrained Joints 1. Pipe with push -on joints shall be furnished with a single rubber gasket containing stainless steel locking segments. The segments shall be equally spaced around the perimeter of the gasket. 2. Pipe with restrained mechanical joints shall be furnished with a mechanical joint of the stuffing box type, including rubber gasket, cast -iron gland, and tee - headed bolts and nuts. The Follower Gland shall be incorporated into the restraint system. Renton Municipal Airport Page 4 of 5 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 1 3. All push -on and mechanical type joints shall conform to AWWA Standard C111. Flanged ductile iron pipe shall conform to AWWA Standards C 110 and C 115. All gaskets, including MJ, shall be lubricated to affect the seal. 4. All couplings installed underground to connect ductile iron pipe shall be manufactured of ductile iron. CHANGES TO DRAWINGS 9. Sheet C 1.4, Taxiway B Plan and Profile: Remove and replace with the attached revised Sheet CIA. 10. Sheet C2.3, Typical Taxiway Cross Sections: Remove and replace with the attached revised Sheet C2.3. 11. Sheet C3.2, Storm Drainage Plan: Remove and replace with the attached revised Sheet C3.2. 12. Sheet C3.3, Storm Drainage Plan: Remove and replace with the attached revised Sheet C3.3. 13. Sheet C3.4, Storm Drainage Plan: Remove and replace with the attached revised Sheet C3.4. 14. Sheet C6.1, Taxiway Edge Lighting Layout Plan: Remove and replace with the attached revised Sheet C6.1. 15. Sheet C6.2, Taxiway Edge Lighting Layout Plan: Remove and replace with the attached revised Sheet C6.2. 16. Sheet C6.3, Taxiway Edge Lighting Layout Plan: Remove and replace with the attached revised Sheet C6.3. Prepared by Kurt Addicott, P.E., Project Manager Attachments: Section 00410, Revised Bid Schedule Drawing Sheets CIA, C2.3, C3.2, C3.3, C3.4, C6.1, C6.2, C6.3 sah\23 \10 \007\Bid Phase South\Addenda\Addendum 1\Addendum Ldoc\kma Renton Municipal Airport Page 5 of 5 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 1 Contractor's Name Section 00410 Revised Bid Schedule CITY OF RENTON TAXIWAY B SYSTEM REHABILITATION — SOUTH PORTION RECONSTRUCTION AT RENTON MUNICIPAL AIRPORT AIP NO. 3 -53- 0055 -024 BASIC BID 1: TAXIWAY B SYSTEM REHABILITATION — PHASE 1 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 1 -1 A -101 Airfield FOD Prevention 1 LS $ $ Control 1 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 1 -3 A -101 Airfield Traffic Control 1 LS $ $ 1 -4 A -101 Roadway Traffic Control 1 LS $ $ 1 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing Mobilization (For Entire 1 -6 A -105 1 LS $ $ Project) 1 -7 A -105 Utility Locate 1 LS $ $ 1 -8 A -110 Construction Survey 1 LS $ $ Trench Excavation Safety 1 -9 A -201 1 LS $ $ Provisions 1 -10 F -162 Temporary Contractor Gate 1 LS $ $ Access 1 -11 L -125 Demolish L -867 Basecan 8 EA $ $ 1 -12 L -125 Demolish Taxiway Edge 8 EA $ $ 1 -13 L -125 New L -867 Basecan 8 EA $ $ 1 -14 L -125 New Taxiway Edge Light 8 EA $ $ 1 -15 L -125 Replace L -828 CCR 1 LS $ $ 1 -16 L -125 New SCO Cabinet 1 LS $ $ Renton Municipal Airport 00410 -1 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 1 -17 L -125 Airfield Control Modification 1 LS $ $ 1 -18 L -125 Spares 1 LS $ $ 1 -19 L -125 Miscellaneous Electrical 1 LS $ $ 1 -20 L -130 Conduit Schedule 40 PVC, 1,080 LF $ $ 3 -Way 3 -Inch 1 -21 L -130 Ductbank, 3 -Way 3 -Inch 115 LF $ $ 1 -22 L-130 Precast Junction Box 6 EA $ $ 1 -23 P -105 Asphalt Pavement Sawcutting 63 LF $ $ 4 to 10 Inch Depth Asphalt Pavement Removal 1 -24 P -105 and Disposal 4 to 10 Inch 31 SY $ $ Depth Asphalt/PCC Concrete 1 -25 P -105 Pavement Sawcutting 10 to 170 LF $ $ 14 Inch Depth Asphalt/PCC Pavement 1 -26 P -105 Removal and Disposal 10 to 84 SY $ $ 14 Inch Depth 1 -27 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 1 -28 P -401 Temporary Access Pavement 1 LS $ $ Construction 1 -29 T -902 Hydroseeding 0.25 AC $ $ 1 -30 T -4000 Ductile Iron Pipe for Water 1,215 LF $ $ Main, 12 In. 1 -31 T -4000 Ductile Iron Pipe for Water 10 LF $ $ Main, 10 In. 1 -32 T -4000 Ductile Iron Pipe for Water 95 LF $ $ Main, 6 In. 1 -33 T -4000 Gate Valve, 6 In. 3 EA $ $ 1 -34 T -4000 Gate Valve, 12 In. 2 EA $ $ Renton Municipal Airport 00410 -2 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 1 -35 T -4000 Fire Hydrant Vault 3 EA $ $ 1 -36 T -4000 Flush -type Fire Hydrant 3 EA $ $ 1 -37 T -4000 Thrust Collars 1 LS $ $ Subtotal Basic Bid 1 $ Plus Sales Tax (9.5 %) $ Airfield Traffic Control 1 LS TOTAL BASIC BID 1 PLUS SALES TAX $ 2 -4 BASIC BID 2: TAXIWAY B SYSTEM REHABILITATION — Phase 2 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 2 -1 A -101 Airfield FOD Prevention 1 LS $ $ Control 2 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 2 -3 A -101 Airfield Traffic Control 1 LS $ $ 2 -4 A -101 Roadway Traffic Control 1 LS $ $ 2 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing 2 -6 A -105 Utility Locate 1 LS $ $ 2 -7 A -110 Construction Survey 1 LS $ $ Trench Excavation Safety 2 -8 A -201 1 LS $ $ Provisions 12 -Inch HDPE Storm Drain 2 -9 D -701 80 LF $ $ Pipe, Temporary Bypass 2 -10 D -701 10 -Inch DI Storm Drain Pipe 53 LF $ $ 2 -11 D -701 12 -Inch DI Storm Drain Pipe 63 LF $ $ Renton Municipal Airport 00410 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 0 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 2 -12 D -701 18 -Inch DI Storm Drain Pipe 305 LF $ $ 2 -13 D -701 Storm Drain Pipe Removal 575 LF $ $ 2 -14 D -705 Subdrain Pipe Removal 250 LF $ $ 2 -15 D -705 6 -Inch Perforated HDPE 395 LF $ $ Subdrain 2 -16 D -709 Quarry Spalls 160 TN $ $ Connect to Existing Catch 2 -17 D -751 1 EA $ $ Basin WSDOT Standard Type 1 2 -18 D -751 2 EA $ $ Catch Basin 2 -19 D -751 WSDOT Standard Type 1L 3 EA $ $ Catch Basin, Aircraft Rated 2 -20 D -751 WSDOT Standard Type 2 - 1 EA $ $ 48" Catch Basin WSDOT Standard Type 2 - 2 -21 D -751 48" Catch Basin, Aircraft 2 EA $ $ Rated 2 -22 D -751 WSDOT Standard Type 2 - 1 EA $ $ 60" Catch Basin 2 -23 D -751 Drainage Structure Removal 3 EA $ $ 2 -24 L -108 L -824C Cable 875 LF $ $ 2 -25 L -110 Electrical Conduit, 990 LF $ $ One 2 -Inch 2 -26 L -125 Demolish Taxiway Edge 4 EA $ $ Light 2 -27 L -125 Demolish L -867 Basecan 4 EA $ $ 2 -28 L -125 Demolish L -824 5kV Cable 875 LF $ $ 2 -29 L -125 New Taxiway Edge Light 5 EA $ $ 2 -30 L -125 New L -867 Basecan 5 EA $ $ Renton Municipal Airport 00410 -4 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qt Unit Unit Price Total Price 2 -31 L -130 Conduit Schedule 40 PVC, 240 LF $ $ 3 -Way, 3 -Inch 2 -32 L -130 Ductbank, 3 -Way, 3 -Inch 185 LF $ $ 2 -33 L -130 Precast Junction Box 1 EA $ $ 2 -34 P -105 Asphalt Pavement Sawcutting 160 LF $ $ 4 to 10 Inch Depth Asphalt /PCC Pavement 2 -35 P -105 Sawcutting 10 to 14 Inch 465 LF $ $ Depth Asphalt Pavement Grinding 2 -36 P -105 90 SY $ $ and Disposal Asphalt Pavement Removal 2 -37 P -105 and Disposal 4 to 10 Inch 1,055 SY $ $ Depth Asphalt/PCC Removal and 2 -38 P -105 1,580 SY $ $ Disposal 10 to 14 Inch Depth 2 -39 P -152 Stripping 0.93 AC $ $ Unclassified Excavation - 2 -40 P -152 120 CY $ $ Used On Site 2 -41 P -152 Unsuitable Excavation 100 CY $ $ 2 -42 P -152 Imported Borrow Material 450 CY $ $ 2 -43 P -160 Sediment Trap 9 EA $ $ 2 -44 P -160 Straw Wattles 300 LF $ $ 2 -45 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 2 -46 P -160 Flow Spreader 1 EA $ $ 2 -47 P -304, Cement - Treated Base Course 2,735 SY $ $ 2 -48 P -401 Bituminous Surface Course 735 TN $ $ Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -5 Addendum 1 Section 00410 Contractor's Name Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 2 -49 P -401 Bituminous Base Course 1,100 TN $ $ 2 -50 P -603 Bituminous Tack Coat 3.2 TN $ $ 2 -51 P -620 Preformed Pavement Marking 1,275 SF $ $ 2 -52 P -620 Painted Pavement Marking 25 SF $ $ 2 -53 P -620 Pavement Marking Removal 220 SF $ $ 2 -54 T -902 Hydroseeding 0.85 AC $ $ 2 -55 T -905 Topsoiling 320 CY $ $ 2 -56 T -909 Under Pavement Herbicide 2,735 SY $ $ 2 -57 T -4000 Ductile Iron Pipe for Water 435 LF $ $ Main, 12 In. Ductile Iron Pipe for Water 2 -58 T -4000 10 LF $ $ Main, 10 In. 2 -59 T -4000 Ductile Iron Pipe for Water 60 LF $ $ , Main, 6 In. 2 -60 T -4000 Gate Valve, 6 In. 2 EA $ $ 2 -61 T -4000 Gate Valve, 12 In. 5 EA $ $ 2 -62 T -4000 Fire Hydrant Vault 2 EA $ $ 2 -63 T -4000 Flush -type Fire Hydrant 2 EA $ $ 2 -64 T -4000 Thrust Collars 1 LS $ $ ' Subtotal Basic Bid 2 $. , Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 2 PLUS SALES TAX $ Municipal Airport 00410 -6 Renton iP Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule BASIC BID 3: TAXIWAY B SYSTEM REHABILITATION — Phase 3 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price Airfield FOD Prevention 3 -1 A -101 1 LS $ $ Control 3 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 3 -3 A -101 Airfield Traffic Control 1 LS $ $ 3 -4 A -101 Roadway Traffic Control 1 LS $ $ Contractor Quality 3 -5 A -103 1 LS $ $ Control /Acceptance Testing 3 -6 A -105 Utility Locate 1 LS $ $ 3 -7 A -110 Construction Survey 1 LS $ $ 3 -8 A -201 Trench Excavation Safety 1 LS $ $ Provisions 3 -9 D -701 12 -Inch DI Storm Drain Pipe 195 LF $ $ 3 -10 D -701 Storm Drain Pipe Removal 200 LF $ $ 3 -11 D -702 Slotted Drain System, 12 -Inch 277 LF $ $ 3 -12 D -702 Slotted Drain System 250 LF $ $ Removal 3 -13 D -705 Subdrain Pipe Removal 192 LF $ $ 3 -14 D -705 6 -Inch Perforated HDPE 200 LF $ $ Subdrain 3 -15 D -709 Quarry Spalls 160 TN $ $ 3 -16 D -751 WSDOT Standard Type 1 1 EA $ $ Catch Basin, Aircraft Rated WSDOT Standard Type 2 - 3 -17 D -751 48" Catch Basin, Aircraft 1 EA $ $ Rated 3 -18 D -751 Drainage Structure Removal 2 EA $ $ Renton Municipal Airport 00410 -7 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 3 -19 L -108 L -824C Cable 875 LF $ $ 3 -20 L -110 Electrical Conduit, 40 LF $ $ One 2 -Inch 3 -21 L -125 Demolish Taxiway Edge 15 EA $ $ Light 3 -22 L -125 Demolish L -867 Basecan 8 EA $ $ 3 -23 L -125 Demolish L -824 5kV Cable 875 LF $ $ 3 -24 L -125 New Taxiway Edge Light 16 EA $ $ 3 -25 L -125 New L -867 Basecan 9 EA $ $ 3 -26 P -105 Asphalt Pavement Sawcutting 40 LF $ $ 4 to 10 Inch Depth Asphalt /PCC Pavement 3 -27 P -105 Sawcutting 10 to 14 Inch 520 LF $ $ Depth Asphalt Pavement Removal 3 -28 P -105 and Disposal 4 to 10 Inch 1,146 SY $ $ Depth 3 -29 P -105 Asphalt/PCC Removal and 4,740 SY $ $ Disposal 10 to 14 Inch Depth 3 -30 P -152 Stripping 0.06 AC $ $ 3 -31 P -152 Unclassified Excavation - 340 CY $ $ Used On Site 3 -32 P -152 Unsuitable Excavation 100 CY $ $ 3 -33 P -160 Sediment Trap 2 EA $ $ 3 -34 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 3 -35 P -304 Cement - Treated Base Course 5,900 SY $ $ 3 -36 P -401 Bituminous Surface Course 1,630 TN $ $ Renton Municipal Airport 00410 -8 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum I � I � I � I Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 3 -37 P -401 Bituminous Base Course 2,500 TN $ $ 3 -38 P -603 Bituminous Tack Coat 7.4 TN $ $ 3 -39 P -620 Preformed Pavement Marking 1,340 SF $ $ 3 -40 P -620 Painted Pavement Marking 255 SF $ $ 3 -41 T -902 Hydroseeding 0.05 AC $ $ 3 -42 T -905 Topsoiling 50 CY $ $ 3 -43 T -909 Under Pavement Herbicide 5,970 SY $ $ 3 -44 T -4000 Ductile Iron Pipe for Water Main, 12 In. 130 LF $ $ 3 -45 T -4000 Ductile Iron Pipe for Water Main, 8 In. 10 LF $ $ 3 -46 T -4000 Removal of Existing Pipe and Appurtenances 500 LF $ $ 3 -47 T -4000 Connect to Existing Main 3 EA $ $ Subtotal Basic Bid 3 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 3 PLUS SALES TAX $ Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -9 Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule BASIC BID 4: TAXIWAY B SYSTEM REHABILITATION — Phase 4 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Unit Unit Price Total Price Airfield FOD Prevention 4 -1 A -101 Control 1 LS $ $ 4 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 4 -3 A -101 Airfield Traffic Control 1 LS $ $ 4 -4 A -101 Roadway Traffic Control 1 LS $ $ 4 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing 4 -6 A -105 Utility Locate 1 LS $ $ 4 -7 A -110 Construction Survey 1 LS $ $ 4 -8 A -201 Trench Excavation Safety 1 LS $ $ Provisions 4 -9 D -701 6-Inch HDPE Storm Drain 160 LF $ $ 4 -10 D -701 HDPE Storm Drain 48 LF $ $ Pipe 4 -11 D -701 1 pench HDPE Storm Drain 655 LF $ $ 4 -12 D -701 12 -Inch DI Storm Drain Pipe 235 LF $ $ 4 -13 D -701 18 -Inch DI Storm Drain Pipe 182 LF $ $ 4 -14 D -701 Storm Drain Pipe Removal 698 LF $ $ 4 -15 D -702 Slotted Drain System, 12 -Inch 497 LF $ $ 4 -16 D -702 Slotted Drain System, 18 -Inch 153 LF $ $ 4 -17 D -702 Slotted Drain System 275 LF $ $ Removal 4 -18 D -705 6 -Inch Perforated HDPE 635 LF $ $ Subdrain Renton Municipal Airport 00410 -10 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 � I � I C Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 4 -19 D -709 Quarry Spalls 160 TN $ $ 4 -20 D -751 WSDOT Standard Type 1 1 EA $ $ Catch Basin 4 -21 D -751 WSDOT Standard Type 1 4 EA $ $ Catch Basin, Aircraft Rated 4 -22 D -751 WSDOT Standard Type 2 - 4 EA $ $ 48" Catch Basin WSDOT Standard Type 2 - 4 -23 D -751 48" Catch Basin, Aircraft 2 EA $ $ Rated Flow Splitter WSDOT 4 -24 D -751 Standard Type 1 L Catch 2 EA $ $ Basin 4 -25 D -751 Drainage Structure Removal 4 EA $ $ 4 -26 L -108 L -824C Cable 875 LF $ $ 4 -27 L -110 Electrical Conduit, 90 LF $ $ One 2 -Inch 4 -28 L -125 Demolish Taxiway Edge 8 EA $ $ Light 4 -29 L -125 Demolish L -867 Basecan 8 EA $ $ 4 -30 L -125 Demolish L -824 5kV Cable 875 LF $ $ 4 -31 L -125 Airfield Sign Elevation 1 EA $ $ Change 4 -32 L -125 New Taxiway Edge Light 11 EA $ $ 4 -33 L -125 New L -867 Basecan 11 EA $ $ 4 -34 P -105 Asphalt Pavement Sawcutting 1,325 LF $ $ 4 to 10 Inch Depth Asphalt /PCC Pavement 4 -35 P -105 Sawcutting 10 to 14 Inch 1,293 LF $ $ Depth Asphalt Pavement Removal 4 -36 P -105 and Disposal 4 to 10 Inch 605 SY $ $ Depth Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -11 Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 4 -37 P -105 Asphalt/PCC Removal and Disposal 10 to 14 Inch Depth 3,475 SY $ $ 4 -38 P -105 Grout Fill Existing Pipe 1 LS $ $ 4 -39 P -152 Stripping 0.85 AC $ $ 4 -40 P -152 Unclassified Excavation - Used On Site 200 CY $ $ 4 -41 P -152 Unsuitable Excavation 100 CY $ $ 4 -42 P -152 Imported Borrow Material 450 CY $ $ 4 -43 P -160 Sediment Trap 4 EA $ $ 4 -44 P -160 Straw Wattles 200 LF $ $ 4 -45 P -160 Geelottextile Encased Check D 2 EA $ $ 4 -46 P -160 Temporary Erosion Control Force Account 1 FA $5,000 $5,000 4 -47 P -304 Cement - Treated Base Course 3,652 SY $ $ 4 -48 P -401 Bituminous Surface Course 2,410 TN $ $ 4 -49 P -401 Bituminous Base Course 3,430 TN $ $ 4 -50 P -401 Temporary Taxiway Construction 1 LS $ $ 4 -51 P -603 Bituminous Tack Coat 6.0 TN $ $ 4 -52 P -620 Preformed Pavement Marking 1,741 SF $ $ 4 -53 P -620 Painted Pavement Marking 360 SF $ $ 4 -54 P -620 Pavement Marking Removal 1,250 SF $ $ 4 -55 T -902 Hydroseeding 0.85 AC $ $ Renton Municipal Airport 00410 -12 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 4 -56 T -905 Topsoiling 450 CY $ $ 4 -57 T -909 Under Pavement Herbicide 3,652 SY $ $ 4 -58 T -4000 Removal of Existing Pipe and Appurtenances 680 LF $ $ Subtotal Basic Bid 4 $ Plus Sales Tax (9.5 %) $ 1 LS TOTAL BASIC BID 4 PLUS SALES TAX $ BASIC BID 5: TAXIWAY B SYSTEM REHABILITATION — Phase 5 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Unit Unit Price Total Price Airfield FOD Prevention 5 -1 A -101 1 LS $ $ Control Airport Perimeter Road FOD 5 -2 A -101 1 LS $ $ Prevention 5 -3 A -101 Airfield Traffic Control 1 LS $ $ 5 -4 A -101 Roadway Traffic Control 1 LS $ $ Contractor Quality 5 -5 A -103 1 LS $ $ Control /Acceptance Testing 5 -6 A -105 Utility Locate 1 LS $ $ 5 -7 A -110 Construction Survey 1 LS $ $ Trench Excavation Safety 5 -8 A -201 1 LS $ $ Provisions HDPE Storm Drain 5 -9 D -701 245 LF $ $ Pipe 5 -10 D -701 12 -Inch DI Storm Drain Pipe 90 LF $ $ 5 -11 D -701 18 -Inch DI Storm Drain Pipe 130 LF $ $ Renton Municipal Airport 00410 -13 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 5 -12 D -701 Storm Drain Pipe Removal 830 LF $ $ 5 -13 D -702 Slotted Drain System, 12 -Inch 248 LF $ $ 5 -14 D -705 6 -Inch Perforated HDPE 400 LF $ $ Subdrain 5 -15 D -709 Quarry Spalls 160 TN $ $ 5 -16 D -751 WSDOT Standard Type 1 2 EA $ $ Catch Basin 5 -17 D -751 WSDOT Standard Type 1 2 EA $ $ Catch Basin, Aircraft Rated 5 -18 D -751 WSDOT Standard Type 2 - 1 EA $ $ 48" Catch Basin WSDOT Standard Type 2 - 5 -19 D -751 60" Catch Basin, Aircraft 1 EA $ $ Rated 5 -20 D -751 Drainage Structure Removal 7 EA $ $ 5 -21 L -108 L -824C Cable 875 LF $ $ 5 -22 L -110 Electrical Conduit, 500 LF $ $ One 2 -Inch 5 -23 L -125 Demolish Taxiway Edge 5 EA $ $ Light 5 -24 L -125 Demolish L -867 Basecan 5 EA $ $ 5 -25 L -125 Demolish Flush Runway 1 EA $ $ Light and Basecan 5 -26 L -125 Demolish L -824 5kV Cable 875 LF $ $ 5 -27 L -125 New Taxiway Edge Light 6 EA $ $ 5 -28 L -125 New L -867 Basecan 7 EA $ $ 5 -29 L -125 New Runway Edge Light 1 EA $ $ 5 -30 P -105 Asphalt Pavement Sawcutting 1,570 LF $ $ 4 to 10 Inch Depth Renton Municipal Airport 00410 -14 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item Tech. Description Approx. Unit Unit Price Total Price No. Prov. Qty Asphalt /PCC Pavement 5 -31 P -105 Sawcutting 10 to 14 Inch 700 LF $ $ Depth Asphalt Pavement Removal 5 -32 P -105 and Disposal 4 to 10 Inch 980 SY $ $ Depth 5 -33 P -105 PCC Pavement Removal and 250 SY $ $ Disposal 14 Inch Depth Asphalt/PCC Pavement 5 -34 P -105 Removal and Disposal 10 to 3,850 SY $ $ 14 Inch Depth 5 -35 P -152 Stripping 0.23 AC $ $ 5 -36 P -152 Unclassified Excavation - 286 CY $ $ Used On Site 5 -37 P -152 Unclassified Excavation - 818 CY $ $ Hauled Off Site 5 -38 P -152 Unsuitable Excavation 100 CY $ $ 5 -39 P -160 Sediment Trap 7 EA $ $ 5 -40 P -160 Straw Wattles 100 LF $ $ 5 -41 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 5 -42 P -304 Cement - Treated Base Course 5,080 SY $ $ 5 -43 P -401 Bituminous Surface Course 2,950 TN $ $ 5 -44 P -401 Bituminous Base Course 3,500 TN $ $ Portland Cement Concrete 5 -45 P -501 500 SY $ $ Pavement 5 -46 P -603 Bituminous Tack Coat 6.4 TN $ $ 5 -47 P -620 Preformed Pavement Marking 2,290 SF $ $ 5 -48 P -620 Painted Pavement Marking 150 SF $ $ Renton Municipal Airport 00410 -15 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 5 -49 P -620 Pavement Marking Removal 450 SF $ $ 5 -50 T -902 Hydroseeding 0.39 AC $ $ 5 -51 T -905 Topsoiling 260 CY $ $ 5 -52 T -909 Under Pavement Herbicide 5,080 SY $ $ 5 -53 T -4000 Removal of Existing Pipe and Appurtenances 525 LF $ $ Subtotal Basic Bid 5 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 5 PLUS SALES TAX $ BASIC BID 6: TAXIWAY B SYSTEM REHABILITATION — PHASE 6 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 6 -1 A -101 Airfield FOD Prevention 1 LS $ $ Control 6 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 6 -3 A -101 Airfield Traffic Control 1 LS $ $ 6 -4 A -101 Roadway Traffic Control 1 LS $ $ 6 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing 6 -6 A -105 Utility Locate 1 LS $ $ 6 -7 A -110 Construction Survey 1 LS $ $ 6 -8 A -201 Trench Excavation Safety 1 LS $ $ Provisions 6 -9 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account Renton Municipal Airport 00410 -16 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 6 -10 F -162 Temporary Construction 1 LS $ $ Access Fence Restoration 6 -11 P -401 Temporary Taxiway 1 LS $ $ Removal /Restoration 6 -12 P -401 Haul Route Pavement Repair 1 LS $ $ 6 -13 P -401 Temporary Access Pavement 1 LS $ $ Removal/Restoration 6 -14 T -4000 Removal of Existing Pipe and 70 LF $ $ Appurtenances Subtotal Basic Bid 6 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 6 PLUS SALES TAX $ END OF SECTION Renton Municipal Airport 00410 -17 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 1 NOISIA3a - — or. 0OK -W 0:11d 311JONd (INV NVId 8 JkVMIXVi W t- = d: S � ^ o n o I I �! roams t /zz/z MR 11016UNS0M 'PMA3 1 1 1 Z� NOI1V11118VH3N W31SAS 8 .IVMIXVl H1f10S m m ppl a }ing . }aa1}S 41�£l 8iL a Z 1NOdMV IVdIOINf1W NOIN38 — NO1N321 30 JWO � �� o % W ' F N wZ ZOz w > w C9 .\ Cb wZ x a 3�jJw¢ cU7 xm O O Y .. .... ... .. ... 'O O- �. °W wv) z HSaW Z ZQN a _qi �"Vj0 '6 C .L ow ow °w�tnFx mFFu 00 O pU o ii 1 .. .. U 4 0 x vi = ops¢F JZinm Ww t'- z �q �' .... .. it 2 31: w O Jc�w O O to < w� .. a3:. t x. w. Z w - azz� mwr tnwMw~ w w U > a0 �o' e°V'y .:. A.:. . y� �o wgw15,Zrz cn °zmJ¢ r�i Oz o a Ua �� ?P�a atFy r oy _¢ Gbr a .. 3 o.. �F �omwppfjil0 z¢J U mF ¢ J� .. 00 J¢ Z HZ° �U�o O ~N o �z iLL ¢ .. .. ..� W� Jw?o =w- o mo�tn� _� z w _¢ O? Fz ... .... .. ^� =Z3UH Z2Zm 2 UN? tV lL a� ¢� ¢W .... .O� '-Z NOVaaIYN ZF-O U�OQ' M WO U�j U OQ �¢ O ... ... .:.. .Z. W.¢ CiU °ZK �w�W� `�2gjm �a r �iow Giw ua... Ciw sv ° N .. ....... ...... ....... N N Lj WZOW z<C, Nom. Ncro NW N7 f=/ w zi : ::- .: .:: :. ...... .. Z 3J0 - La NQ °U0� 7 Wta_? <3: ;Z Nn N = N3 N� N3 n: m m: a Z cJ r7 v rri 16 06 a N:. . N .. N ... M N N N; ................. :.. . . . . . ... .:. ....... : I ..... .. ... . ...... ............ ......... .... . : .. .. ...... :. ::0 . . . . . . . . ... ... .. . . . ..... . . tr: trZ J3 0 o z : i I M I I o j " I I I Ezz I .:.:: a .. . oZ m3 I�, / -� - waW - ..L... N� — ... °z� I .: ...:.: .. ... Or DZ 93 : zp ozm :. .: . .'4LtrZ03: wFQ Y e o I� c� mm ... .. ....I:.:... I \ om z 00 S£ +6Z SaA3 ° o o. N o z _� : .: : .: :. SL 4Z 03 w .. _.. .. ... .. ° W ti I a I #rg ry I I m m L= °x - - .:I: o >,c�' y. I I o > SL'tiZ . = A313 IAd . f . . 6c'b 03 0 �- 4 r xa ti j m 00 "00 ±6Z V1SIAd ! . .. L + :A° "�i?tr o .t. .. L bZ 03. ,� 0 a m I °O J 16 VZ 30AS . ' 1 yam N _ . 0Q '99t $�A8 .... . .:.. I . ME, St rn it ra y I [7 �N Z : % \ui ` ' s3.3'S,a vS .... ... .. ' . no o .. .. .. I .. :.6r 4Z 03 tai 4 cea a dM r r X �� n I + + NotN3 ?INS t ss w7 ..: ... I :.: :. :.: W V N O U) I( F Vj t }; zd2 iii N N (\j M N I LO X II II N t i t z- -' „ , 3 a �� m m tl :: � I .: 60'92 9j w m W W / l , ° M r I a+' ` "-` tN°• : Tw.. 4Z "trZ J3 . GS d021 „Z!r ON.SL / 1 .•� - h^. ^� i:5 v -Cr -- 05 d: p \ Z se + + I Ft I t •r ! i Mtu a a_ 3 ��l ° aX ^ m N n .I G t0 I / �, I(' G a Z. 0 04 t N r.s ui m .... - \ p I\ ILI •ctc. M tLt b iyy ai3�'L v N i .: I .: 6£ 4Z 93. . 11 "rt 't[x 3 .aif ➢"2,,� a '�-r 3t 3dIN1S .. .. .. .. I ... .. .. . 6 —V,� N011J Od ... I J Q t ; - -- s Y� f I .. -- 1� r 1 �$ � _ � � �� I Sfi bZ 'J3 �5, 'T iel 777�t.cY �9 ? 'G y 1 I I l5 9Z 30A3 : f .: . . U m n w #£c "i ma�yy m i I 00'S£4 LZ =S�A3 I: IyJ z/ h 951 D] ` V I ��� .- \\ �` r4, % �, •�i -a.. N � ` cmi n l Ki .I : _. : 9r �Z :J3 . �\ °x t'' �'rd��uti'`. -` 4 �. w SUpi� "s 'r +resin_ OOOL+LZ Y.1S VM ��, y� Mt l•.; "'F '�`SJI� ��''° `' �Y"_6"° A+c iii N N o .............. .. ...I.. ... .... .. L9SZ 9j 'O m m ¢ : I: ....... 99`4Z 03 .n p iN d. r \ n ( N .: e z R r e y' m g ° Z99Z :A313 I o �j�$ Fx O 1 _ t z 19'1,Z O3 r_ .. ... ... . . AI S' 4'. '. `'i .fix s*?-; F:h : S J J I - e'va' -'r¢,"" , A.t: ;r i+ a '' tk F .. ( ao io nx i ...... c . 0'bZ 03 � b cli t1 x h a ui ui •.� ;fit ;,, I,ra. --.1� _ k In. zh�r wk's. .... #.. .. .... eL laic! w .. .. ........ moo Ib Via. 9 `�'^ r: x..st6sx - .: .:I + t N ik I. ” x .'r'' A' ate+ `' Yj -` sr"`i�'hn ��^' c7 " •cl' m - N '4 ,'ter .r �°�P �•- .( .: Z9'SZ `J3. a+o ` e }c ..:. :.: :.: .:l . .:9VIIZ 'J3' : y m " " hf taAs�'' -;? :. : . . . . 0 33 3 :O + N"x Ha 1� tau €� 3dlats N At ll3,l .:I .. - —V N pt� ��+d ° ¢ I g, _ o "PA", f 7 ..'&+i -k5 Sro'c �" 5,. D�IJU .. 0_1 - ...:I - n N m N 9 C-�sn. G 1S ..I. ... .. r fx : 84 trZ 03 �Fi :k L 1. % ¢ ➢'t s,r �r�`�,.Y�Ls'"t72"t`L •a�,.r; _ -1 , r ? P`�' :: .: I .:: m q n4 0! x VS4Z 0'3 °"kart;, = �\ . . .. ., .I... ... ME; p F a'P r #v Lt y�T c aw.. v L- J - 1 N I a 1 +4 ,aX` �":4*�£+ ,# r "#,1a- ''°. '. W ;.I(' �,�� i o : .: I . i brk�$/r.� � ��,'' I` k�4 .M.> 1, � � � a Z9'SZ .:30A3 .. .I:: ... : Z9'SZ. 93 99 *Z. i c. a •�- z �. Nr."'�rg-� C't ld$ >-'- ..r., {" �� ,' mp >� O ..... .. i _ s u I as U�ww _ I rya ( .. i' l0 133HS 33S OO +SZ V1S 3NIIH0IVW 04 N N 04 N N iO N 6MP'tr'LO- LOO£\9SS4 4s!19ndDV\dVi31\:O WdLZ:Z £tOZ /0Z /Z0 NoISIA3a — — — — o or I I n SNO1103S SS080 A`dMIX`dl IVOIdAl o o W W N N N o n I 'ON /{NORM s sm l l /ZZ /z ° ` O bOb86 UOAU14sDA '}}ajan3 Z Z " " V b } } N N N011dll-11EIVH3N W3lSAS 8 kVMIXVI Hinos � min T- OOZ a }ins . Ms }awls 4}i'£I sZj N � m .... �_% O'Z_ 3 0 � z 0 a. .. ....... ...... .... ... .. ... ..... ...... ... ..... ...... ....... ... -.. ..... J FQ W O.W ZW O �9:0 .. Z $N M......... ............................... _.. .:.......,..:.................. .:....... ............. ............. .. ....... ...90... . W° Z C F Z J a z w it a:w :� Y i I, x. z �m a Ww:° I < I Q.x w i.. J z I. ". <Ja o 70rn I a z I a z I 9g w Uz I: '.�. �z yr �z :0z I Q.q� oaf O it zN I:' z� _ I z� :° I .. Z� { �¢ X41 ... .. I..... Fw�':��. ...... ....... ..... ... ....... .... In co w� O I+ I I r 0....4x,.:........ { z ...:......... _........ 1..... _.. I 0 s Qa r I' `I cl z W tzi o O............... ...... { ...... ... N a I I o...'.. ...0 �. :.1 w t.. I. 00z O. O 1 r z x?�' j I xQ I. W I w ° I o Wo: Ewa sl '.f is I Ot= 0 1 z w I I w C, z z r 3Nn 3SV31 ON1308 �NGO o3N1 3 ON30 3Nf 3SV W o o I cn ° w ° X.a cv K: N ZW: I;' a.rnn 0 x - 0............ �........- .W...... ..L..'..... o.o x.W .............: . I: z oNw: I:`, U� �O ¢ Q.a .. ¢ .... O ......... I f >...... ; 4... .... �...o ............... 0. . I I I_. ................QicQ. ,, .., ��� p w Ewa z�� tfi.....a,. .d W c 0... LI, 0...... o N N.......:..... b . a I . U D : O w o O) 4 W + _..- .'... _ ...N ........ . v, N W z °z a ' m m LO N W N N ......... m.....�- o �M W : O c L) U c N w W r L V% 4J Y O < td z 1 L 1 I I ^ I m I I v Yu 0 n i EA m I � W gg C7 N X W : WX> z� I I { U (n a� II I W o + N O. . (n ca 17 f w U) (n 3 0 V) I vi °z O o o L........ ......... .. O.. ........... L..L...... O...0 I > m W II I Nc�.- O N ' �°° 0 I L m y i. d3 c�+ I M I: ( U M I: I {...... �..Z........,. .. G ua 1 f o O O { ZO W U i I I II I �_`� ZN W C........ CL { I $W o U ° C V x � H . Z } O \ z C) F z — .........� .. -..... .1...p . 1 W { OZ W I..l 0 '... o .. 0. W W W... .... ........'....> �.. .....' N 0 N Y N 0....... - m--.. � . . . W. . - > W u' W .... . � U M. .6 .+ N to O +� +° �0 .NWMW ao I I ;C, v.. ' NON—... '.t0.4- ......'....I......'..... .. .. .' ........... ........ ..... ° ...... .'I.. .4J .. ....... ....... .. .... .... ...... ,.. �. ... > > w o �l! Sk 'm W m lJ � I : : S, :N O CO 0 ' 0 .. . . . . . . . ....... . . .... ... o . .Q . : U p co O- ......'..........'..... ....'...L . ...... ........ .:...... o.. W ? ..rz..... .. .. .. .......... .......... h � W ZZ I � in m U 0 F 0 1 t-i ......: ......... L`. ....'... ..... ..........' ....... ^ OM. W M I O.'. { I �.{ 1 0. o... In ..11 1. . I ...... Q0�. CD 0 { zz cr I NO f U. { w0: t ' O ............... .:....... .. ...1. ........ - ...:.. ................. .:...... ........ 0 ..... ..I ... ....... ...... ... OO �. I I N. I I p I I I p I I : I I I I O II p N......... ...... ...... I. I. ...... N { I O p .......................................................................................................................................................................... ............................... 6MP'L'ZO- LO0£ \47nos 8 6oMixol \u6isa0 \NodnV uGlua6 L00 \OLOZ \EZ \ :I WdLZZ f m tfi.....a,. .d W c 0... LI, 0...... o N N.......:..... b . a I . U D : O w o O) 4 W + _..- .'... _ ...N ........ . v, N W z °z a ' m m LO N W N N ......... m.....�- o �M W : O c L) U c N w W r L V% 4J Y O < td z 1 L 1 I I ^ I m I I v Yu 0 n i EA m I � W gg C7 N X W : WX> z� I I { U (n a� II I W o + N O. . (n ca 17 f w U) (n 3 0 V) I vi °z O o o L........ ......... .. O.. ........... L..L...... O...0 I > m W II I Nc�.- O N ' �°° 0 I L m y i. d3 c�+ I M I: ( U M I: I {...... �..Z........,. .. G ua 1 f o O O { ZO W U i I I II I �_`� ZN W C........ CL { I $W o U ° C V x � H . Z } O \ z C) F z — .........� .. -..... .1...p . 1 W { OZ W I..l 0 '... o .. 0. W W W... .... ........'....> �.. .....' N 0 N Y N 0....... - m--.. � . . . W. . - > W u' W .... . � U M. .6 .+ N to O +� +° �0 .NWMW ao I I ;C, v.. ' NON—... '.t0.4- ......'....I......'..... .. .. .' ........... ........ ..... ° ...... .'I.. .4J .. ....... ....... .. .... .... ...... ,.. �. ... > > w o �l! Sk 'm W m lJ � I : : S, :N O CO 0 ' 0 .. . . . . . . . ....... . . .... ... o . .Q . : U p co O- ......'..........'..... ....'...L . ...... ........ .:...... o.. W ? ..rz..... .. .. .. .......... .......... h � W ZZ I � in m U 0 F 0 1 t-i ......: ......... L`. ....'... ..... ..........' ....... ^ OM. W M I O.'. { I �.{ 1 0. o... In ..11 1. . I ...... Q0�. CD 0 { zz cr I NO f U. { w0: t ' O ............... .:....... .. ...1. ........ - ...:.. ................. .:...... ........ 0 ..... ..I ... ....... ...... ... OO �. I I N. I I p I I I p I I : I I I I O II p N......... ...... ...... I. I. ...... N { I O p .......................................................................................................................................................................... ............................... 6MP'L'ZO- LO0£ \47nos 8 6oMixol \u6isa0 \NodnV uGlua6 L00 \OLOZ \EZ \ :I WdLZZ f m W : O c L) U c N w W r L V% 4J Y O < td z 1 L 1 I I ^ I m I I v Yu 0 n i EA m I � W gg C7 N X W : WX> z� I I { U (n a� II I W o + N O. . (n ca 17 f w U) (n 3 0 V) I vi °z O o o L........ ......... .. O.. ........... L..L...... O...0 I > m W II I Nc�.- O N ' �°° 0 I L m y i. d3 c�+ I M I: ( U M I: I {...... �..Z........,. .. G ua 1 f o O O { ZO W U i I I II I �_`� ZN W C........ CL { I $W o U ° C V x � H . Z } O \ z C) F z — .........� .. -..... .1...p . 1 W { OZ W I..l 0 '... o .. 0. W W W... .... ........'....> �.. .....' N 0 N Y N 0....... - m--.. � . . . W. . - > W u' W .... . � U M. .6 .+ N to O +� +° �0 .NWMW ao I I ;C, v.. ' NON—... '.t0.4- ......'....I......'..... .. .. .' ........... ........ ..... ° ...... .'I.. .4J .. ....... ....... .. .... .... ...... ,.. �. ... > > w o �l! Sk 'm W m lJ � I : : S, :N O CO 0 ' 0 .. . . . . . . . ....... . . .... ... o . .Q . : U p co O- ......'..........'..... ....'...L . ...... ........ .:...... o.. W ? ..rz..... .. .. .. .......... .......... h � W ZZ I � in m U 0 F 0 1 t-i ......: ......... L`. ....'... ..... ..........' ....... ^ OM. W M I O.'. { I �.{ 1 0. o... In ..11 1. . I ...... Q0�. CD 0 { zz cr I NO f U. { w0: t ' O ............... .:....... .. ...1. ........ - ...:.. ................. .:...... ........ 0 ..... ..I ... ....... ...... ... OO �. I I N. I I p I I I p I I : I I I I O II p N......... ...... ...... I. I. ...... N { I O p .......................................................................................................................................................................... ............................... 6MP'L'ZO- LO0£ \47nos 8 6oMixol \u6isa0 \NodnV uGlua6 L00 \OLOZ \EZ \ :I WdLZZ f m � W gg C7 N X W : WX> z� I I { U (n a� II I W o + N O. . (n ca 17 f w U) (n 3 0 V) I vi °z O o o L........ ......... .. O.. ........... L..L...... O...0 I > m W II I Nc�.- O N ' �°° 0 I L m y i. d3 c�+ I M I: ( U M I: I {...... �..Z........,. .. G ua 1 f o O O { ZO W U i I I II I �_`� ZN W C........ CL { I $W o U ° C V x � H . Z } O \ z C) F z — .........� .. -..... .1...p . 1 W { OZ W I..l 0 '... o .. 0. W W W... .... ........'....> �.. .....' N 0 N Y N 0....... - m--.. � . . . W. . - > W u' W .... . � U M. .6 .+ N to O +� +° �0 .NWMW ao I I ;C, v.. ' NON—... '.t0.4- ......'....I......'..... .. .. .' ........... ........ ..... ° ...... .'I.. .4J .. ....... ....... .. .... .... ...... ,.. �. ... > > w o �l! Sk 'm W m lJ � I : : S, :N O CO 0 ' 0 .. . . . . . . . ....... . . .... ... o . .Q . : U p co O- ......'..........'..... ....'...L . ...... ........ .:...... o.. W ? ..rz..... .. .. .. .......... .......... h � W ZZ I � in m U 0 F 0 1 t-i ......: ......... L`. ....'... ..... ..........' ....... ^ OM. W M I O.'. { I �.{ 1 0. o... In ..11 1. . I ...... Q0�. CD 0 { zz cr I NO f U. { w0: t ' O ............... .:....... .. ...1. ........ - ...:.. ................. .:...... ........ 0 ..... ..I ... ....... ...... ... OO �. I I N. I I p I I I p I I : I I I I O II p N......... ...... ...... I. I. ...... N { I O p .......................................................................................................................................................................... ............................... 6MP'L'ZO- LO0£ \47nos 8 6oMixol \u6isa0 \NodnV uGlua6 L00 \OLOZ \EZ \ :I WdLZZ f m 0....... - m--.. � . . . W. . - > W u' W .... . � U M. .6 .+ N to O +� +° �0 .NWMW ao I I ;C, v.. ' NON—... '.t0.4- ......'....I......'..... .. .. .' ........... ........ ..... ° ...... .'I.. .4J .. ....... ....... .. .... .... ...... ,.. �. ... > > w o �l! Sk 'm W m lJ � I : : S, :N O CO 0 ' 0 .. . . . . . . . ....... . . .... ... o . .Q . : U p co O- ......'..........'..... ....'...L . ...... ........ .:...... o.. W ? ..rz..... .. .. .. .......... .......... h � W ZZ I � in m U 0 F 0 1 t-i ......: ......... L`. ....'... ..... ..........' ....... ^ OM. W M I O.'. { I �.{ 1 0. o... In ..11 1. . I ...... Q0�. CD 0 { zz cr I NO f U. { w0: t ' O ............... .:....... .. ...1. ........ - ...:.. ................. .:...... ........ 0 ..... ..I ... ....... ...... ... OO �. I I N. I I p I I I p I I : I I I I O II p N......... ...... ...... I. I. ...... N { I O p .......................................................................................................................................................................... ............................... 6MP'L'ZO- LO0£ \47nos 8 6oMixol \u6isa0 \NodnV uGlua6 L00 \OLOZ \EZ \ :I WdLZZ f m O p .......................................................................................................................................................................... ............................... 6MP'L'ZO- LO0£ \47nos 8 6oMixol \u6isa0 \NodnV uGlua6 L00 \OLOZ \EZ \ :I WdLZZ f m Nols n3a Z o�azF o! Z W Mwe -ON 0OK -K ON NVId 30dNIbRi4 WbOlS o � N d � � " ) � rl p I l 'ON IVfI0N30UY SI8 t /iL N y�j�Z � I n M �- z 60Z86 ua UNSDM '40JDA3 W Z U ° N ' O R NOI1d111IINH38 W31SAS 8 .kVMIXVI H1f10S a U J W °zwOtFwz °c�3 ma�a OOZ apS . MS }ao;S 41�£l 9ZL ° `�' °c� N Y 63 MM <W3ZW�o <aN JF_ma x 1NOdNIH IVdIOINnVi NOlN38 — NO1N3N 30 AlI3 o m9 m o m oA �� o J ci m Z o�azF o! Z W � 3 z m W O N Zvi W a .w R0- T� Z F W W VIj'��ZI -Z NW� W� Z N y�j�Z � I n M �- z p N W Z W U� O N x z Q a Z U Z x w x in ZH y U J W °zwOtFwz °c�3 ma�a ° ° `�' °c� vw) Y 63 MM <W3ZW�o <aN JF_ma x 0 o m9 oZ° a' 9 � z O oA N w (� a3WN �� �OWQ wzi-x Ww W W M a�N E Z m w aF M5 owW Wzaw =z3 a o �- za�m J� o �ZW x Jpz�NW� °� <a Wp 5M z 5Z NWN QJJQWW UU7 a40! �J U)wMO�WZ OOJZ M_ ��Ww NNO Id N tzi 1'1 w oz aNN ZJZ UmJ QZ I5.I on p U }.+ �WZZ V1UUpa'2 KZUZ� Xw JZ W I Z NQ OUWoIx OW UWwa U7 K.UiN i Ni co a 0� c Lo £'£O 133HS ad 33S OO +OZ d1S 3NIlHO1bW J trp F- J J U a0 Q N w I 2 cDU 0 31 W w to a O � W CL O. NN NM{ 0,-j fI di 9 <! _ 1 am C, Zm°I NN J NmNN a I mN U<z.T� 11 II d' 1J W _14 V �! W I \ \N \F S L'^d tO uJ Ww N �@ F Z �® Mo V O m � cV 00 J N ri N Iw z Ntp WVIN + w� �ao° CU a ° W S�c� io � n 2 °I NNN m � II II II OS 25 � � O M N W J F � a bc; I -MM gNZN LJ � �o ao � NNNN m F3 II II II II U M N F d' W W W W O , O ® o W 0 a x � ° 1 4 0� -CIS IM O 4 a l 0 L) _ n x m � V) N W W c J H J 16 fG tD O O H � m W O + n Y � I. U m w�4'^ ^ F a .w R0- T� �a x _' � .0. m° ° d � U ¢ �- z p N N V � o N M N M W y J J W (o �16 Z N U W j Z� � N Y 63 W z 0 m p 0 Z —¢ N O +� n: oA N Z m g o Jm y o m W W M V! 0� -CIS IM O 4 a l 0 L) _ n x m � V) N W W c J H J 16 fG tD O O O� fib" 1�1 ����� ��'���d���'���O��O���it►� air yh Es�� �L ail TO 133HS 33S 0. 3 I � I a o �i Z II II m� w I °O" 7 z02 I W < O p . W I �W a oa O � I T M N op W I �I a 0 ® I U 0 o I r J �I I � U I (V M �W �a m °o Mn m N O � w � I c i �I I o I I � i 1 � a I I I 'I �I VIS 3NnHO1VW o —TI U 2 ��-• tE n c p M W W+ }alrn N r < O � a m N N z O O J N 4 N K� I t0 I M • U N Z ° n a; p' 3 �F+ Waa4�ao^ ~ _6 N pd� N M M - M p it L) F= I�G K O U M U W qq w K Z O N I m U = O w N Zomo awW Oow O � m yaw U W Z 5;8w WKJCN7 Fr,^— r �I, q of I 3 CU o � Al + n Y � I. U m w�4'^ ^ F Of R0- T� OWN m _' � .0. O� fib" 1�1 ����� ��'���d���'���O��O���it►� air yh Es�� �L ail TO 133HS 33S 0. 3 I � I a o �i Z II II m� w I °O" 7 z02 I W < O p . W I �W a oa O � I T M N op W I �I a 0 ® I U 0 o I r J �I I � U I (V M �W �a m °o Mn m N O � w � I c i �I I o I I � i 1 � a I I I 'I �I VIS 3NnHO1VW o —TI U 2 ��-• tE n c p M W W+ }alrn N r < O � a m N N z O O J N 4 N K� I t0 I M • U N Z ° n a; p' 3 �F+ Waa4�ao^ ~ _6 N pd� N M M - M p it L) F= I�G K O U M U W qq w K Z O N I m U = O w N Zomo awW Oow O � m yaw U W Z 5;8w WKJCN7 Fr,^— r �I, q of I 3 CU El 0 1 z' O N Z o NZaI W Q I J _L Zn U O } 7 J ¢I U W N N ON �F�wI aO ZVMF °w m� r z Z N U ■ n g ,J Of x Lao ® O o . � .0. U d iv)� U ¢ �- z 0N - I - N V � o N U Z y M t� y W N 3 t0 0 Z Z C W j Z� ° Y U W° W z 0 m p 0 Z —¢ N O +� n: oA N N N a a N y � W W a a N W F o Z m w I Ea I:E o K3H El 0 1 z' O N Z o NZaI W Q I J _L Zn U O } 7 J ¢I U W N N ON �F�wI aO ZVMF °w m� r z Z N U ■ n g ' Z U � O H W Z N U z 0s N �- z 0N - I - V � o N W z 7 M N Fn W m W N N V U Z Z Z O Z° Z Z� ° U z x w w w o W z 0 m p 0 M O +� n: N VWl N w F a a a o En r N N N a a N F W X W w w a W W a a N W Z m w I Ea I:E o (n El 0 1 z' O N Z o NZaI W Q I J _L Zn U O } 7 J ¢I U W N N ON �F�wI aO ZVMF °w m� r z Z N U ■ n I UOIUON coo \OLOZ \sz \a wdiz:z siOZ /OZ /ZO U N U In U c U N U � z @03 M Fn W m W N N V U Z Z Z O Q O U U F 7 m Z N W K K ° O O ° U z x w w w o W z 0 W o< M N W• N n: N VWl N w F a a a o U O N F F a N N a a N K X a' W W K a a a 0 W X W w w a W W a a -� LL. I I 1 I UOIUON coo \OLOZ \sz \a wdiz:z siOZ /OZ /ZO NOIS"38 - - I .oN OOK -W 0:4d NYld 30VNI"(I MlOiS Id U w Ki ° I. 'ON NOON30M SM t /ZZ/ 3 c O �+ a ° V tO186 u0I6u!gsuM �}M] 1 1 1 1 z z U N O N N011b'11118dH32! W31S.lS 8 .IVMIX`dl Hif10S - a �' Z J ^ / 0 � Uj50/ 0 OOd aI!�S' MS 1�AS 414£l 8ll < Z F N ° L) 3 R ° v' MAW 'WdlOINnri NOIN38 — NO1NA 3O KUD "'m wow m c - o m < o'Cz N a° z I- ° cNi� a' O aF OZ O 0 a U Z p °Z WOFWZ ~53Z ma � °z¢� N 028 wU o� �dw3zwG zdaN t°il wW o29°z z w� W W EJ48 >a 10". aaui m3 a 3Q O Z� W Q J W° W Z� Z V 6 m 2 3. -= Q U K N w S? p W Q O E = N O wm U uj vxixwo -QOwZo o�F mm o ao w2a UU OZJW K ~Q Oy W V �W (n W. zN N i °p3ooS° �c�w 3 »Wmz �Z Q w° (Z' -wo: Moo- Jam= Z NQ owomlmow UWK6g. QQ VI U7 01[] �vN ui 16 r-: ad \ a g< 1 M (y }W F V£0 133HS 33S 00 +9Z V1S 3NIIHOlVW LO C4 W O Hr 1 w oW Jw CL J 0 O dtn OW I Nd Z0 Q W w. 0 �iy N 2 m ¢C�6a0u0a�Mio� 3 SOS �Nn u) u) I -KN�a <. Q1�Of Of Q�M]OI �2 NNNNN N�NNN �Lr m 11 II II wW vawww �mamwww \ X.r • I J � I z 1 3 \ N I- ` + Q \ t mm�N N \ 1 ! Z'ff 133HS 33S 1S Q N z o? N W = U N a zi \o 'l Id U xZ Z O ,W O W 7tt 3 c O �+ a ° V U-) V U z Z o U W Q W U �p ZW Z J ^ / 0 � Uj50/ 0 J F N ° L) 3 R ° v' 1� "'m wow U��ov;� W N W 0 0 N N N ZQ m II N N N J � /^ V/ m II II 11 m W U�j��WWW N m V£0 133HS 33S 00 +9Z V1S 3NIIHOlVW LO C4 W O Hr 1 w oW Jw CL J 0 O dtn OW I Nd Z0 Q W w. 0 �iy N 2 m ¢C�6a0u0a�Mio� 3 SOS �Nn u) u) I -KN�a <. Q1�Of Of Q�M]OI �2 NNNNN N�NNN �Lr m 11 II II wW vawww �mamwww \ X.r • I J � I z 1 3 \ N I- ` + Q \ t mm�N N \ 1 ! Z'ff 133HS 33S 1S Q N z o? N W = U N g 6omixo1 \u61sa0 \Nodjiy u0ivay L00 \OLOZ\£Z \:I wdLZZ £lOZ /OZ /ZO, J U 'l OI xZ O N° 3 c O �+ No U-) V U N U Q W N N ZW � NJ uJ6 ° L) 3 R ° v' U m m x N O c Lal e O Z Z Y 0 O w� O WZ N Q W W 0 Z -Q i p JQ N Eg 5� �N � N cl O �L U U o 6 U N N N N N z NgH c X w O O O Q 0: R w w 0_ 0. a co g 6omixo1 \u61sa0 \Nodjiy u0ivay L00 \OLOZ\£Z \:I wdLZZ £lOZ /OZ /ZO, U 'l N U-) V U N U N N � ° L) U m m x N U U Z Z O WZ m x Q W W 0 W i p JQ N U U O N U N N N N N z X w X w O O O Q 0: R w w 0_ 0. a co w O O K C w a a O x a J I g 6omixo1 \u61sa0 \Nodjiy u0ivay L00 \OLOZ\£Z \:I wdLZZ £lOZ /OZ /ZO, NOISA3a we era 'ox OOK -W 0 :yd NVId 30VNI"(I NNO1S w � w � " � ° r O I t 'aN YMMON3aatl S19 I /ZZ/ 40186 u016uiysDM '}}a�an3 Z " U n N OR a }mS - ms 190AS WI gzt NOIIVIJI18VH38 W31SAS 8 AVMIXVl H1f10S JAOdMIV IVdIOINnYl NOIN38 — NOiN3a 30 ),LlO �J O v°i Zw_ O� twi�; g ° O ° uW t w zµLL Z1 vU i U oT A J Ot�nz wo LO, a z O z O ? 0 O w_ O m O w 0aw-O Y %j wO Z zK ZZ azy Y OU m � zw W? °C9 p m U o� Zd�3zw�� 7da� �a w4i o pZ °z z • • t WU W2 S FX wW Ow N C7Uw m� a�Q O 3 Och (D 0 JO �NWW W° �UQ6 NFU Q; ZU� N CU lal °j � 2�z?W� m�z0 Z zWmzo NaO ° O w w W Z .W Nz Z V w m O~ w z N .L V U j N a o w O Q N 8wz 0p o��WU ~n o i6 °w� °min U N ~ 3z �z r v� Mmw eLZ v7 O U 8 Nz UZZOO�o'F'i UZU 'G'zE mQ mN �Z ~ 1 3 owl WZi =m M. Zj =2 q2 ON 4Ww. ^� �4y'� V1Q UW° F-OWg UWmd �4N UO °� mvV1 li •0�� N� x3 +r $ao .- N N1 d' 16 10 r co O I +l a I I �- I w m — il I �a > I ¢ FW N cvv 0� �. o_ a 1 Zw I IA Ni OD Ni N 1P L U U N cn Nj o N �Q Q W M M i I I N U N U Z Z A t- Z F" Q Z Z Z Q Q I� M /Q I I I I ~ Q O m z w ° ° m i W w I I ¢ Z 2 W W W ° W ° O Q y O I I W Q cJi ; Z U- ° O ° W 7 N ° ° ° + I I z z O O O W z z O O O r I-4f P I O N N CL O O N O O O I N m X X m m m m R m m m J / A ( wa w w a a a c� w �i a a a I A lu > 0 4 A T LiJ O °� I I �I I NN �W w ® © • z ur 1 m ��FF x ® O w° I 1 1 I O N W VaO I i' U W N,,M yC, ZQN f q I 111 Wlwn Z NO 'n m zUN \ 2� 'Y f aQNµfFll w O. NMN Oc II I �K XX W FN�N � U OW ��//1� N2 Y /¢Ww a I� , \ ��NypUmllr d3d 9T f Dory a Q W k ° ° a \ o Ugww- InW � co \ � w e � =3w \ •_ 3 J \ a� I� 06 ^rn O +�aoco e\ so m i IAN��--..0�� d 20 "Cl NN \ N O azm n p� w �a�Fwwwz A 2z I I O I U � m U m Z O W wz ° u \\ Z Cyr ! JdJfiP� 6`� ✓i G 0p�0, NOIS In3Li o nN OOK -K 0:4d NVId inoAVl ONUH011 3003 AVMIXVi w = M N o NOI9AM 30N3![M ION 3M { /ZS /Z o3 o N tom u016U14SOM 'pa�an3 No o z e " M N NOI-LVII118VH38 MRSAS 8 AVMIXVi Hif10S � a � � 30 60 OOZ aps . Ms laa4s Wi BZL � = M m QNO< yr° ems ci V I-Q 1210AN IVdIOINnri NO1N3N - NO1N38 3O kU3 ° W OE G W LO Z N 00 Ii U) z a a S a W J J W oo Q 0_ ? !� d z W a� a ° w ti 7wm a a a a ° a m r a eA a a 11+ 0 a a w w I I & z W O VI WL, CL W- W Z goo h a N °m ,u ° WfA U' a a C z JU a O_ ° a w z a a � m w 16 1 O ID TV a z m 3 W M acn 3 x zt Q zt �w O W ? z co } �g W O O O t 1/) r� I o 4 N J C ° o3 o N No o Z M o M !E � � 30 60 J W W W = F- m QNO< yr° ems ci V I-Q ° W OE °��03� 0 _ .0 � �� zU) w0� a >9 w Ewyy OI➢Q� Y L. C3 Z I 'M �� �Fgo �Li E ZS Fzt wm :3 :3 Y w °a zw nib °Qa Z�� z4` W 000 z F Z'90 ANS 33S 09 +9L V1S 3NI-lHOiVW b _ _ _ _ _ c¢i `{{^�� s °J O z `Z9ZZ IR IL N W O M Z M N _ _ G W LO Z N 00 Ii U) z a a S a W J J W oo Q 0_ ? !� d z W a� a ° w ti 7wm a a a a ° a m r a eA a a 11+ 0 a a w w I I & z W O VI WL, CL W- W Z goo h a N °m ,u ° WfA U' a a C z JU a O_ ° a w z a a � m w 16 1 O ID TV a z m 3 W M acn 3 x zt Q zt �w O W ? z co } �g W O O O t 1/) r� I o 4 N '^ o I� 1 N I yy/ K< 0� P m I �tx I If fD �1 - )c 00 / e � 1 - �d / VVY WON — m P P C C �P P- a �P it P�P P -- i 4' \\ \ P P -per P�P 6Mp- L c> CD Z Wc,6Z :a £lOMZ /ZO Noisin3a ^J 'oN OOK-W 9Z4 :yd NVId 1f10AV -1 DNIIHOII 3043 kVMIXVI o N N o o NOW38 3000M 3MN 3M l /ZZ /Z O Ld �y NX 40286 uo}6wysoM '�a�an3 1 1 Im Zw z" U� r b NOIIVIIIIGVH38 IN31SAS 8 �kVMIXV.L HI(10S - a n a N � OOZ aUNS - MS loo4S 411�I OZL Q H N I 0 m ° T- 1MOV IVdIOINnY4 NOiN38 - NOlN3M JO .WO dMI 9 � fl -C4 I O O +1 N ^J wz Z 0 F zr o O T I of J O Ld �y NX O Zw I 11 J O 0 ° n a N � H I 0 m ° T- < � V � fl °E Oaw . C" 1 L'L^J U / :3cTSmw a 3I� Q � � z I° _ T O C9 Z 2 0. Fo 51 �.zsw nm � z �m F5 6 W ° foam m� ¢ W ZZpZZ OOZ W QFN I avwi O�Za> LIU'�, J °Om z�UNW M0138 33S 09 +1Z VIS 3NIIHOIVW a I O O +1 N + I �1 I I oI OTI + �I a 1 V90 133HS 33S 05- 9 —Y -V—V £— Y I 12 I I I I K I a I I M I u N I MI Ud OL =1 R I En N W o N II NI + � Q M co II W Z Ei x �I d o I II 1 N O f I F9L VIS 3NIlHO1VW °< M N CO Oti2 P�Z{+l 3 N �r� yRo £'90 133HS 33S 09+9Z V1S 3NnH I b\ d n I \ o 1 I F ¢ + m �p NI ¢ a I ¢ I a m 0 I I a O O N ~ Q e n a o z o QQOffff � r � w �za JS� �I W � N }} W?mF + 04 � N / ml3 M 3� �Iz \ 3 ,9Z,OL.S8 N O( \ o +T \N I N ( N � T N I N O F 01 Q w N �a 0 m °N N S 2 m a w W J I os� I w a rn 3A08V 33S O9 +LZ V1S 3NIIHOJ 6.p, L'9J -/ 0 ^J wz O 7 w O o O T I of J N Ld �y _ N 4, LOa Zw I 11 J O I Za n N � H I 0 m ° T- a � fl a C" 1 L'L^J U / }I M a 3I� Q � � z I° _ T + I �1 I I oI OTI + �I a 1 V90 133HS 33S 05- 9 —Y -V—V £— Y I 12 I I I I K I a I I M I u N I MI Ud OL =1 R I En N W o N II NI + � Q M co II W Z Ei x �I d o I II 1 N O f I F9L VIS 3NIlHO1VW °< M N CO Oti2 P�Z{+l 3 N �r� yRo £'90 133HS 33S 09+9Z V1S 3NnH I b\ d n I \ o 1 I F ¢ + m �p NI ¢ a I ¢ I a m 0 I I a O O N ~ Q e n a o z o QQOffff � r � w �za JS� �I W � N }} W?mF + 04 � N / ml3 M 3� �Iz \ 3 ,9Z,OL.S8 N O( \ o +T \N I N ( N � T N I N O F 01 Q w N �a 0 m °N N S 2 m a w W J I os� I w a rn 3A08V 33S O9 +LZ V1S 3NIIHOJ 6.p, L'9J -/ 0 O1VW 9 -V u L —V 9 —V NOWSO s .Vrl I �s \attar us wn��y \�vrai \:� woi7:a sLnz /L7 /7n � m m am m N" � m m mi m m m 910 � m m I � m i" ^J wz O 7 w O o O T 20 Z 41 J O �y _ N 4, Zw • L� J O 3 R eV Y (V o N Ha o z Lo —¢ O1VW 9 -V u L —V 9 —V NOWSO s .Vrl I �s \attar us wn��y \�vrai \:� woi7:a sLnz /L7 /7n � m m am m N" � m m mi m m m 910 � m m I � m i" Noisin3a 'oN 009 —K say :ud Ndld inoAVl 9NIlH91l 3003 A`dMIXdl o o = W c6 o NOMAM 30N3N3i3a MON Om t /ZZ /Z W96 uo}6 'PWA3 1 1 1 z% U s N N011`dl IISVH38 W31SAS 8 kVMIX` I H1f10S ffsi .gSDA OOl qns - As }aaj }S 41KI SU � � M 1210d211H IVdIOIN(1W NO1N38 - NOIN38 3O kUO d Ez t= 0 F o a \ Of x z_ sz z 7 0 3° W 06 U U 0 7 K U 0 0 a pJ Q y: (.r $ o `�•L O d J Q w U m U y_C NJ 3�0 3 a� o�mN �od�'ts dye • 3IC oN z z 1 �� zW R � p � �o. J3 �� go N ZS z tczo m i`z' ��. woaa Y Zia z w w o 60Zz <Fai WW o k1 X ooO =~ aU Ooo <�J JOm Z{�OInW O a I � � a w Ia a I I I m + I m I 1 a a a C, O � J ONZ a. I �ooWW�a oW=ofn ? 3avi zz 1 w�LO) a6WW I I J a a a d a I m d G I I a I a a m N p, O I a + t I d o a \ a I W LO M3 o d I 3 a d d d d d ;2 J \ Z I F- Z ° a d — m I \ d d ti Y-0 I U °° ! �� Q �-- 9.9 �bMi a 9 I cn I N P to C4 04 LLJa � V) I U to I I v~i ii I _ d m Q m {11 I J \ \ 1 O N \ d IQ d \ ^ O P o I a CD \ a Gw I Y N wZ z W a %x• 2 —b NOWSOd z N W F N z N 2 W CM 5 a UN a WNC7 N O W O my a N W JzJ O N U U Q � Wpm O b Z•93 133HS 33S 09 +9Z `d1S 3NIlHOldW 6MP'�'90- L00£\449£ 45!19ndOV\dW31\:D WD4Z:9 £10Z /LZ /ZO Am Ob lift mi �SY City of Renton 1055 South Grady Way Renton WA 98057 425- 430 -6502 ADDENDUM NO. 2, February 26, 2013 Project: Taxiway B System Rehabilitation — South Portion Reconstruction at Renton Municipal Airport, AIP No. 3 -53- 0055 -024 TO: Plan Holders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents (dated February 1, 2013) and Addendum 1 (dated February 22, 2013) as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. CHANGES TO PREVIOUS ADDENDA Addendum 1, Item 1, Section 00410, Bid Schedule: Remove and replace with the attached Revised Bid Schedule. CHANGES TO CONDITIONS OF CONTRACT 2. Section 00801, Special Provisions, Article 1. 17, Haul Roads, first paragraph, last sentence: Remove and replace with the following: Repair of haul roads, if necessary and directed by the Airport (City), will be paid for under the pay item P- 401 -8.8, Haul Road Repair Force Account. The performance of any other work as specified by this provision, including watering or maintaining of haul roads, shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor. CHANGES TO TECHNICAL PROVISIONS: 3. Item P -401, Plant Mix Bituminous Pavements, Basis of Payment: a. Add the following article: 401 -8.5 HAUL ROAD REPAIR FORCE ACCOUNT. Payment for "Haul Road Repair Force Account" shall be per force account for repairs necessary, as determined and authorized by the Airport (City). The bid item "Haul Road Repair Force Account" is set and listed at a predetermined cost. At the discretion of the Airport (City), work under this item may or may not be warranted or elected to be Renton Municipal Airport Page 1 of 2 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 2 completed. If the Airport (City) does not authorize or elect to perform work under this item, the Airport (City) reserves the right to eliminate payment for this item. If work is elected and authorized to be performed, the predetermined cost will be adjusted up or down to accommodate actual costs for all authorized haul road repairs. Any adjustments shall be determined by the Airport (City). Payment for this item will be for actual documented costs of authorized haul road repairs. Payment for this item shall include all labor, materials, equipment, tools, placement, and incidentals necessary to repair haul roads as authorized by the Airport (City). b. Add the following pay item: Item P- 401 -8.8 Haul Road Repair Force Account — per force account Prepared by Kurt Addicott, P.E., Project Manager Attachments: Section 00410, Revised Bid Schedule sah\23 \10 \007\Bid Phase South\Addenda\Addendum 2\Addendum 2.doc\kma Renton Municipal Airport Page 2 of 2 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum No. 2 A 1 � I Contractor's Name Section 00410 Revised Bid Schedule CITY OF RENTON TAXIWAY B SYSTEM REHABILITATION — SOUTH PORTION RECONSTRUCTION AT RENTON MUNICIPAL AIRPORT AIP NO. 3 -53- 0055 -024 BASIC BID 1: TAXIWAY B SYSTEM REHABILITATION — PHASE 1 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price Airfield FOD Prevention 1 -1 A -101 Control 1 LS $ $ 1 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 1 -3 A -101 Airfield Traffic Control 1 LS $ $ 1 -4 A -101 Roadway Traffic Control 1 LS $ $ Contractor Quality 1 -5 A -103 1 LS $ $ Control /Acceptance Testing Mobilization (For Entire 1 -6 A -105 1 LS $ $ Project) 1 -7 A -105 Utility Locate 1 LS $ $ 1 -8 A -110 Construction Survey 1 LS $ $ Trench Excavation Safety 1 -9 A -201 1 LS $ $ Provisions 1 -10 F -162 Temporary Contractor Gate 1 LS $ $ Access 1 -11 L -125 Demolish L -867 Basecan 8 EA $ $ 1 -12 L -125 Degmo lish Taxiway Edge 8 EA $ $ Liht 1 -13 L -125 New L -867 Basecan 8 EA $ $ 1 -14 L -125 New Taxiway Edge Light 8 EA $ $ 1 -15 L -125 Replace L -828 CCR 1 LS $ $ 1 -16 L -125 New SCO Cabinet 1 LS $ $ Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -1 Addendum 2 Section 00410 Contractor's Name Revised Bid Schedule Item No. Tech. Prov. Description Approx. Unit Unit Price Total Price 1 -17 L -125 Airfield Control Modification 1 LS $ $ , 1 -18 L -125 Spares 1 LS $ $ 1 -19 L -125 Miscellaneous Electrical 1 LS $ $ 1 -20 L -130 Conduit Schedule 40 PVC, 1,080 LF $ $ 3 -Way 3 -Inch 1 -21 L -130 Ductbank, 3 -Way 3 -Inch 115 LF $ $ 1 -22 L -130 Precast Junction Box 6 EA $ $ 1 -23 P -105 Asphalt Pavement Sawcutting 63 LF $ $ 4 to 10 Inch Depth Asphalt Pavement Removal 1 -24 P -105 and Disposal 4 to 10 Inch 31 SY $ $ Depth Asphalt/PCC Concrete 1 -25 P -105 Pavement Sawcutting 10 to 170 LF $ $ 14 Inch Depth Asphalt/PCC Pavement 1 -26 P -105 Removal and Disposal 10 to 84 SY $ $ 14 Inch Depth 1 -27 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 1 -28 P -401 Temporary Access Pavement 1 LS $ $ Construction 1 -29 T -902 H Y droseeding 0.25 AC $ $ 1 -30 T -4000 Ductile Iron Pipe for Water 1,215 LF $ $ Main, 12 In. 1 -31 T -4000 Ductile Iron Pipe for Water 10 LF $ $ Main, 10 In. 1 -32 T -4000 Ductile Iron Pipe for Water 95 LF $ $ Main, 6 In. 1 -33 T -4000 Gate Valve, 6 In. 3 EA $ $ 1 -34 T -4000 Gate Valve, 12 In. 2 EA $ $ Renton Municipal Airport 00410 -2 p iP Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 1 -35 T -4000 Fire Hydrant Vault 3 EA $ $ 1 -36 T -4000 Flush -type Fire Hydrant 3 EA $ $ 1 -37 T -4000 Thrust Collars 1 LS $ $ 2 -2 A -101 Subtotal Basic Bid 1 $ LS $ $ Plus Sales Tax (9.5 %) $ Prevention TOTAL BASIC BID I PLUS SALES TAX $ 2 -3 BASIC BID 2: TAXIWAY B SYSTEM REHABILITATION — Phase 2 South Portion Reconstruction Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price Airfield FOD Prevention 2 -1 A -101 1 LS $ $ Control 2 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 2 -3 A -101 Airfield Traffic Control 1 LS $ $ 2 -4 A -101 Roadway Traffic Control 1 LS $ $ 2 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing 2 -6 A -105 Utility Locate 1 LS $ $ 2 -7 A -110 Construction Survey 1 LS $ $ 2 -8 A -201 Trench Excavation Safety 1 LS $ $ Provisions 2 -9 D -701 12 -Inch HDPE Storm Drain 80 LF $ $ Pipe, Temporary Bypass 2 -10 D -701 10 -Inch DI Storm Drain Pipe 53 LF $ $ 2 -11 D -701 12 -Inch DI Storm Drain Pipe 63 LF $ $ Renton Municipal Airport 00410 -3 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 2 -12 D -701 18 -Inch DI Storm Drain Pipe 305 LF $ $ 2 -13 D -701 Storm Drain Pipe Removal 575 LF $ $ 2 -14 D -705 Subdrain Pipe Removal 250 LF $ $ 2 -15 D -705 6 -Inch Perforated HDPE 395 LF $ $ Subdrain 2 -16 D -709 Quarry Spalls 160 TN $ $ 2 Connect to Existing Catch 1 EA $ $ -17 D -751 Basin 2 -18 D -751 WSDOT Standard Type 1 2 EA $ $ Catch Basin 2 WSDOT Standard Type 1L 3 EA $ $ -19 D -751 Catch Basin, Aircraft Rated 2 -20 D -751 WSDOT Standard Type 2 - 1 EA $ $ 48" Catch Basin WSDOT Standard Type 2 - 2 -21 D -751 48" Catch Basin, Aircraft 2 EA $ $ Rated 2 -22 D -751 WSDOT Standard Type 2 - 1 EA $ $ 60" Catch Basin 2 -23 D -751 Drainage Structure Removal 3 EA $ $ 2 -24 L -108 L -824C Cable 875 LF $ $ 2 -25 L -110 Electrical Conduit, 990 LF $ $ One 2 -Inch 2 -26 L -125 Demolish Taxiway Edge 4 EA $ $ Light 2 -27 L -125 Demolish L -867 Basecan 4 EA $ $ 2 -28 L -125 Demolish L -824 5kV Cable 875 LF $ $ 2 -29 L -125 New Taxiway Edge Light 5 EA $ $ 2 -30 L -125 New L -867 Basecan 5 EA $ $ Renton Municipal Airport 00410 -4 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 I Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 2 -31 L -130 Conduit Schedule 40 PVC, 240 LF $ $ 3 -Way, 3 -Inch 2 -32 L -130 Ductbank, 3 -Way, 3 -Inch 185 LF $ $ 2 -33 L -130 Precast Junction Box 1 EA $ $ 2 -34 P -105 Asphalt Pavement Sawcutting 160 LF $ $ 4 to 10 Inch Depth Asphalt /PCC Pavement 2 -35 P -105 Sawcutting 10 to 14 Inch 465 LF $ $ Depth 2 -36 P -105 Asphalt Pavement Grinding 90 SY $ $ and Disposal Asphalt Pavement Removal 2 -37 P -105 and Disposal 4 to 10 Inch 1,055 SY $ $ Depth Asphalt/PCC Removal and 2 -38 P -105 Disposal 10 to 14 Inch Depth 1,580 SY $ $ 2 -39 P -152 Stripping 0.93 AC $ $ 2 -40 P -152 Unclassified Excavation - 120 CY $ $ Used On Site 2 -41 P -152 Unsuitable Excavation 100 CY $ $ 2 -42 P -152 Imported Borrow Material 450 CY $ $ 2 -43 P -160 Sediment Trap 9 EA $ $ 2 -44 P -160 Straw Wattles 300 LF $ $ 2 -45 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 2 -46 P -160 Flow Spreader 1 EA $ $ 2 -47 P -304 Cement - Treated Base Course 2,735 SY $ $ 2 -48 P -401 Bituminous Surface Course 735 TN $ $ Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -5 Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 2 -49 P -401 Bituminous Base Course 1,100 TN $ $ 2 -50 P -603 Bituminous Tack Coat 3.2 TN $ $ 2 -51 P -620 Preformed Pavement Marking 1,275 SF $ $ 2 -52 P -620 Painted Pavement Marking 25 SF $ $ 2 -53 P -620 Pavement Marking Removal 220 SF $ $ 2 -54 T -902 Hydroseeding 0.85 AC $ $ 2 -55 T -905 Topsoiling 320 CY $ $ 2 -56 T -909 Under Pavement Herbicide 2,735 SY $ $ 2 -57 T -4000 Ductile Iron Pipe for Water Main, 12 In. 435 LF $ $ 2 -58 T -4000 Ductile Iron Pipe for Water Main, 10 In. 10 LF $ $ 2 -59 T -4000 Ductile Iron Pipe for Water Main, 6 In. 60 LF $ $ 2 -60 T -4000 Gate Valve, 6 In. 2 EA $ $ 2 -61 T -4000 Gate Valve, 12 In. 5 EA $ $ 2 -62 T -4000 Fire Hydrant Vault 2 EA $ $ 2 -63 T -4000 Flush -type Fire Hydrant 2 EA $ $ 2 -64 T -4000 Thrust Collars 1 LS $ $ Subtotal Basic Bid 2 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 2 PLUS SALES TAX $ Renton Municipal Airport 00410 -6 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 11 � I I - 1 1 II i I Contractor's Name Section 00410 Revised Bid Schedule BASIC BID 3: TAXIWAY B SYSTEM REHABILITATION — Phase 3 South Portion Reennstrnetinn Item No. Tech. Prov. Description p Approx. Qty Unit Unit Price Total Price 3 -1 A -101 Airfield FOD Prevention Control 1 LS $ $ 3 -2 A -101 Airport Perimeter Road FOD Prevention 1 LS $ $ 3 -3 A -101 Airfield Traffic Control 1 LS $ $ 3 -4 A -101 Roadway Traffic Control 1 LS $ $ 3 -5 A -103 Contractor Quality Control /Acceptance Testing 1 LS $ $ 3 -6 A -105 Utility Locate 1 LS $ $ 3 -7 A -110 Construction Survey 1 LS $ $ 3 -8 A -201 Trench Excavation Safety Provisions 1 LS $ $ 3 -9 D -701 12 -Inch DI Storm Drain Pipe 195 LF $ $ 3 -10 D -701 Storm Drain Pipe Removal 200 LF $ $ 3 -11 D -702 Slotted Drain System, 12 -Inch 277 LF $ $ 3 -12 D -702 Slotted Drain System Removal 250 LF $ $ 3 -13 D -705 Subdrain Pipe Removal 192 LF $ $ 3 -14 D -705 6 -Inch Perforated HDPE Subdrain 200 LF $ $ 3 -15 D -709 Quarry Spalls 160 TN $ $ 3 -16 D -751 WSDOT Standard Type 1 Catch Basin, Aircraft Rated 1 EA $ $ 3 -17 D -751 WSDOT Standard Type 2 - 48" Catch Basin, Aircraft Rated 1 EA $ $ 3 -18 D -751 Drainage Structure Removal 2 EA $ $ Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -7 Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 3 -19 L -108 L -824C Cable 875 LF $ $ 3 -20 L -110 Electrical Conduit, 40 LF $ $ One 2 -Inch 3 -21 L -125 Demolish Taxiway Edge 15 EA $ $ Light 3 -22 L -125 Demolish L -867 Basecan 8 EA $ $ 3 -23 L -125 Demolish L -824 5kV Cable 875 LF $ $ 3 -24 L -125 New Taxiway Edge Light 16 EA $ $ 3 -25 L -125 New L -867 Basecan 9 EA $ $ 3 -26 P -105 Asphalt Pavement Sawcutting 40 LF $ $ 4 to 10 Inch Depth Asphalt/PCC Pavement 3 -27 P -105 Sawcutting 10 to 14 Inch 520 LF $ $ Depth Asphalt Pavement Removal 3 -28 P -105 and Disposal 4 to 10 Inch 1,146 SY $ $ De th 3 -29 P -105 Asphalt/PCC Removal and 4,740 SY $ $ Disposal 10 to 14 Inch Depth 3 -30 P -152 Stripping 0.06 AC $ $ 3 -31 P -152 Unclassified Excavation - 340 CY $ $ Used On Site 3 -32 P -152 Unsuitable Excavation 100 CY $ $ 3 -33 P -160 Sediment Trap 2 EA $ $ 3 -34 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 3 -35 P -304 Cement - Treated Base Course 5,900 SY $ $ 3 -36 P -401 Bituminous Surface Course 1,630 TN $ $ Renton Municipal Airport 00410 -8 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 3 -37 P -401 Bituminous Base Course 2,500 TN $ $ 3 -38 P -603 Bituminous Tack Coat 7.4 TN $ $ 3 -39 P -620 Preformed Pavement Marking 1,340 SF $ $ 3 -40 P -620 Painted Pavement Marking 255 SF $ $ 3 -41 T -902 Hydroseeding 0.05 AC $ $ 3 -42 T -905 Topsoiling 50 CY $ $ 3 -43 T -909 Under Pavement Herbicide 5,970 SY $ $ 3 -44 T -4000 Ductile Iron Pipe for Water Main, 12 In. 130 LF $ $ 3 -45 T -4000 Ductile Iron Pipe for Water Main, 8 In. 10 LF $ $ 3 -46 T -4000 Removal of Existing Pipe and Appurtenances 500 LF $ $ 3 -47 T -4000 Connect to Existing Main 3 EA $ $ Subtotal Basic Bid 3 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 3 PLUS SALES TAX $ Renton Municipal Airport 00410 -9 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule BASIC BID 4: TAXIWAY B SYSTEM REHABILITATION — Phase 4 South Portion Reconstruction Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 4 -1 A -101 Airfield FOD Prevention 1 LS $ $ Control 4 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 4 -3 A -101 Airfield Traffic Control 1 LS $ $ 4 -4 A -101 Roadway Traffic Control 1 LS $ $ 4 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing 4 -6 A -105 Utility Locate 1 LS $ $ 4 -7 A -110 Construction Survey 1 LS $ $ Trench Excavation Safety 4 -8 A -201 1 LS $ $ Provisions 4 -9 D -701 Pipe h HDPE Storm Drain 160 LF $ $ 4 -10 D -701 1 pench HDPE Storm Drain 48 LF $ $ 4 -11 D -701 1 pench HDPE Storm Drain 655 LF $ $ 4 -12 D -701 12 -Inch DI Storm Drain Pipe 235 LF $ $ 4 -13 D -701 18 -Inch DI Storm Drain Pipe 182 LF $ $ 4 -14 D -701 Storm Drain Pipe Removal 698 LF $ $ 4 -15 D -702 Slotted Drain System, 12 -Inch 497 LF $ $ 4 -16 D -702 Slotted Drain System, 18 -Inch 153 LF $ $ 4 -17 D -702 Slotted Drain System 275 LF $ $ Removal 4 -18 D -705 6 -Inch Perforated HDPE 635 LF $ $ Subdrain Renton Municipal Airport 00410 -10 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. tv Unit Unit Price Total Price 4 -19 D -709 Quarry Spalls 160 TN $ $ WSDOT Standard Type 1 4 -20 D -751 1 EA $ $ Catch Basin 4 -21 D -751 WSDOT Standard Type 1 4 EA $ $ Catch Basin, Aircraft Rated 4 -22 D -751 WSDOT Standard Type 2 - 4 EA $ $ 48" Catch Basin WSDOT Standard Type 2 - 4 -23 D -751 48" Catch Basin, Aircraft 2 EA $ $ Rated Flow Splitter WSDOT 4 -24 D -751 Standard Type 1 L Catch 2 EA $ $ Basin 4 -25 D -751 Drainage Structure Removal 4 EA $ $ 4 -26 L -108 L -824C Cable 875 LF $ $ 4 -27 L -110 Electrical Conduit, 90 LF $ $ One 2 -Inch 4 -28 L -125 Demolish Taxiway Edge 8 EA $ $ Light 4 -29 L -125 Demolish L -867 Basecan 8 EA $ $ 4 -30 L -125 Demolish L -824 5kV Cable 875 LF $ $ 4 -31 L -125 Airfield Sign Elevation 1 EA $ $ Change 4 -32 L -125 New Taxiway Edge Light 11 EA $ $ 4 -33 L -125 New L -867 Basecan 11 EA $ $ 4 -34 P -105 Asphalt Pavement Sawcutting 1,325 LF $ $ 4 to 10 Inch Depth Asphalt /PCC Pavement 4 -35 P -105 Sawcutting 10 to 14 Inch 1,293 LF $ $ Depth Asphalt Pavement Removal 4 -36 P -105 and Disposal 4 to 10 Inch 605 SY $ $ Depth Renton Municipal Airport 00410 -11 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 4 -37 P -105 Asphalt/PCC Removal and Disposal 10 to 14 Inch Depth 3,475 SY $ $ 4 -38 P -105 Grout Fill Existing Pipe 1 LS $ $ 4 -39 P -152 Stripping 0.85 AC $ $ 4 -40 P -152 Unclassified Excavation - Used On Site 200 CY $ $ 4=41 P -152 Unsuitable Excavation 100 CY $ $ 4 -42 P -152 Imported Borrow Material 450 CY $ $ 4 -43 P -160 Sediment Trap 4 EA $ $ 4 -44 P -160 Straw Wattles 200 LF $ $ 4 -45 P -160 GGeaotextile Encased Check Dam 2 EA $ $ 4 -46 P -160 Temporary Erosion Control Force Account 1 FA $5,000 $5,000 4 -47 P -304 Cement - Treated Base Course 3,652 SY $ $ 4 -48 P -401 Bituminous Surface Course 2,410 TN $ $ 4 -49 P -401 Bituminous Base Course 3,430 TN $ $ 4 -50 P -401 Temporary Taxiway Construction 1 LS $ $ 4 -51 P -603 Bituminous Tack Coat 6.0 TN $ $ 4 -52 P -620 Preformed Pavement Marking 1,741 SF $ $ 4 -53 P -620 Painted Pavement Marking 360 SF $ $ 4 -54 P -620 Pavement Marking Removal 1,250 SF $ $ 4 -55 T -902 Hydroseeding 0.85 AC $ $ Renton Municipal Airport 00410 -12 Taxiway B System Rehabilitation — South Portion Reconstruction, Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Unit Unit Price Total Price 4 -56 T -905 Topsoiling 450 CY $ $ 4 -57 T -909 Under Pavement Herbicide 3,652 SY $ $ 4 -58 T -4000 Removal of Existing Pipe and Appurtenances 680 LF $ $ 5 -2 A -101 Subtotal Basic Bid 4 $ LS $ $ Plus Sales Tax (9.5 %) $ Prevention TOTAL BASIC BID 4 PLUS SALES TAX $ 5 -3 BASIC BID 5: TAXIWAY B SYSTEM REHABILITATION — Phase 5 South Portion Reconstruction Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price Airfield FOD Prevention 5 -1 A -101 1 LS $ $ Control 5 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 5 -3 A -101 Airfield Traffic Control 1. LS $ $ 5 -4 A -101 Roadway Traffic Control 1 LS $ $ 5 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing ,5-6 A -105 Utility Locate 1 LS $ $ 5 -7 A -110 Construction Survey 1 LS $ $ 5 -8 A -201 Trench Excavation Safety 1 LS $ $ Provisions 5 -9 D -701 HDPE Storm Drain 245 LF $ $ P18-Inch 5 -10 D -701 12 -Inch DI Storm Drain Pipe 90 LF $ $ 5 -11 D -701 18 -Inch DI Storm Drain Pipe 130 LF $ $ Renton Municipal Airport 00410 -13 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 5 -12 D -701 Storm Drain Pipe Removal 830 LF $ $ 5 -13 D -702 Slotted Drain System, 12 -Inch 248 LF $ $ 5 -14 D -705 6 -Inch Perforated HDPE 400 LF $ $ Subdrain 5 -15 D -709 Quarry Spalls 160 TN $ $ 5 -16 D -751 WSDOT Standard Type 1 2 EA $ $ Catch Basin 5 -17 D -751 WSDOT Standard Type 1 2 EA $ $ Catch Basin, Aircraft Rated 5 -18 D -751 WSDOT Standard Type 2 - 1 EA $ $ 48" Catch Basin WSDOT Standard Type 2 - 5 -19 D -751 60" Catch Basin, Aircraft 1 EA $ $ Rated 5 -20 D -751 Drainage Structure Removal 7 EA $ $ 5 -21 L -108 L -824C Cable 875 LF $ $ 5 -22 L -110 Electrical Conduit, 500 LF $ $ One 2 -Inch 5 -23 L -125 Demolish Taxiway Edge 5 EA $ $ Light 5 -24 L -125 Demolish L -867 Basecan 5 EA $ $ 5 -25 L -125 Demolish Flush Runway 1 EA $ $ Light and Basecan 5 -26 L -125 Demolish L -824 5kV Cable 875 LF $ $ 5 -27 L -125 New Taxiway Edge Light 6 EA $ $ 5 -28 L -125 New L -867 Basecan 7 EA $ $ 5 -29 L -125 New Runway Edge Light 1 EA $ $ 5 -30 P -105 Asphalt Pavement Sawcutting 1,570 LF $ $ 4 to 10 Inch Depth Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 00410 -14 Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Unit Unit Price Total Price Asphalt /PCC Pavement 5 -31 P -105 Sawcutting 10 to 14 Inch 700 LF $ $ Depth Asphalt Pavement Removal 5 -32 P -105 and Disposal 4 to 10 Inch 980 SY $ $ Depth 5 -33 P -105 PCC Pavement Removal and 250 SY $ $ Disposal 14 Inch Depth Asphalt/PCC Pavement 5 -34 P -105 Removal and Disposal 10 to 3,850 SY $ $ 14 Inch Depth 5 -35 P -152 Stripping 0.23 AC $ $ Unclassified Excavation - 5 -36 P -152 Used On Site 286 CY $ $ Unclassified Excavation - 5 -37 P -152 Hauled Off Site 818 CY $ $ 5 -38 P -152 Unsuitable Excavation 100 CY $ $ 5 -39 P -160 Sediment Trap 7 EA $ $ 5 -40 P -160 Straw Wattles 100 LF $ $ 5 -41 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account 5 -42 P -304 Cement - Treated Base Course 5,080 SY $ $ 5 -43 P -401 Bituminous Surface Course 2,950 TN $ $ 5 -44 P -401 Bituminous Base Course 3,500 TN $ $ Portland Cement Concrete 5 -45 P -501 Pavement 500 SY $ $ 5 -46 P -603 Bituminous Tack Coat 6.4 TN $ $ 5 -47 P -620 Preformed Pavement Marking 2,290 SF $ $ 5 -48 P -620 Painted Pavement Marking 150 SF $ $ Renton Municipal Airport 00410 -15 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Qty Unit Unit Price Total Price 5 -49 P -620 Pavement Marking Removal 450 SF $ $ 5 -50 T -902 Hydroseeding 0.39 AC $ $ 5 -51 T -905 Topsoiling 260 CY $ $ 5 -52 T -909 Under Pavement Herbicide 5,080 SY $ $ 5 -53 T -4000 Removal of Existing Pipe and Appurtenances 525 LF $ $ Subtotal Basic Bid 5 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 5 PLUS SALES TAX $ BASIC BID 6: TAXIWAY B SYSTEM REHABILITATION — PHASE 6 South Portion Reconstruction Item No. Tech. Prov. Description Approx. t Unit Unit Price Total Price 6 -1 A -101 Airfield FOD Prevention 1 LS $ $ Control 6 -2 A -101 Airport Perimeter Road FOD 1 LS $ $ Prevention 6 -3 A -101 Airfield Traffic Control 1 LS $ $ 6 -4 A -101 Roadway Traffic Control 1 LS $ $ 6 -5 A -103 Contractor Quality 1 LS $ $ Control /Acceptance Testing 6 -6 A -105 Utility Locate 1 LS $ $ 6 -7 A -110 Construction Survey 1 LS $ $ 6 -8 A -201 Trench Excavation Safety 1 LS $ $ Provisions 6 -9 P -160 Temporary Erosion Control 1 FA $5,000 $5,000 Force Account Renton Municipal Airport 00410 -16 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Contractor's Name Section 00410 Revised Bid Schedule Item No. Tech. Prov. Description Approx. Unit Unit Price Total Price 6 -13 P -401 Temporary Construction 1 FA $75,000 $75.000 6 -10 F -162 Account 1 LS $ $ Access Fence Restoration Temporary Taxiway 6 -11 P -401 1 LS $ $ Removal /Restoration 6 -12 P -401 Haul Route Pavement Repair 1 LS $ $ 6 -14 P -401 Temporary Access Pavement 1 LS $ $ Removal /Restoration 6 -15 T -4000 Removal of Existing Pipe and 70 LF $ $ Appurtenances Subtotal Basic Bid 6 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 6 PLUS SALES TAX $ END OF SECTION Renton Municipal Airport 00410 -17 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 Haul Road Repair Force 6 -13 P -401 1 FA $75,000 $75.000 Account 6 -14 P -401 Temporary Access Pavement 1 LS $ $ Removal /Restoration 6 -15 T -4000 Removal of Existing Pipe and 70 LF $ $ Appurtenances Subtotal Basic Bid 6 $ Plus Sales Tax (9.5 %) $ TOTAL BASIC BID 6 PLUS SALES TAX $ END OF SECTION Renton Municipal Airport 00410 -17 Taxiway B System Rehabilitation — South Portion Reconstruction Addendum 2 TECHNICAL PROVISIONS Renton � Municipal Airport P Taxiway B System Rehabilitation — South Portion Reconstruction �I I � 1 I � I � 'I I- I 1 TECHNICAL PROVISIONS Index ADMINISTRATIVE A -100 Operational Safety on Airports During Construction A -101 FOD Prevention and Traffic Control A -103 Contractor Quality Control Program A -105 Mobilization A -110 Construction Survey A -201 Trench Excavation Safety Provisions !. DRAINAGE D -701 Pipe For Storm Drains and Culverts D -702 Slotted Drains D -705 Underdrains for Airports D -709 Quarry Spalls D -751 Manholes, Catch Basins, and Inlets FENCING F -162 Chain -link Fences LIGHTING INSTALLATION L -100 Electrical General Requirements L -108 Underground Power Cable for Airports L -110 Airport Underground Electrical Duct Banks and Conduits L -115 Electrical Manholes and Junction Box Structures L -125 Installation of Airport Lighting Systems L -130 Airport Communication Duct EARTHWORK P -105 Pavement Sawcutting and Removal P -152 Excavation and Embankment P -154 Subbase Course P -159 Watering P -160 Temporary Erosion Control Systems and Construction Entrances FLEXIBLE BASE COURSES P -209 Crushed Aggregate Top Course and Base Course RIGID BASE COURSES P -304 Cement - Treated Base Course FLEXIBLE SURFACE COURSES P-401 Plant Mix Bituminous Pavements RIGID PAVEMENT P -501 Portland Cement Concrete Pavement MISCELLANEOUS P -603 Bituminous Tack Coat P -605 Joint Sealing Filler P -610 Structural Portland Cement Concrete P -620 Runway and Taxiway Painting P -698 Stabilization Fabric P -699 Reinforcing Fabric TURFING T -902 Seeding and Fertilizing T -905 Topsoiling T -909 Herbicide T -4000 Water Utilities Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Index - 1 1 I � I� 1 I � Cl I � 11 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) iITEM A -100 OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION DESCRIPTION A- 100 -1.1 This item shall consist of safety procedures and regulations to be followed by the Contractor during construction of this project. The "Project Safety, Phasing, and Layout Plan" included in the contract plans contain complementary information to this section. Runways, taxiways, and aircraft parking aprons shall remain in operation and available for use by aircraft to the maximum extent possible, consistent with safety. To minimize disturbance to construction operations, areas close to construction will be controlled to minimize aircraft operations. The Contractor shall not allow employees, subcontractors, suppliers, or any unauthorized person to enter airport operation areas. A- 100 -1.2 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP), Safety Plan Compliance Document (SPCD), and the provisions set forth within the current version of Advisory Circular 150/5370 -2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how they propose to comply with the requirements presented within the safety plan. The Contractor shall implement all safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to ensure compliance. The Contractor is responsible to the Owner for the conduct of all subcontractors employed on the project. The Contractor shall ensure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. The Contractor shall obtain approval from the Engineer prior to beginning work in any area of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate the work in such a manner as to ensure safety and minimize hindrance to flight operations. MATERIALS A- 100 -2.1 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated with red flashing lights. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Renton Municipal Airport A -100 -1 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). CONSTRUCTION METHODS A- 100 -3.1 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) A . COORDINATION 1. Regular coordination meetings will be held during the duration of the project as reflected below. These meetings will provide for assessment of safety provisions, discussion of safety concerns, and general coordination. A mandatory pre -bid meeting is scheduled for 10 a.m. on February 19, 2013, at 300 Rainier Avenue North, Renton, Washin on. A preconstruction meeting is scheduled for TBD at Contractor progress meetings: Weekly construction progress meetings will be held on TBD at Operational safety will be a standing agenda item for the weekly construction progress meetings. The contractor shall attend all progress meetings with airport staff and engineer as required. 2. Scope or schedule changes: Changes in scope of work or duration of project phases may require revisions to the CSPP and review and approval by the airport and the FAA. Airport management must approve all runway and taxiway closures, reconfigurations, and re- opening of aircraft movement areas prior to any changes being made to the operational status of any runway or taxiway or any portion of any runway or taxiway. 3. Coordination with airport users: Renton Municipal Airport Operations is responsible for coordinating construction safety and phasing with airport users prior to the start of construction and throughout the duration of the project. 4. The Contractor shall submit a Safety Plan Compliance Document (SPCD) in accordance with FAA Advisory Circular (AC) 150/5370 -2F. B . PHASING 1. Phasing lements: See table below and attached drawings. g g Renton iP Municipal Airport A -100 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) �'roject „, Taxiway B System Rehabilitation — South Portion ➢ Taxiway B from north of Boeing Bridge to north project Reconstruction limit — closed (12 Calendar Days — the end of ➢ Combined taxiing aircraft and construction traffic from Scope of ork _ Reconstruct the pavement section of the south portion of AV �,,,' G r_ , - Taxiway B, replace associated taxiway edge lights, regrade ”" ➢ Compass Rose — closed shoulders, replace portions of the underground stormwater Normid`(Existink )-� -Phase 2° Antici system and associated structures, and replace underground Commuter: 1 /day _ 4 water lines. Cargo: 0 /day construction. The work area will B Aircraft Design�.Grtnp II (Airport Overall) Ta III (Tax way B South Portion) Phase 1 - Affected Areas ➢ Taxiway B7 - closed 10 Calendar Days) af3" erati6hAl Re uireirients Normal. tin"` ) Phasel� �utici Average Aircraft Oierations Commuter: 1 /day No operations in work area during Cargo: 0 /day construction. The work area will � GA: 75 /day be closed to aircraft. Taxiway B Taxiing Aircraft Taxiing aircraft & construction traffic will be controlled by flaggers to mitigate construction traffic /aircraft traffic interaction. Taxiway? Taxiing Aircraft There will be no access from �r Runway 16 -34 to Taxiway B7. Taxiway 196 . Taxiing Aircraft Aircraft traffic will be rerouted - from Taxiway B7 to Taxiway B6 Renton Municipal Airport A -100 -3 Taxiway B System Rehabilitation — South Portion Reconstruction ➢ Taxiway B6 — closed ➢ Taxiway B from north of Boeing Bridge to north project Phase 2 - Affected Areas limit — closed (12 Calendar Days — the end of ➢ Combined taxiing aircraft and construction traffic from allotted time on Phase 2 may Boeing Bridge to Taxiway B -6 overlap with the start of ➢ Contractor Staging Area & °Haul Routes allotted time on Phase 3) ➢ Taxiway Edge Lighting ➢ Compass Rose — closed ','00ira PRe uirements ' V Normid`(Existink )-� -Phase 2° Antici Average Aircraft Operations Commuter: 1 /day No operations in work area during Cargo: 0 /day construction. The work area will GA: 75 /day be closed to aircraft. Taxiway $ _ Taxiing Aircraft Taxiing aircraft & construction 4 traffic will be controlled by flaggers to mitigate construction traffic /aircraft traffic interaction. AW Taxi�vay$6� °fat Taxiing Aircraft There will be no access from -'� Runway 16 -34 to Taxiway B6. No thru traffic from Taxiway B south to Taxiway B north. Renton Municipal Airport A -100 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) , Renton Municipal Airport A -100 -4 p iP Taxiway B System Rehabilitation — South Portion Reconstruction ➢ Taxiway B (Boeing Position A -6 to south of Boeing Phase 3 - Affected Areas Position A -9) — closed (14 Calendar Days: ➢ Taxiway B6 — closed July 15, 2013, 6:00 a.m., to ➢ Boeing South Bridge (haul route) — closed to aircraft July 29, 2013, 6:00 a.m.: operations y 24 -hour construction allowed ➢ Compass Rose — closed for this phase) ➢ Contractor Staging Area & Haul Routes ➢ Taxiway Edge Lighting O erationalRe uirements Normal gistin Phased (Antici` ated $- Average Aircraf_tpOperations Commuter: 1 /day No operations in work area during Cargo: 0 /day construction. The work area will ` GA: 75 /day be closed. Taxiway—'B Taxiing Aircraft Partially Closed Taxiwa ; - =B6 Taxiing Aircraft Closed TaxiwarB7 r Taxiing Aircraft Aircraft traffic will be rerouted from Taxiway B6 to Taxiway B7 ➢ Taxiway B (Boeing Position A -2 to south of Boeing Position A -6) — closed Phase 4 - Affected Areas ➢ Runway night closures for construction of temporary (14 Calendar Days — 24 -hour taxiway (Last 3 nights of Phase 4) construction allowed the last )0- Contractor Staging Area & Haul Routes 3 days) ➢ Taxiway Edge Lighting ➢ Combined taxiing aircraft and construction traffic on Taxiway B -7 to Boeing Position A -2 0& naYRe` uirements = Normal zistin Phase* Antici ated Average Aircraft Operations Commuter: 1/day No operations in work area during z r =*r Cargo: 0 /day construction. The work area will GA: 75 /day be closed. Taxi* a B7 '` ^ ` Taxiing Aircraft Closed Runwa " -1fi/34 a' = Open Closed last 3 nights of Phase 4 Taxiway B6 Taxiing Aircraft Aircraft traffic will be rerouted from Taxiway B7 to Taxiway B6. ➢ Taxiway B (Boeing Position A -1 to Boeing Position A -2) — closed ➢ Taxiway B7 — closed Phase 5 - Affected Areas ➢ Use temporary taxiway to access runway from South (12 Calendar Days — 24 -hour Taxilane /Ramp construction allowed) ➢ Contractor Staging Area & Haul Routes ➢ Taxiway Edge Lighting ➢ Intersecting taxiing aircraft and construction traffic on South Taxilane /Ram ;O" e�= ational Requirements Normal# r xistin Z ; `Phasei5 (Antic aced Average Aircraft =Operaons Commuter: 1 /day No operations in work area during �� = Cargo: 0 /day construction. The work area will GA: 75 /day be closed. Renton Municipal Airport A -100 -4 p iP Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 � I tj � I � I � I 1 F, AC 150 /5370 -1OF (NOTICE F -1) Taway B "Taxiing Aircraft Closed (Boeing Position A -1 to Boeing Position A -2) axwa B7 Taxiing Aircraft Closed Axi[w y B6 = Taxiing Aircraft Aircraft traffic will be rerouted from Taxiwav B7 to Taxiwav B6 ➢ South ramp closed Phase 6 - Affected Areas ➢ Remove temporary taxiway (3 Calendar Days — 24 -hour ➢ Repair damaged pavement construction allowed) ➢ Remove temporary contractor access i0perationalRe -uirements Normal istin Phase 6° Antiei ateil . ,.Average Air erations Commuter: 1 /day No operations in work area during Cargo: 0 /day construction. The work area will r GA: 75 /day be closed. S�6uthyRam Parked Aircraft Closed A total of 63 calendar days is provided for this project. 2. Construction safety drawings: See attached drawings. C . AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY 1. Identification of affected areas: See table above and attached drawings. 2. Mitigation of effects: See table above and attached drawings. D. PROTECTION OF NAVIGATION AIDS ( NAVAIDS) Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO /Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. Construction activities, materials /equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed. Construction activities and materials /equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460 -1 form is required for construction vehicles'operating near FAA NAVAIDs. The Non - Directional Beacon (NDB) Building and the Atmospheric Surface Weather Observation System (ASOS) (weather sensing equipment) are located at the north end of the airport. There is a PAPI in the infield on the south end of the airport that will require Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A -100 -5 12/2011 E. AC 150/5370-1 OF (NOTICE F -1) I 1. Location of stockpiled construction materials: See attached drawings. monitoring by the contractor to ensure that no damage is done to the PAPI unit and PAPI , signals are not interrupted. No vehicles or equipment may be parked within 185 feet of the center of the compass rose. The contractor shall take every precaution to protect navigational equipment and edge lighting and to protect power lines and equipment associated with airport facilities. Areas, and outside navigational equipment critical areas. Equipment and materials , CONTRACTOR ACCESS 1. Location of stockpiled construction materials: See attached drawings. During non - working hours, construction equipment and supplies shall only be , parked or located in the approved staging area. Any material stockpiles shall be located within the approved staging area and shall be approved by the Airport and the Engineer prior to stockpiling materials. Contractor equipment and material stockpiles shall be stored outside the Runway and active Taxiway Object Free Areas, and outside navigational equipment critical areas. Equipment and materials , shall only be located or parked in areas approved by the airport. 2. Vehicle and pedestrian operations: See attached drawings. a. All key contractor personnel, flaggers, and workers that will be operating vehicles and equipment in aircraft operation areas, including , subcontractors, shall attend a ground- vehicle /airport familiarization and FOD awareness course (conducted by airport staff and Air Traffic Control Tower (ATCT) personnel) prior to beginning construction. (Course time is approximately 2 hours.) This training will be offered 2 times as coordinated between the contractor and airport personnel. Any additional , training needed will be billed to the contractor at a rate of $500 per course. b. All gates in use by the contractor that provide airport access shall be kept closed and locked at all times when not in immediate use by the contractor. When any gate is in use by the contractor, the contractor shall provide a full -time crew member posted at the gate to control entry to the site. C. The contractor shall keep the movement of all vehicles and equipment along approved haul routes as reflected in the Safety and Phasing Plans.. d. The contractor shall coordinate with airport personnel prior to entering or commencing work in any restricted aircraft operation areas. The contractor must comply with safety and operational requirements that are in effect to ensure that construction activities will not interfere with or compromise the safety of aircraft or adversely affect the environment. e. All vehicles operating within the airport fence shall be identified with orange and white flags or flashing amber beacons during daylight hours, and with flashing amber beacons at night or during periods of low visibility. Vehicle identification shall conform to FAA AC 150/5210 -5. Renton Municipal Airport A -100 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 11 ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1 if. When working within an active aircraft operation area or where construction haul routes cross aircraft operation areas, the contractor shall provide a crew member equipped with an aviation- frequency radio during all working hours to monitor aircraft operations and provide appropriate direction to equipment operators and others on site. The contractor shall provide appropriate crew members and traffic control devices to safely control construction traffic and operations within or around air operation areas. 3. Two -way radio communications: All flaggers, as designated on the Safety and Phasing Drawings, shall have two -way radios, provided by the contractor, as points of contact with the ATCT. Flaggers shall contact the ATCT on Airport Ground Frequency 121.6 to obtain clearance for any person or vehicle to enter active aircraft movement areas. Tower hours are 7:00 a.m. to 9:00 p.m. Where night operations are allowed in the contract, flaggers shall monitor the Tower Frequency 124.7 for aircraft activity and implement a "See and Avoid" procedure, visibly and audibly checking for aircraft activity and giving clearance for movement through active aircraft operation areas when the flagger has determined the area to be clear of aircraft activity. Aircraft shall always have the right -of- way. Airport Operations Staff will be on site during construction activities to monitor activity, oversee traffic operations, and observe safety measures as necessary. 4. Airport security: Each driver operating any type of vehicle on the airport will be required to attend the ground vehicle training course as reflected in Section E -2 above. 1 F . WILDLIFE MANAGEMENT 1. Trash: The contractor shall be responsible for removing all trash, including food items, from the project site immediately. All trash shall be stored by the contractor in a way that will not allow wind or jet blast to blow trash around the job site. 2. Standing water: The contractor shall be responsible for grading all disturbed areas so they will drain. No standing water will be allowed. 3. Tall grass and seeds: Seed mixes shall comply with AC 150/5200 -33. 4. Fencing and gates: The contractor shall take care to maintain security during construction when access points are created in the perimeter fencing to permit the passage of construction vehicles or personnel. Temporary gates shall be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. A flagger shall be stationed at any open gate to ensure that only authorized persons and vehicles have access to the Aircraft Operations Area (AOA) and to prohibit "piggy backing" behind another person or vehicle. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A -100 -7 12/2011 AC 150/5370-1 OF (NOTICE F -1) I Disruption of existing wildlife habitat: Wildlife around Renton Municipal Airport includes coyotes, rabbits, and birds. Any sightings of coyotes or other wildlife should immediately be reported to airport staff. G . FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors shall not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing may be required to contain material that can be carried by wind into areas where aircraft operate. The contractor shall assign a FOD manager for this project. The contractor shall be financially responsible for any damage to aircraft from FOD or any impact costs to airport tenants resulting or FOD on active aircraft movement areas preventing aircraft from using the active aircraft movement areas. See AC 150/5210 -24, Foreign Object Debris (FOD) Management. See also Specification A -101. H . HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320 -15, Management of Airport Industrial Waste. I . NOTIFICATION OF CONSTRUCTION ACTIVITIES The contractor shall immediately notify the airport and the engineer of any conditions adversely affecting the operational safety of the airport. 1. Maintenance of a list of responsible representatives /points of contact: A list of points of contact for the airport and engineer will be provided at the pre - construction meeting. The contractor shall also provide, at the pre - construction meeting, a list of points of contact available 24 hours a day. This list shall be revised as required during the course of the project. 2. Notices to Airmen (NOTAM): Only the airport operator may initiate or cancel NOTAMs on airport conditions, and the airport operator is the only entity that can close or open a runway. The airport operation staff must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities. The contractor shall be responsible to notify the airport operator a minimum of 72 hours in advance of any change to planned construction activities. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A -100 -8 I 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' 3. Emergency notification procedures are as follows: The first and immediate action will be to call 9 -1 -1. Next, call the Airport Office at 425- 430 -7471, then ' Airport Operations at 206 - 423 -0087. 4. Coordination with ARFF Personnel: The airport operations staff will coordinate with the City of Renton Fire Department. The airport will coordinate construction activities, construction phasing, and available access routes during construction with these entities. City of Renton Fire Department personnel will ' also attend the pre - construction conference for the project. Airport staff is responsible for coordinating with the agencies listed above for the following construction activities: • The deactivation and subsequent reactivation of water lines and fire hydrants. ' • The rerouting, blocking, and restoration of emergency access routes. • The use of hazardous materials on the airfield. • The interruption of power service. 5. Notification to the FAA: 1 a. Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this ' equipment (i.e., cranes, graders, other equipment) on airports. FAA Form 7460 -1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. Further guidance is available on the FAA web site at oeaaa.faa.gov. b. NAVAIDS. For emergency (short- notice) notification about impacts to both airport-owned and FAA -owned NAVAIDS, contact: 866 - 432 -2622. C. Airport- owned /FAA- maintained. None d. FAA - owned. None iJ. INSPECTION REQUIREMENTS 1. Daily inspections: Inspections will be conducted by airport operations staff and the contractor daily, or possibly more frequently, to ensure conformance with the CSPP. 2. Final inspections: Inspections with the airport staff and the engineer shall be conducted prior to opening any runway or taxiway that has been closed for ' construction. Renton � Municipal Airport A -100 -9 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 K. UNDERGROUND UTILITIES AC 150 /5370 -1OF (NOTICE F -1) The contractor is responsible to locate all underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may include coordinating with public utilities and hiring a private utility locate service. The contractor shall take all necessary precautions to protect utilities. The contractor shall be responsible for any and all costs, fees, and penalties associated with the damage and repair of any utilities. L . PENALTIES M I Non - compliance with the CSPP, SPCD, or airport rules and regulations may result in rescission of driving privileges or access to the AOA. SPECIAL CONDITIONS The contractor shall protect workers, vehicles, and equipment from prop wash, jet blast, and noise at all times. 2. The contractor shall maintain emergency vehicle access to the project site and airport at all times. 3. It shall be the responsibility of the contractor to prevent construction- related vehicle and pedestrian traffic from entering active taxiway and runway areas. 4. In order to minimize danger to aircraft in areas that will be open for aircraft movement after the end of the working day, the contractor shall ensure that all transverse joints are ramped down so no abrupt edges remain. Additionally, there shall be no temporary or permanent pavement drop -offs greater than 1 inch or pavement/turf lips greater than 3 inches. RUNWAY AND TAXIWAY VISUAL AIDS Areas where aircraft will be operating shall be clearly and visibly separated from construction areas. General: Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots and not misleading, confusing, or deceptive. All visual aids must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. 2. Marking: Markings must be in compliance with the standards of AC 150/5340 -1, Standards for Airport Markings. Runways and taxiways closed tc aircraft operations are marked with a yellow X. It is the responsibility of the contractor to establish, maintain, and remove all temporary markings as required throughout the project. The establishment, maintenance, and removal techniques shall be acceptable to the airport management. The contractor shall coordinate the placement and removal of temporary markings with the airport staff. Renton Municipal Airport A- 100 -10 Taxiway B System Rehabilitation — South Portion Reconstruction II 12/2011 AC 150 15370 -1OF (NOTICE F -1) Material selected for temporary markings shall be placed as shown in the contract documents or as directed by the engineer. Markings shall be properly secured to ' prevent movement by prop wash, jet blast, wing vortices, or other wind currents. The markings shall be secured so they present no obstacles to aircraft. ' Temporarily closed taxiways: Place barricades outside the safety area of taxiway intersections. For runway /taxiway intersections, place an X at the entrance to a closed taxiway from the runway. 3. Lighting and visual NAVAIDs: Lighting must be in conformance with AC 150/5340 -30, Design and Installation Details for Airport Visual Aids, and ' AC 150/5345 -40, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp.from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above - ground temporary wiring in conduit to prevent electrocution and fire ignition sources. Navigational equipment located at Renton Municipal Airport includes a Rotating Beacon, REILs, PAPIs, and a Non - Directional Beacon (NDB). There is also a weather station. The navigational equipment and navigational equipment critical areas shall be protected. No interruption of navigational equipment service shall be permitted by the contractor unless ' designated in the CSPP or the SPCD. 4. Signs: To the extent possible, signs must be in conformance with AC 150/5340 -18. To the extent practicable, signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220 -23 and AC 5345 -44. O. MARKING AND SIGNS FOR ACCESS ROUTES Pavement markings and signs for construction personnel shall conform to AC 150/5340 -18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220 -23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. P. HAZARD MARKING AND LIGHTING ' 1. Purpose: Hazard marking and lighting prevents pilots from entering areas closed to aircraft and prevents construction personnel from entering areas open to aircraft. Prominent, comprehensible warning indicators shall be used for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas Renton iP Municipal Airport A- 100 -11 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) subject to jet blast. The contractor shall also mark cables and power lines; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas for contractor personnel to avoid. 2. Equipment: a. Barricades will be used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash, and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, spacing should not exceed 4 feet. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes securely attached to prevent FOD. b. Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 feet apart. Lights must be operated between sunset and sunrise and during periods of low visibility, whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. C. Supplement barricades with signs (for example, "No Entry," "No Vehicles ") as necessary. d. Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area and on aprons, use orange traffic cones, flashing or steady- burning red lights as noted above, 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 inches square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway /taxilane safety area or apron must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags. Barricades must be of low mass, easily collapsible upon contact with an aircraft or any of its components, and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, the barricades must be frangible at grade level or as low as possible, with the point of frangibility not to exceed 3 inches above the ground. Renton Municipal Airport A- 100 -12 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) e. Air Operations Area — Runway /Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed ' runways. Evaluate all operation factors when determining how to mark temporary closures. Even for closures of relatively short duration, close all taxiway /runway intersections with barricades. ' f. Air Operations Area — Other. Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. g. Maintenance. The contractor shall have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting shall be checked for proper operation at least once per day, preferably at dusk. PROTECTION OF SURFACES Runway and taxiway safety areas, obstacle free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300 -13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. 1. Runway Safety Areas (RSAs). An RSA is a defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway. Construction ' activities within 37.5 feet of runway pavement edge and within the existing RSA are subject to the following conditions: a. No construction may occur within 37.5 feet of runway pavement edge or within existing RSA while the runway is open for aircraft operations. b. Excavations: i. Open trenches or excavations are not permitted within 37.5 feet of runway pavement edge or within the RSA while the runway is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, ' cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. ii. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. Renton � Municipal Airport A- 100 -13 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) I C. Erosion Control. Soil erosion must be controlled to maintain RSA standards; that is, the RSA must be cleared and graded and have no potentially hazardous ruts, lumps, depressions, or other surface variations, and be capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2. Runway Object Free Area (ROFA): Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material shall not be stockpiled in the ROFA. 3. Taxiway Safety Area (TSA): A TSA is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. Construction activities within the TSA are subject to the following conditions: a. No construction may occur and no construction vehicles may be located within the existing TSA while the taxiway is open for aircraft operations. (See Note 8 on Sheet G1.10 for detailed information regarding intermittent aircraft access to Boeing Paint Hangar.) b. Excavations. Open trenches or excavations are not permitted within the TSA while the taxiway is open. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. ii. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. C. Erosion Control. Soil erosion must be controlled to maintain TSA standards; that is, the TSA must be cleared and graded and have no potentially hazardous ruts, lumps, depressions, or other surface variations, and be capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 4. Taxiway Object Free Area (TOFA): Unlike the ROFA, aircraft wings regularly penetrate the TOFA during normal operations, thus the restrictions are more stringent. Except as provided below, no construction may occur within the TOFA while the taxiway is open for aircraft operations. Renton Municipal Airport A- 100 -14 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) a. Offset taxiway pavement markings may be used as a temporary measure to provide the required TOFA. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. b. Construction activity may be accomplished without adjusting the width of the TOFA, subject to the following restrictions: i. Appropriate NOTAMs are issued. ii. Marking and lighting meeting the provisions of paragraphs N and P above are implemented. iii. Five -foot clearance is maintained between equipment and materials and any part of an aircraft (including wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline /aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. 5. Obstacle Free Zone (OFZ): In general, personnel and /or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Operational restrictions must be approved by the FAA. 6. Runway approach/departure surfaces: All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in AC 150/5300 -13, Appendix 2, "Threshold Siting Requirements." Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Closure of the complete runway and other portions of the movement area require coordination with the FAA. R . OTHER LIMITATIONS ON CONSTRUCTION Prohibitions: a. No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460 -1 determination letter is issued for such equipment. b. No use of open -flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. Renton Municipal Airport A- 100 -15 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) , C. No use of electrical blasting caps on or within 1,000 feet of the airport property. d. No use of flare pots within the AOA. 2. Restrictions: a. Air Traffic Control Tower hours are 7:00 a.m. to 9:00 p.m. b. There shall be no construction activity after 10:00 p.m., except as specified in the Phasing Table, without prior approval. The hours available for construction activities at the Renton Municipal Airport are 7:00 a.m. to 10:00 p.m. Monday through Friday, and 9:00 a.m. to 10:00 p.m. Saturday and Sunday. All specified runway closures shall take place between the hours of 8:30 p.m. and 6:30 a.m. (See Note 4, Sheet G1.10.) C. A concurrent project is anticipated to replace an aircraft bridge at the north end of the airfield. The anticipated project is located outside the work area for this project; however, coordination will be required between projects. The anticipated bridge replacement project will require intermittent threshold displacements. A weekly coordination meeting will be established to facilitate communication and coordination between projects. d. A project at the north end of Taxiway B will be in the process of completion at the start up of the Taxiway B System Rehabilitation — South Portion Project. The two projects are anticipated to overlap by one to two weeks. A weekly coordination meeting will be established to facilitate communication and coordination between these projects for the duration of concurrent construction activities. e. The speed limit within the perimeter fence of the airport is 15 mph. f. Aircraft always have the right -of -way. METHOD OF MEASUREMENT AND PAYMENT A- 100 -4.1 No separate payment shall be made for Operations Safety; it shall be incidental to other items of work. END OF ITEM A -100 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A- 100 -16 I � ' 12/2011 AC 150 /5370 -10F (NOTICE F -1 IITEM A -101 FOD PREVENTION AND TRAFFIC CONTROL ' DESCRIPTION A- 101 -1.1 AIRFIELD FOD PREVENTION CONTROL. This item shall consist of ' providing manpower and equipment necessary to avoid the possibility for FOD. FOD is considered to be objects /debris of any visible size or, if ingested into a jet engine, foreign object damage. FOD present on an active runway, taxiway, shoulder, ramp, road, or any other paved ' surfaces may result in aircraft damage from engine ingestion, engine blast, or any high -speed ground operation. To prevent such damage from occurring, FOD prevention controls must be maintained throughout the duration of the contract period. Active aircraft surfaces shall be kept clean as work progresses and shall be free of FOD as described above before these surfaces are opened to aircraft operations. FOD prevention controls shall control both surface debris and airborne debris. ' A- 101 -1.2 AIRPORT PERIMETER ROAD FOD PREVENTION. This item shall consist of providing manpower and equipment necessary to avoid the possibility for FOD on Airport Perimeter Road. FOD is considered to be objects /debris of any visible size. FOD prevention controls must be maintained throughout the duration of the contract period. FOD cleanup on the Airport Perimeter Road shall be included as a separate item in the FOD Prevention Control Plan. ' The Airport Perimeter Road shall be continuously swept and all visible FOD shall be promptly removed. ' A- 101 -1.3 AIRFIELD TRAFFIC CONTROL. Traffic control shall include placement of barricades to provide delineation between aircraft movement areas and construction work areas; radio control to maintain contact with the Air Traffic Control Tower and/or pilots and ground control; gate personnel required at open gates leading to aircraft operation areas, and other related traffic control items required for the contract. ' A- 101 -1.4 ROADWAY TRAFFIC CONTROL. Where necessary, roadway traffic control outside the airport perimeter fence shall be provided by the Contractor to control any ingress or ' egress from the airport project site. Roadway traffic control shall meet all local, city, and state jurisdictional requirements. The Contactor is responsible for any traffic control plan development and reviews, traffic control permitting, or other miscellaneous requirements with governing agencies required to establish traffic control on roadways open to the public. The Contractor is responsible to provide all personnel, equipment, and resources necessary to establish adequate and safe control of construction traffic and public vehicular /pedestrian traffic. ' MATERIALS A- 101 -2.1 FOD CONTROL EQUIPMENT. Equipment shall include power brooms and hand tools as necessary to eliminate FOD. Watering, dust palliatives, or other measures shall be utilized to control airborne FOD. Renton Municipal Airport A -101 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) I A- 101 -2.2 TRAFFIC CONTROL EQUIPMENT. Traffic control equipment shall include barricades, warning signs, hazard markings, aviation radio, and any other equipment necessary to control traffic as detailed in the Construction Operations Plan. CONSTRUCTION METHODS A- 101 -3.1 Procedures to be followed for purposes of preventing FOD shall be observed with the maximum degree of effort. It shall be understood that unlike general "best effort" cleanup requirements associated with typical construction projects, the FOD prevention controls are to be considered a primary project objective. The Contractor shall review the safety and phasing requirements carefully as presented in the project plans and specifications and submit with the Contractor's proposed schedule a FOD Control Plan. The basic philosophy of the FOD Control Plan shall be to minimize the work necessary to remove debris from aircraft movement areas by minimizing the source debris along immediate haul and access routes. FOD Prevention Control Requirements The Contractor's foreman and primary field personnel shall attend a FOD awareness meeting at the Airport Office before commencing construction and shall become familiar with the ramifications of FOD on airport pavements, Airport Staff expectations for FOD control, typical FOD generators, and methods for controlling FOD. The Contractor shall prepare a FOD Control Plan and designate one employee as a FOD Manager for the duration of this project. The plan and selection of a FOD manager will be subject to approval by the airport staff and the Engineer. Access/haul routes shall be confined strictly to the areas designated on the Project Layout Plan and the Safety and Phasing Plan. These routes will be confined to the smallest possible area in order to limit the amount of sweeping and cleanup required. These routes shall be marked clearly by the Contractor with signs and cones so vehicles will not stray from the designated routes. Material from Airport work areas and waste sites (loose asphalt pavement, rocks, vegetation, etc.) shall not contaminate adjacent haul routes. To prevent material from falling from the trucks while in transit, loads filled to the top of the side rails will not be allowed on the site. The assigned FOD Control laborer shall clean paved surfaces as appropriate. The Contractor shall return all aircraft movement areas to a clean, FOD -free state before re- opening those surfaces to aircraft traffic. FOD cleanup equipment and methods used by the Contractor are subject to approval by the Engineer and /or Airport Staff. Equipment judged to be unsuitable by the Engineer shall be replaced by the Contractor. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A -101 -2 I ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) The key elements of this specification section are: FOD Awareness FOD Prevention ' FOD Control — "Clean As You Go" The Contractor shall provide signs, barricades, and cones to delineate clearly and ' confine access routes to prevent vehicle and aircraft conflicts and to prevent FOD. METHOD OF MEASUREMENT A- 101 -4.1 FOD Prevention and Traffic Control shall be measured by the lump sum per phase for all equipment and personnel used to provide FOD Prevention and Traffic Control. Whenever ' directed by the Engineer, the Contractor shall begin cleanup operations or shut down cleanup operations already in progress. In the event the Airport or Engineer determines any active aircraft movement area to be unusable due to construction generated debris, and if the Contractor ' is not on site, cleanup equipment will be called in by the Airport and billed directly to the Contractor. BASIS OF PAYMENT A- 101 -5.1 Payment shall be made at the contract lump sum price per phase for maintaining the II, ' FOD Prevention and Traffic Control. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to control, remove, and dispose of all potential FOD materials within work areas and along airport haul routes. The Traffic Control price shall be full ' compensation for all labor, equipment, tools and incidentals necessary to control traffic as described in the Contract Documents. Payment will be made under: Item A- 101 -5.1 Airfield FOD Prevention Control — per lump sum Item A- 101 -5.2 Airport Perimeter Road FOD Prevention — per lump sum Item A- 101 -5.3 Airfield Traffic Control — per lump sum Item A- 101 -5.4 Roadway Traffic Control — per lump sum END OF ITEM A -101 Renton Municipal Airport A -101 -3 Taxiway B System Rehabilitation — South Portion Reconstruction l 1 12/2011 AC 150 /5370 -10F (NOTICE F -1 IITEM A -103 CONTRACTOR QUALITY CONTROL PROGRAM ' DESCRIPTION A- 103 -1.1 GENERAL. The Contractor shall establish, provide, and maintain an effective ' Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated ' purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that ' will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. ' c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and resent, at the reconstruction conference, p p p p his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program ' has been reviewed. The Contractor Quality Control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements for P -152 and P -209 are the responsibility of the ' Contractor. Acceptance testing for.P -401 is the responsibility of the Owner. REQUIREMENTS ' A- 103 -2.1 DESCRIPTION OF PROGRAM. ' a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure ' conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include Renton � Municipal Airport A-103-1 p ' Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -11 1 surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 5 calendar days before the Preconstruction Meeting. As a minimum, a written Quality Control Plan will be required for Excavation and Embankment (P -152), Subbase Course (P -154), Crushed Aggregate Top Course and Base Course (P -209), Cement - Treated Base Course (P -304), and Asphalt Paving (P -401) operations. The Quality Control Program shall be organized to address; as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; L Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he /she deems necessary to adequately control all production and/or construction processes required by this contract. A- 103 -2.2 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification Renton Municipal Airport A -103 -2 Taxiway B System Rehabilitation — South Portion Reconstruction I112/2011 AC 150 /5370 -1OF (NOTICE F -1) requirements of Paragraph A- 103 -2.1a and A- 103 -2.1b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full -time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. . Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in- training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience ' acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. Renton iP Municipal Airport A -103 -3 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) I � The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section A- 103 -2.5. (2) Performance of all quality control tests as required by the technical specifications and Section A- 103 -2.6. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffmg Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. A- 103 -2.3 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. A- 103 -2.4 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. A- 103 -2.5 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section A- 103 -2.6. Renton Municipal Airport I A -103 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. A- 103 -2.6 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P -401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); 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 witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section A- 103 -2.7. A- 103 -2.7 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or Renton Municipal Airport A -103 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following:,. (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engines- shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and Renton Municipal Airport A -103 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 t(9) Retests. t t AC 150 /5370 -1OF (NOTICE F -1 Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. A- 103 -2.8 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. A- 103 -2.9 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. A- 103 -2:10 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and reviewed by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Contractor. The testing organizations performing on -site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, Renton Municipal Airport A -103 -7 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall hire a laboratory and perform all Quality Control and Quality Acceptance testing for Item P -152 Excavation and Embankment, Item P -154 Subbase Course, Item P -209 Crushed Aggregate Top Course and Base Course, and Item P -304 Cement - Treated Base Course. See respective specification sections for testing requirements of each item. For Items P -401 Plant Mix Bituminous Pavements and P -501 Portland Cement Concrete Pavement, the Contractor shall provide all Quality Control Testing as specified in Section P- 401 -6.1 and P- 501 -6.1, respectively. The Contractor shall produce mix designs for Section P -304, Section P -401, and Section P -501 The cost for producing the mix designs shall be incidental to the bid item, "Contractor Quality Control /Acceptance Testing." Payment for contractor quality control and acceptance testing listed above shall be paid for under the lump sum bid item "Contractor Quality Control /Acceptance Testing." This lump sum price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. All acceptance sampling and testing for Item P -401, "Plant Mix Bituminous Pavements," as specified in P- 401 -5, Material Acceptance, is the responsibility of the Owner. All acceptance sampling and testing for Item P -501, "Portland Cement Concrete Pavement," as specified in P- 501 -5, Material Acceptance, is the responsibility of the Owner. The Contractor shall employ a testing organization to perform all Contractor required tests. The laboratory quality control technicians shall meet the requirements of Technical Provision A -103, A- 103 -2.2b, Quality Control Technicians. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. The test results shall be prepared by the Contractor on a form provided by the Engineer. If the City of Renton suspects any error or discrepancy in the Contractor's test results, the City reserves the right to perform concurrent tests with a City - employed laboratory. Where there is a conflict between the Contractor's test results and the City's test results, the City's test results shall govern as the tests of record unless determined otherwise by the Engineer. A- 103 -2.11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take Renton Municipal Airport A -103 -8 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) �j 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 V 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. are taken. (2) Order the Contractor to stop operations until appropriate corrective actions METHOD OF MEASUREMENT AND PAYMENT A- 103 -3.1 Measurement and payment will be at the contract lump sum price per phase for Contractor Quality Control /Acceptance Testing. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to provide quality control as described in these specifications. Payment will be made under: Item A- 103 -3.1 Contractor Quality Control /Acceptance Testing — per Lump Sum IEND OF ITEM A -103 1 Renton Municipal Airport p iP Taxiway B System Rehabilitation — South Portion Reconstruction 1 M 1 12/2011 AC 150 /5370 -10F (NOTICE F -1) IITEM A -105 MOBILIZATION DESCRIPTION A- 105 -1.1 The lump sum bid for mobilization shall include all costs for preparatory work and operations performed by the Contractor, including, but not limited to, those necessary for the movement of his personnel, equipment, supplies, and incidentals to the project site; for offices and other facilities for work on the project; for premiums for bonds and insurance for the project; and for other work and operations he must perform or costs he must incur before beginning production on the project work. This item is for the duration of the contract. A- 105 -1.2 The lump sum bid for utility locate shall include all costs necessary to locate and mark on the surface, using paint and/or flagging, all existing utilities in the project area prior to start of construction (this may require hiring a private utility company). Contractor shall maintain a record of utility locations in the project area throughout the duration of the contract. MEASUREMENT AND PAYMENT A- 105 -2.1 Measurement and payment will be made in accordance with the provisions of Section 1 -09.7, Mobilization, of the Washington State Department of Transportation Standard Specifications. The cost for demobilization is included under the payment for this item. A- 105 -2.2 Measurement and payment will be at the contract lump sum price per phase for utility locate. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary to locate utilities. Payment will be made under: Item A- 105 -2.1 Mobilization (for entire project) —per Lump Sum Item A- 105 -2.2 Utility Locate — per Lump Sum END OF ITEM A -105 Renton Municipal Airport A -105 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370-1 OF (NOTICE F -1) ITEM A -110 CONSTRUCTION SURVEY DESCRIPTION A- 110 -1.1 CONSTRUCTION LAYOUT AND STAKING. The Engineer has established horizontal and vertical survey control only. The Contractor shall conduct all survey and establish all layout required for the construction of the work and verification of quantities. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. It will be the Contractor's responsibility to provide the construction staking required to ensure that the improvements are constructed to the lines and grades shown on the plans. CONSTRUCTION METHODS A- 110 -2.1 The Contractor will be required to furnish all lines, grades, and measurements necessary for the proper prosecution and control of the work contracted for under these specifications, from the control points provided. A- 110 -2.2 The contractor-must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified. This will allow the Engineer to make periodic visual checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Surveys and survey notes must be on local coordinate system shown on the plans, based on plan stations and offsets and plan vertical control. Furnishing of the Contractor's survey notes to the Engineer and visual checks of construction by the Engineer do not constitute concurrence of construction conformance with plan grades, alignments, and grade tolerances; and does not relieve the Contractor of the responsibility to conform to the contract documents or correct errors at the Contractor's expense. In the case of error, on the part of the Contractor their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement, and all associated costs, at no additional cost to the Sponsor or Engineer. Construction Staking and Layout includes but is not limited to: 1. Clearing and Grubbing perimeter staking. 2. Rough Grade slope stakes at 100 -foot stations. 3. Drainage Swales slope stakes and flow line blue tops at 50 -foot stations. Renton Municipal Airport A -110 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 4. Subgrade blue tops at 25 -foot stations and 25 -foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station d. Roadways — minimum 3.per station 5. Base Course blue tops at 25 -foot stations and 25 -foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station 6. Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 -foot stations b. Between Lifts at 25 -foot stations for the following section locations: 1) Runways — each paving lane width 2) Taxiways — each paving lane width 3) Holding areas — each paving lane width c. After finish paving operations at 50 -foot stations 1) All paved areas — edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 -foot stations and at all break points with maximum of 50 -foot offsets 7. Fence lines at 100 -foot stations 8. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASIs, PAPIs, REILs, Wind Cones, Distance Markers (signs), pull boxes and manholes. 9. Drain lines, cut stakes and alignment on 25 -foot stations, inlet and manholes. 10. Painting and Striping layout (pinned with 1.5 -inch PK nails) marked for paint Contractor (All nails shall be removed after painting) 11. Laser or other automatic control devices shall be checked with temporary control point or grade hub at a minimum of once per 400 -feet per pass (i.e., paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. A- 110 -2.3 ESTABLISHMENT OF SURVEY CONTROL FOR CONSTRUCTION. 1. Utilization of a State Licensed Land Surveyor is required. Renton Municipal Airport A -110 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' 2. Horizontal least 1:40,000 is closure accuracy of at required. 3. Vertical loop closure of at least 0.03 foot per mile is required. Vertical datum is based on NAVD -88 Vertical Datum. Horizontal datum is based on Washington State Plane North Zone NAD 83/1991. 4. The construction survey must use the same primary control as used for the Design . Survey. The Contractor shall verify primary control prior to use and establishing any secondary control. 5. Prior to performing the initial survey, prepare a methodology statement, complete with survey equipment to be utilized and with information as to the accuracy of the equipment. The methodology statement is to be submitted to the project manager for review and approval. 6. Secondary control monuments shall have a minimum foundation depth of 6 feet. �. Elevations shall be set on secondary control using the NGS style 3D monument set for project primary control. Utility locates are required prior to installing secondary control monuments. 7. Contractor must verify his internal secondary control monuments a minimum of once per month by looping back into primary control. 'I U 0 1 MEASUREMENT AND PAYMENT A- 110 -3.1 Measurement and payment shall be made at the contract lump sum price per phase, including the cost of all labor, materials, equipment, and tools required to complete the work. Payment will be made under: Item A- 110 -3.1 Construction Survey - per lump sum END OF ITEM A -110 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A -110 -3 'i i 12/2011 AC 150 /5370 -10F (NOTICE F -1) ITEM A -201 TRENCH EXCAVATION SAFETY PROVISIONS DESCRIPTION A- 201 -1.1 This item shall consist of safety provisions required when trench excavation exceeds a depth of 4 feet. REQUIREMENTS A- 201 -2.1 If the bid amount contains any work that requires trenching exceeding a depth of 4 feet, all costs for trench safety shall be included in the Basic Bid for adequate trench safety systems in compliance with Chapter 39.04 RCW 49.17 RCW and WAC 296 - 155 -650. MEASUREMENT AND PAYMENT A- 201 -3.1 Measurement and payment for "Trench Excavation Safety Provisions" shall be made at the contract price per lump sum per phase, including the cost of all labor, materials, the use of all equipment, and tools required to complete the work. Payment will be made under: Item A- 201 -3.1 Trench Excavation Safety Provisions — per lump sum If the bid amount does not contain work that requires trenching exceeding a depth of 4 feet, enter "$0.00" for the line item on the Bid Schedule, Section 00410. END OF ITEM A -201 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction A -201 -1 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM D -701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701 -1.1 This item shall consist of the removal of existing pipe as reflected on the demolition plans and construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701 -2.1 Materials shall meet the requirements shown on the plans and specified below. 701 -2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. 1 s i AASHTO M 294 & M 252 Corrugated Polyethylene Pipe — HDPE (Type S) WSDOT Section 9 -05.13 and Ductile Iron Pipe (DIP), Standard Thickness Class 52 ANSFAWWA C151/A21.51 ASTM C 14 Non - Reinforced Concrete Pipe 701 -2.3 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe and polyethylene pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc - coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic (HDPE) ribbed pipe shall conform to the requirements of ASTM F 477. 701 -2.4 JOINT MORTAR. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. CONSTRUCTION METHODS 701 -3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches or 1/2 inch for each foot of fill over the top of the pipe (whichever is greater) but for no more than three - quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for Renton Municipal Airport D -701 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. Excess trench excavation material and trench excavation material not acceptable for backfill shall be disposed of by the Contractor as directed in technical provision Item P -152. 701 -3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. Class D bedding shall be used in locations where trenches are under existing or future structures, paved areas, road shoulders, driveways or sidewalks, or as specified herein. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 -inch sieve and not more than 10 percent of which passes a No. 200 sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. Class D bedding shall consist of compacted granular backfill material. The material shall be well - graded crushed rock, with a maximum aggregate size of 3/ inch in the bedding and pipe zone, and a maximum aggregate size of 1 %2 inches in the trench backfill zone. Gradation of granular backfill material shall comply with WSDOT Specification Section 9- 03.12(3), Gravel Backfill for Pipe Zone Bedding. The pipe zone bedding extends 6 inches below the pipe to 50 percent of OD above the crown. b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth in. in. 1/2 1 1 2 2 3 21/2 3 %2 c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inch. For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 sieve. For all Renton Municipal Airport D -701 -2 Taxiway B System Rehabilitation — South Portion Reconstruction i 1 t 1 t t 11 12/2011 AC 150 /5370 -10F (NOTICE F -1) other areas, no more than 50 percent of the material shall pass the No. 200 sieve. The bedding shall have a thickness of at least 6 inches below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent of the pipe's vertical outside diameter. 701 -3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. 701 -3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC and Polyethylene Pipe. Joints for PVC and Polyethylene pipe shall conform to the requirements of ASTM D 3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M 304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or M 294M. d. Ductile Iron Pipe (DIP). Ductile iron pipe shall possess standard push -on joint type. Push -on joints shall be "Tyton" type. Rubber gasket joints shall be in conformance with ANSI/AWWA CI I I /A21.11. 701 -3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil, granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 -inch sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 -inch sieve, and no less than 95 percent of it shall be retained on a No. 4 sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches on both sides of the pipe and shall be brought up 1 foot above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches and shall be brought up evenly on both sides of the pipe to 1 foot above Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction D -701 -3 12/2011 AC 150 /5370 -1OF (NOTICE F -1 the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet, whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches over the top of the pipe. The backfill material shall meet the requirements of paragraph 701 -3.2c. All backfill shall be compacted to the density required under Item P -152. 701 -3.6 STORM DRAIN PIPE REMOVAL. Storm drain pipe designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. If new pipe is to be placed, follow contract requirements for installation of new storm drain pipe. If pipe is removed and no new pipe is placed, the Contractor shall backfill with select backfill material (approved by the Engineer) and compact to 95 percent density. Where storm drain pipe is removed to the limits indicated on the plans or directed by the Engineer, any remaining pipe shall be plugged with a minimum of 12 inches of P -610 concrete placed within pipe end. Plugging of pipes is incidental to the pipe removal items. METHOD OF MEASUREMENT 701 -4.1 The length of pipe to be removed and the length of pipe to be installed shall be measured in linear feet of pipe in place, including excavation, bedding, and backfill, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings and trash racks shall be included in the footage as typical pipe sections in the pipe being measured. Plugging of pipes is incidental to the pipe removal measurement. BASIS OF PAYMENT 701 -5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe removed and for each kind of pipe installed, of the type and size designated, including excavation, bedding, and backfill. Plugging of pipes is incidental to the pipe removal item. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D- 701 -5.1 6 -inch HDPE Storm Drain Pipe — per linear foot Item D- 701 -5.2 12 -inch HDPE Storm Drain Pipe — per linear foot Item D- 701 -5.3 12 -inch HDPE Storm Drain Pipe, Temporary Bypass — per linear foot Item D- 701 -5.4 18 -inch HDPE Storm Drain Pipe — per linear foot Item D- 701 -5.5 10 -inch DI Storm Drain Pipe — per linear foot Renton Municipal Airport D -701 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Item D- 701 -5.6 12 -inch DI Storm Drain Pipe — per linear foot Item D- 701 -5.7 18 -inch DI Storm Drain Pipe — per linear foot Item D- 701 -5.8 Storm Drain Pipe Removal — per linear foot MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic- Coated for Sewers and Drains ASTM A 761 Corrugated Steel Structural Plate, Zinc Coated, for Field - Bolted Pipe, Pipe- Arches, and Arches ASTM A 762 Corrugated Steel -Pipe, Polymer Precoated for Sewers and Drains ASTM A 849 Post - Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage. Pipe ASTM A 885/ Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated A 885M -96 Steel Sewer, Culvert, and Underdrain Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C 655 Reinforced Concrete D -Load Culvert, Storm Drain and Sewer Pipe ASTM C 1433 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM D 1056 Flexible Cellular Materials- Sponge or Expanded Rubber ASTM D 3034 Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Renton Municipal Airport D -701 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D 6690 Joint and Crack Sealants, Hot - Applied, for Concrete and Asphalt Pavements ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 667 Large Diameter Corrugated Polyethylene Pipe and Fittings ASTM F 714 Polyethylene (PE) Plastic Pipe (SDR -PR) Based on Outside Diameter ASTM F 794 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on ASTM F 949 Controlled Inside Diameter ASTM F 894 Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F 2435 Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F 2562 Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non - Pressure Drainage and Sewerage. ASTM F 949 Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings AASHTO M 190 Bituminous- Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe - Arches, and Arches AASHTO M 243 Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe - Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP -20 Steel Reinforced Polyethylene (PE) Ribbed Pipe END ITEM D -701 Renton Municipal Airport D -701 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM D -702 SLOTTED DRAINS IDESCRIPTION 702 -1.1 This item shall consist of the removal of existing slotted drain pipe and the construction of slotted drain_ pipe in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 702 -2.1 GENERAL. All slotted drain pipe shall meet the requirements shown on the plans and specified below. Slotted drain pipe shall be capable of accommodating a minimum flow of 1.94 cfs (see contract drawing for grade information) in accordance with the contract drawings and manufacturer's instructions and shall support 130,000 -pound 737 -800 (light) aircraft loading. 702 -2.2 PIPE. a. Steel Slotted Drain. Pipe shall be metallic- coated (galvanized or aluminized steel Type II) corrugated steel Type I meeting the requirements of ASTM A760. Pipe diameter and gauge shall be as shown on the plans. The corrugated steel pipe shall have a minimum of two rerolled annular ends. b. Low Density Polyethylene Channel. Channel shall have a smooth inside profile, non- stick, non - corrosive, and shall not be corrugated. Cleanout ports will be made of low density polyethylene and match the channel profile of the slotted drain. 702 -2.3 GRATES AND CASTINGS. "— a. Steel Slotted Drain. Grates shall be manufactured from ASTM A 36 or A 570, Grade 36 steel. Spacers and bearing bars (sides) shall be 3/16 -inch (5 mm) material. The spacers shall be welded to each bearing bar with four 1 1/4- inch -long by 3/16- inch -wide (32 mm long by 5 mm wide) fillet welds on each side of the bearing bar at spacings not exceeding 6 inches (150 mm). The grates shall be 6 inches (150 mm) high or as shown on the plans and shall have a maximum 1 3/4 -inch (45 mm) opening in the top. Grates shall be galvanized in accordance with ASTM A 123 except with a 2 ounce per square foot (0.61 kg per square meter) galvanized coating. The grates shall be fillet welded to the corrugated steel pipe with a minimum weld 1 inch (25 mm) long on each side of the grate at every other corrugation. Weld areas and the heat - affected.zones where the slot is welded to the corrugated pipe shall be thoroughly cleaned and painted with a zinc -rich paint in accordance with repair of damaged coatings in ASTM A 760. Renton Municipal Airport D -702 -1 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) I Each 20 -foot (6.1 m) length of drain delivered to the job site shall be within the following tolerances: vertical bow ± 3/8 inch (9.5 mm), horizontal bow ±5/8 inch (16 mm), twist ± 1/2 inch (12.5 mm). b. Low Density Polyethylene Channel. Drain cleanout ports shall have a slotted ductile iron galvanized grate and shall be spaced at 100 -foot intervals. 702 -2.4 CONCRETE. The slotted drain shall be installed in concrete with a 4,000 psi minimum strength at 28 days when tested in accordance with ASTM C 39. Reinforcing steel shall be installed as shown on the plans, or as recommended by the manufacturer. CONSTRUCTION METHODS 702 -3.1 EXCAVATION. The width of the trench shall be sufficient to permit satisfactory installation and jointing of the slotted drain and placing of a high slump concrete backfill material under and around the drain, but shall not be less than the external pipe diameter plus 6 inches on each side. The depth of the trench shall be a minimum of 3 inches below the invert for the drain. The trench may be roughly shaped to the slotted drain bed. 702 -3.2 INSTALLATION. Drain shall be laid in sections joined firmly together with mechanically interlocking joints. The top of all drains shall be held firmly in place to the proper grade, to preclude movement during the backfilling operation. 702 -3.3 JOINING. a. Slotted steel drain joints shall be firmly joined by modified hugger -type bands, or as indicated, to secure the pipe and prevent infiltration of the backfill. When the slotted steel drain is banded together, the adjacent grates shall have a maximum 3 -inch (76 mm) gap. b. For Low Density Polyethylene Channel, the channels will have interlocking joints and exhibit 0 percent water absorption. 702 -3.4 BACKFILLING. Slotted drains shall be inspected before any backfill is placed. Damaged drains shall be aligned or replaced at the expense of the Contractor. The slotted drain assembly shall be backfilled with concrete that will easily flow under and around the drain and the trench wall. The opening in the top of grates and castings shall be covered to prevent unwanted material from entering the drain during the backfilling and subsequent surfacing operations. 702 -3.5 EXISTING STRUCTURE REMOVAL. Existing slotted drains designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. If new slotted drains are to be placed at the same location, follow contract requirements for installation of new slotted drains. If slotted drain is removed and the void of the removal extends below the new pavement section, the Contractor shall backfill the void with select backfill material (approved by the Engineer) and compact to 95 percent density. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction D -702 -2 I 12/2011 AC 150 /5370 -10F (NOTICE F -1) METHOD OF MEASUREMENT 702 -4.1 The length of slotted drain system and slotted drain removal shall be measured in linear feet of slotted drain system in place, completed, and approved. It shall be measured along the centerline of the drain from end or inside face of structure to the end or inside face of structure, whichever is applicable. All trenching, backfill concrete, connections to structures, and fittings shall be included in the footage as typical drain sections being measured. BASIS OF PAYMENT 702 -5.1 Payment shall be made at the contract unit price per linear foot for each kind of slotted drain type and size designated and for slotted drain removal. These prices shall be full compensation for all materials, all preparation, excavation, and installation of these materials; and all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 702 -5.1 Slotted Drain System, 12 -Inch — per linear foot Item 702 -5.2 Slotted Drain System Removal — per linear foot TESTING REQUIREMENTS ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens MATERIAL REQUIREMENTS Information A guide to Standardized Highway Drainage Products disseminated under the sponsorship of the American Association of State Highway and Transportation Officials, Associated General Contractors, and the American Road and Transportation Builders Association END OF ITEM D -702 Renton Municipal Airport D -702 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370 -1OF ITEM D -705 UNDERDRAINS FOR AIRPORTS DESCRIPTION TICE F -1 705 -1.1 This item shall consist of the removal of existing subdrain pipe and the construction of pipe underdrains and biofiltration swale underdrains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 705 -2.1 GENERAL. Materials shall meet the requirements shown on the plans and specified below. 705 -2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. AASHTO M 252 Corrugated Polyethylene Perforated Pipe — HDPE (Type SP) 705 -2.3 ELASTOMERIC SEALS. Elastomeric seals shall conform to the requirements of ASTM F 477. 705 -2.4 CLEAN DRAIN ROCK. Clean drain rock for biofiltration swale underdrain shall consist of 5/8 -inch minus clean drain rock. 705 -2.5 POROUS BACKFILL. Porous backfill shall be free of clay, humus, or other objectionable matter, and shall conform to the gradation in Table 1 when tested in accordance with ASTM C 136. Table 1. Gradation of Porous Backfill. Sieve Designation (square openings) Percentage by Weight Passing Sieves Porous Material No. 2 1 -1/2 inch 100 1 inch 50 -100 3/4 inch 0 -20 3/8 inch —0 -2 No. 200 —0 -1.5 705 -2.6 FILTER FABRIC. The filter fabric shall be non -woven and conform to the requirements of AASHTO M 288 -99, Class 2, and the following fabric properties: Renton Municipal Airport D -705 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Table 2 Fabric Property Test Method Test Requirement Grab Tensile Strength, lbs ASTM D 4632 125 min Grab Tensile Elongation % ASTM D 4632 50 min Burst Strength, psi ASTM D 3785 125 min Trapezoid Tear Strength, lbs ASTM D 4533 55 min Puncture Strength, lbs ASTM D 4833 40 min Abrasion, lbs ASTM D 4886 15 max loss Equivalent Opening Size ASTM D 4751 70 -100 Permittivity sec- ASTM D 4491 0.80 Accelerated Weathering (UV Stability) (Strength Retained - %) ASTM D 4355 *(500 hrs exposure) 70 CONSTRUCTION METHODS 705 -3.1 EQUIPMENT. All equipment necessary and required for the proper construction of pipe underdrains shall be on the project, in first -class working condition, and approved by the Engineer before construction is permitted to start. 705 -3.2 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 in on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 in. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. The excavation shall not be carried below the required depth; when this is done, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material. The bed for the pipe shall be so shaped that at least the lower quarter of the pipe shall be in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be excavated accurately to size to clear the bell so that the barrel supports the entire weight of the pipe. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. Unless Renton Municipal Airport D -705 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the backfill to at least 12 in over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. Excess trench excavation material and trench excavation material not acceptable for backfill shall be disposed of by the Contractor. 705 -3.3 LAYING AND INSTALLING PIPE. a. PVC or Polyethylene Pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D 2321. Perforations shall meet the requirements of AASHTO M 252 or M 294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line and grade. b. All Types of Pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by the Engineer. Unless otherwise shown on the plans, a 4 -inch bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains. Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight -fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected and constructed as shown on the plans. c. Filter Fabric. The filter fabric shall be installed in accordance with the manufacturer's recommendations, or in accordance with AASHTO M 288 -99 APPENDIX, unless otherwise shown on the plans. 705 -3.4 BACKFILLING. a. Earth. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. The backfill material shall be selected material from excavation or borrow; material which is placed within a nominal pipe diameter distance at the sides of the pipe and 1 ft over the top shall be material that can be 1 readily compacted. It shall not contain stones retained. on a 3 -inch sieve, frozen lumps, chunks of highly plastic clay, or any other material that is objectionable to the Engineer. The material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall 1 be approved by the Engineer. Special care shall be taken in placing the backfill. Great care shall be used to obtain thorough compaction under the haunches and along the sides to the top of the pipe. The backfill shall be placed in loose layers not exceeding 6 inches in depth under and around the pipe, and not exceeding 8 inches over the pipe. Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by the Engineer, until the trench is completely filled and brought to the proper elevation. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. Renton Municipal Airport D -705 -3 YP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) In embankments and for other areas outside of pavements, the backfill shall be compacted to the density required for embankments in unpaved areas under Item P -152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P -152. b. Deflection Testing. The Engineer may at any time, not withstanding previous material acceptance, reject or require re- installation of pipe that exceeds 5 percent deflection when measured in accordance with ASTM D 2321, including Appendices. 705 -3.5 CONNECTIONS. When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 705 -3.6 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. Except for paved areas of the airport, the Contractor shall restore all disturbed areas to their original condition. 701 -3.7 SUBDRAIN PIPE REMOVAL. Subdrain pipe designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. If new pipe is to be placed, follow contract requirements for installation of new subdrain pipe. If pipe is removed and no new pipe is placed, the Contractor shall backfill with select backfill material (approved by the Engineer) and compact to 95 percent density. Where subdrain pipe is removed to the limits indicated on the plans or directed by the Engineer, any remaining pipe shall be plugged with a minimum of 12 inches of P -610 concrete placed within pipe end. Plugging of pipes is incidental to the pipe removal items. METHOD OF MEASUREMENT 705 -4.1 The length of pipe underdrains to be paid for shall be the number of linear feet of existing subdrain pipe removal, pipe underdrains, cleanouts, trench excavation, filter fabric, porous backfill, and native trench backfill, in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. Plugging of pipes shall be incidental to the pipe removal measurement. 705 -4.2 The biofiltration swale underdrain to be paid for shall be measured by the number of cubic yards of drain rock placed in biofiltration swale underdrains. BASIS OF PAYMENT 705 -5.1 Payment will be made at the contract unit price per linear foot for subdrain pipe removal, and pipe underdrains of the type, class, and size designated. These prices shall be full compensation for pipe, cleanouts, trench excavation, filter fabric, porous backfill, and native trench backfill; for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Where necessary, plugging of pipes is incidental to the pipe removal item. Renton Municipal Airport D -705 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 705 -5.2 Payment will be made at the contract unit price per cubic yard of drain rock for the biofiltration swale underdrain. This price shall be full compensation for excavation, disposal of excavated material, filter fabric, clean drain rock, native backfill for swale, and swale dividers; for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Soil amendments and hydroseeding will be paid for under item T -902. Payment will be made under: Item D- 705 -5.1 6 -inch Perforated HDPE Subdrain — per linear foot Item D- 705 -5.2 Subdrain Pipe Removal — per linear foot MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A 762 Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 444 Perforated Concrete Pipe ASTM C 654 Porous Concrete Pipe ASTM D 2321 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications ASTM D 3034 Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 758 Smooth Wall Poly(Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage ASTM F 794 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 949 Poly (Vinyl Chloride)(PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings ASTM F 2562 Steel Reinforced Thermoplastic (HDPE) Ribbed Pipe and Fittings for Non - Pressure Drainage and Sewerage AASHTO M 190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches Renton Municipal Airport D -705 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370 -1OF (NOTICE F -1) AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 288- Geotextile Specification for Highway Applications 99 AASHTO M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter 294M AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP -20 Steel Reinforced Polyethylene (PE) Ribbed Pipe AASHTO Standard Specifications for Highway Bridges END OF ITEM D -705 Renton Municipal Airport D -705 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 I AC 150 /5370 -10F (NOTICE F -1) ITEM D -709 QUARRY SPALLS DESCRIPTION D- 709 -1.1 This work shall consist of furnishing, placing, and grading quarry spalls upon a properly prepared subgrade where indicated on plans. MATERIALS D- 709 -2.1 Quarry spalls shall be well graded and shall be manufactured and produced from an approved quarry. Rocks shall be hard, sound, durable, and free from segregation seams, cracks, or other defects that would tend to increase deterioration from natural causes and normal wear from stream flows. The rock shall be free of dirt, sand, clay, and excessive quantity of fine aggregate. a. Quarry spalls shall comply with WSDOT Standard Specifications Section 9 -13.6. b. Geotextile shall be in compliance with stabilization fabric in Specification Item P -698. CONSTRUCTION METHODS D- 709 -3.1 The subgrade for quarry spalls shall be over - excavated to accommodate the depth of quarry spalls layer, so that the finish grades shown on the Plans can be achieved. Quarry spalls shall be uniformly spread upon the prepared subgrade to the depth and cross section shown on the Plans. After placement, quarry spalls shall be reasonably compacted to a compaction level acceptable to the Engineer. A layer of stabilization geotextile fabric shall be installed on top of subgrade before placing quarry spalls. The geotextile fabric shall be installed per the manufacturer's requirements and recommendations. Subgrade shall be prepared per Section P -152. METHOD OF MEASUREMENT D- 709 -4.1 Quarry spalls shall be measured by the number of tons of rock used in the accepted work. BASIS OF PAYMENT Payment for quarry spalls shall be made at the contract unit price per ton. This price shall be full compensation for furnishing all material, labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item D- 709 -5.1 Quarry Spalls — per ton END OF ITEM D -709 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction D -709 -1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) IITEM D -751 MANHOLES, CATCH BASINS, AND INLETS DESCRIPTION 751 -1.1 This item shall consist of removal of existing or construction of new manholes, catch basins, and inlets in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 751 -2.1 BRICK. The brick shall conform to the requirements of ASTM C 32, Grade SM. 751 -2.2 MORTAR. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 751 -2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P -610. 751 -2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches nor more than 48 inches. Where designated on the plans as aircraft rated, structures shall be capable of supporting 100,000 pound aircraft loading and 250 psi tire pressure. 751 -2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of AASHTO M 36. 751 -2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A 48, Class 30B and 35B Gray iron castings b. ASTM A 47 Malleable iron castings C. ASTM A 27 Steel castings d. ASTM A 283, Grade D Structural steel for grates and frames e. ASTM A 536 Ductile iron castings f. ASTM A 897 Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with locks to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. Renton � Municipal Airport D -751 -1 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) I � All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751 -2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. CONSTRUCTION METHODS 751 -3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751 -3.2 BRICK STRUCTURES. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P -610. Renton Municipal Airport D -751 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) b. Laying Brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. c. Joints. All joints shall be slushed with mortar at every course, but slushing alone will not be considered adequate for making an acceptable joint. Exterior faces shall be laid up in advance of backing. Exterior faces shall be back plastered or pargeted with a coat of mortar not less than 3/8- inch -thick before the backing is laid up. Prior to pargeting, all joints on the back of face ' courses shall be cut flush. Unless otherwise noted, joints shall be not less than 1/4 -inch nor more than 1/2 -inch wide and whatever width is adopted shall be maintained uniform throughout the work. d. Pointing. Face joints shall be neatly struck, using the weather joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing down with water and, if necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of clean fresh water. f. Curing and Cold Weather Protection. In hot or dry weather, or when directed by the Engineer, the brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost in the brick or when the air temperature is below 50 F unless the Contractor has on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60 F for the duration of the curing period. 751 -3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item P -610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. Renton Municipal Airport D -751 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) I All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751 -3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches. When a metal ladder replaces the steps, it shall be securely fastened into position. 751 -3.5 CORRUGATED METAL STRUCTURES. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. The structures shall be prefabricated. Standard or special fittings shall be furnished to provide pipe connections or branches of correct dimensions. The connections or branches shall be of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. When indicated, the structures shall be placed on a reinforced concrete base. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to which can be fastened a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. 751 -3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. Where new storm drain pipe is to connect to an existing catch basin structure, clean sump of existing catch basin and plug outlet pipe, excavate and expose side of catch basin to receive new pipe, establish entry point by survey to conform with design, and establish new pipe opening in catch basin structure wall providing adequate space for epoxy non -shrink grout around the entire opening and pipe. Upon completing connection, clean existing catch basin of debris and remove outlet plug. Where an existing pipe connection is to be removed from a structure and the structure is to remain, the opening shall be plugged with a minimum of 12 inches of P -610 concrete. Plugging of structure is incidental to pipe removal items. 751 -3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction D -751 -4 1 12/2011 AC 150 /5370 -10F (NOTICE F -1) frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 751 -3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is poured. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least 7 days. After this period has elapsed, the steps shall be cleaned and painted, unless they have been galvanized. ' When steps are required with precast concrete pipe structures, they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches. In lieu of steps, prefabricated ladders may be installed. In the case of brick or concrete p p Y structures, the ladder shall be held in place by grouting the supports in drilled holes. In the case ' of metal structures, the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed. 751 -3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P -152. Each layer shall be deposited all around the structure to approximately ' the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Renton IP Municipal Airport D -751 -5 P Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 e. Backfill shall not be measured for direct payment. Performance of this work shall be considered on obligation of the Contractor covered under the contract unit price for the structure involved. 751 -3.10 EXISTING STRUCTURE REMOVAL. Existing structures (catch basins, clean outs, yard drains) designated for removal on the Demolition Plans shall be removed and disposed of by the Contractor. If new drainage structures are to be placed, follow contract requirements for installation of new drainage structures. If drainage structure is removed and no structure is placed, the Contractor shall backfill with select backfill material (approved by the Engineer) and compact to 95 percent density. Restoration of site shall be as shown in Cleaning and Restoration of Site below. 751 -3.11 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. 751 -3.12 TAGGING OF DRAINAGE STRUCTURES. All new catch basins installed on this project shall be tagged with aluminum decal depicting the Airport- assigned structure number. The cost for tagging of drainage structures shall be incidental to the cost of the structure. METHOD OF MEASUREMENT 751 -4.1 Measurement of payment for Connect to Existing Catch Basin shall be per each. 751 -4.2 Measurement of payment for the removal and installation of Catch Basins shall be per each. BASIS OF PAYMENT 751 -5.1 The accepted quantities of removal and installation of manholes and catch basins will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Additionally, the unit contract price per each connect to existing catch basin shall be full pay for all costs necessary to make the connection, including furnishing all materials, preparation, excavation, backfill, compaction, and cleaning in a manner acceptable to the Engineer. Renton Municipal Airport D -751 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 Payment will be made under: Item D- 751 -5.1 Item D- 751 -5.2 Item D- 751 -5.3 Item D- 751 -5.4 Item D- 751 -5.5 Item D- 751 -5.6 Item D- 751 -5.7 Item D- 751 -5.8 Item D- 751 -5.9 Item D- 751 -5.10 AC 150 /5370 -1OF (NOTICE F -1) Connect to Existing Catch Basin — per each WSDOT Standard Type 1 Catch Basin — per each WSDOT Standard Type 1 Catch Basin, Aircraft Rated — per each WSDOT Standard Type 1 L Catch Basin, Aircraft Rated — per each WSDOT Standard Type 2 – 48" Catch Basin — per each WSDOT Standard Type 2 – 48" Catch Basin, Aircraft Rated — per each WSDOT Standard Type 2 – 60" Catch Basin — per each WSDOT Standard Type 2 – 60" Catch Basin, Aircraft Rated – per each Flow Splitter WSDOT Standard Type IL Catch Basin — per each Drainage Structure Removal — per each MATERIAL REQUIREMENT ASTM A 27 Steel Castings, Carbon, for General Application ASTM A 47 Ferritic Malleable Iron Castings ASTM A 48 Gray Iron Castings ASTM A 123 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings ASTM A 897 Austempered Ductile Iron Castings ASTM C 32 Sewer and Manhole Brick (Made from Clay or Shale) ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 478 Precast Reinforced Concrete Manhole Sections Renton Municipal Airport D -751 -7 Taxiway B System Rehabilitation – South Portion Reconstruction 12/2011 AASHTO M 36 AC 150 /5370 -1OF (NOTICE F -1 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM D -751 Renton Municipal Airport D -751 -8 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM F -162 CHAIN -LINK FENCES DESCRIPTION 162 -1.1 This item shall consist of removing a portion of the existing fence as shown on the drawings, installing a temporary gate for construction use, removing the temporary gate at the conclusion of the project, and furnishing and erecting a chain -link fence in accordance with these specifications and the details shown on the plans and in conformity with, the lines and grades shown on the plans or established by the Engineer. MATERIALS 162 -2.1 FABRIC. The fabric shall be woven with a 9 -gauge galvanized steel wire in a 2 -inch mesh and shall meet the requirements of ASTM A 392, Class 2. Fencing materials shall be coated with an ultraviolet- insensitive plastic or other inert material at least 2 mils in thickness. Pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The material applied to the fabric shall be black in color. 162 -2.2 BARBED WIRE. Barbed wire shall be 2- strand, 12 -1/2 gauge, zinc - coated wire, with 4 -point barbs, and shall conform to the requirements of ASTM A 121, Class B, Chain Link Fence Grade. 162 -2.3 POSTS, RAILS AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F 1043 or ASTM F 1083 as follows: Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) ' coatings conforming to Type A, or Group IC (High Strength Pipe), External coating Type B, and internal coating Type B or D. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR -F- 191/3. 162 -2.4 GATES. Gate frames shall consist of galvanized steel pipe and shall conform to the specifications for the same material under paragraph 162 -2.3. The fabric shall be of the same type material as used in the fence. The vinyl slats shall consist of the same type of material as used in the fence. 162 -2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7 -gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR- F- 191/4. All materials shall be coated as specified in Section 162 -2.1 and shall match the color of the fence fabric. Renton Municipal Airport F -162 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) I 162 -2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with zinc - coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. All materials shall be coated as specified in Section F -162 -2 and shall match the color of the fence fabric. 162 -2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2500 psi. 162 -2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162 -3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162 -3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. Posts should be spaced not more than 10 feet apart and should be set a minimum of 36 inches in concrete footings. If the frost depth is greater than 36 inches, the posts should be set accordingly. The posts holes shall be in proper alignment so that there is a minimum of 3 inches of concrete on all sides of the posts. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. Renton Municipal Airport F -162 -2 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1 In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162 -3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162 -3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162 -3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. The top and bottom ends of the fabric shall be twisted. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162 -3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence at 500 -foot intervals. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. 162 -3.7 INSTALLING GATES. Gates shall be firmly attached to the posts. Gates shall swing through 180 degrees from the closed to open position. METHOD OF MEASUREMENT 162 -4.1 Removal of a portion of the existing fence and providing and installing a contractor - designed, secure, temporary gate as approved by the Engineer, as described in the contract documents, shall be measured by the lump sum. Removal of the temporary gate at the conclusion of the construction project and installation of perimeter fence as described in the contract documents shall be measured by the lump sum. Temporary relocation and reinstallation of the jet aircraft /U.S. Customs sign will not be measured separately but is incidental to the gate access and fence restoration items. Renton Municipal Airport F -162 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 BASIS OF PAYMENT AC 150 /5370 -1OF (NOTICE F -1) I 162 -5.1 Payment shall be made at the contract lump sum unit price for removal of a portion of the existing fence and providing and installing a contractor - designed, secure, temporary gate as approved by the Engineer. Payment shall be made at the contract lump sum unit price for removing the temporary gate at the conclusion of the construction project and restoring the perimeter fence to pre - construction status, as described in the contract documents. No separate payment will be made for the temporary relocation and reinstallation of the jet aircraft/U.S. Customs sign. Payment for this is incidental to the temporary gate access and fence restoration items. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary for clearing and grubbing of existing landscaping; and furnishing, erecting, and installing the complete fence system as specified. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F- 162 -5.1 Temporary Contractor Gate Access — per lump sum Item F- 162 -5.2 Temporary Construction Access Fence Restoration – per lump sum MATERIAL REQUIREMENTS ASTM A 123 Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc - Coated Steel Chain -Link Fence Fabric ASTM A 824 Metallic- Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM F 1043 Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework ASTM F 1083 Pipe, Steel, Hot - Dipped Zinc - coated (galvanized) Welded, for Fence Structures FED SPEC RR -F -191/3 Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) FED SPEC RR -F -191/4 Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) END OF ITEM F -162 Renton Municipal Airport F -162 -4 Taxiway B System Rehabilitation – South Portion Reconstruction ITEM L -100 GENERAL AIRPORT ELECTRICAL DESCRIPTION AND AHJ 100 -1.1 This Section includes general requirements for accomplishing electrical work related to electrical equipment as specified herein and indicated on the Drawings. 100 -1.2 The FAA is the Authority Having Jurisdiction for equipment identified in Advisory Circular (AC) 150/5345 -53, Airport Lighting Equipment Certification Program. The FAA provides the manufacturing requirements, certifies which products comply with the requirements, and specifies the method of installation for this equipment in L- series specifications. In general, this equipment and its installation are not subject to Labor & Industries (L &I) or other local code authority inspection. Inspection of the equipment and its installation is provided by FAA, project administration, or airport personnel. 100 -1.3 Installation or modification of electrical equipment that doesn't fall under the purview of the FAA or the electrical utility shall be subject to standard State and local requirements for permitting and inspection, including compliance with the National Electrical Code. In general, this work is identified in Division 16 specifications, and includes standard industrial electrical equipment (panelboards, conduit and wire, building or area light fixtures) up to the point of connection to FAA certified equipment. 100 -1.4 Installation or modification of electrical equipment related to the utility service shall comply with the serving utility's requirements. In general, the serving utility is the Authority Having Jurisdiction up to the utility transformer secondary terminals. ' EQUIPMENT AND MATERIALS 100 -2.1 GENERAL. ' a. Airport lighting equipment and materials requiring FAA specifications shall have the prior approval of the Federal Aviation Administration, and be listed in the latest edition of Advisory Circular (AC) 150/5345 -53, Appendix 3. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and /or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. ' c. Buy American preference rules apply to this contract. See http://www.faa.gov/airports/aip/buy_american/ FAA website for details. Contractor shall not acquire (or permit any subcontractor) to use any steel or manufactured products produced outside the United States on any portion of the project for which FAA AIP or ARRA funds are provided, unless otherwise approved by the FAA. Verify compliance by either: ' • Certify, in writing, all products are wholly produced in the US of US materials, or • Request a waiver and receive approval to use non -US produced products, or • Certify that all equipment that is being used on the project is on the Nationwide Buy ' Renton Municipal Airport L -100 -1 iP Taxiway B System Rehabilitation — South Portion Reconstruction American conformance list. 100 -2.2 SCHEDULE. Refer to the list below for typical lead times on equipment. Lead times will vary seasonally and by vendor. Confirm lead times with selected vendor during preparation of bid and identify in the bid any items that will delay the proposed construction schedule. Note also that early coordination with utility and electrical inspectors may be essential to timely completion of the project. • L -824 Cable (5kV, Type C) and connectors: In Stock • L -828 CCR: 12 weeks • L -830 Isolation Transformers: 4 weeks • L -861 Elevated Runway Edge Light: 6 weeks • L -861 T(L) Elevated Taxiway Edge Lights: 6 weeks • L -867 Basecans: 4 weeks 100 -2.3 SUBMITTALS. a. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Submittals shall be made electronically using pdfs unless infeasible for the product data. Original catalog sheets are preferred. Scans are acceptable provided they are as good a quality as the original. Clearly and boldly mark each submittal to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non- pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows, circles, highlighting or similar. Submittals shall be grouped together for efficiency of handling and review. Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. b. Submittals for each type of powered equipment (signs, lights, regulators, beacons, wind cones, and similar) shall include the contact information for the nearest manufacturer authorized vendor of equipment in the Northwest region of the United States. Submittals shall also include the contact information for factory trained service personnel who will be available at the site within 24 hours if required by the airport maintenance or operations offices. Also provide contact information for the nearest spare parts warehouse location(s) that could provide materials within 24 hours on a will call customer pick -up, or on -site delivery basis: c. Submittals required for this project include as a minimum the following: • L -100 • Index of equipment to be submitted • Buy American Certification for submitted equipment • L -108 o L -824 cable o #6 Ground wire o Ground Rods o L -823 primary plug -in splice kits Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -100 -2 ' o L -823 primary connector heat shrink tubing o Splicer qualifications o Electrical Tape • L -110 o Steel conduit ' o Plastic conduit o. Warning tape • L -125 ' o L -828 CCR o L -830 Isolation Transformer o L -861 Elevated Runway Edge Light ' o L -861 T(L) Elevated Taxiway Edge Light o L -867 Basecans & Lids o Anti -seize or coated bolts ' o Transformer Support o SCO Cabinet ' d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Contractor's submittals shall be in electronic format, identified by specification section or drawing detail. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. 100 -2.4 PROJECT CLOSEOUT. Prior to project closeout, the following items, as a minimum, shall be provided and accepted as complete. • Warranty • O &M Manual • Red -line Markups • Spares 100 -2.5 WARRANTY. All electrical equipment and materials furnished and installed under this contract shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months following final acceptance by the Owner. The defective materials and /or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The 12 month warranty period shall not supersede longer warranty periods offered standard by the manufacturer, required elsewhere in the contract specifications, or required by the FAA for certain equipment. In example, the 4 -year warranty period required in FAA Engineering. Brief 67D, Light Sources Other Than Incandescent and Xenon For Airport and Obstruction Lighting Fixtures, for light fixtures shall remain in effect. 100 -2.6 OPERATIONS AND MAINTENANCE MANUAL. a. Provide two complete copies of O & M Manual to Owner. Manuals shall contain shop drawings, wiring diagrams, operating and maintenance instructions, replacement parts lists, and equipment nameplate data for all equipment and systems installed under the project. Signal equipment submittals shall contain step -by -step circuit description information designed to Renton Municipal Airport L -100 -3 Taxiway B System Rehabilitation — South Portion Reconstruction acquaint maintenance personnel with equipment operation in each mode of operation. It is recommended that submittal of the O & M Manual for Engineer review occur at least 3 weeks prior to planned Training so that final manuals can be used and turned over to Owner at the training session. b. Each type of device provided shall be identified in the O & M Manual using the same identification as shown on the drawings and specifications. The information included must be the exact equipment installed, not the complete "line" of the manufacturer. Where sheets show the equipment installed and other equipment, the installed equipment shall be neatly and clearly identified on such sheets. Parts lists shall give full ordering information assigned by the original parts manufacturer. Relabeled and/or renumbered parts information as reassigned by equipment supplier are not acceptable. The following information shall be provided for each device. • Manufacturer's name, address and phone number. • Local supplier's name, address and phone number. • Complete parts lists including quantities and manufacturer's part numbers. • Installation instructions. • Recommended maintenance items including maintenance procedure and recommended interval of maintenance listed in hours of operation, calendar units or other similar time unit. c. The O & M Manual shall be assembled in three ring binders, or equal. The information contained in the manuals shall be grouped in an orderly arrangement by specification index. The manuals shall have a typewritten index and divider sheets between categories with identifying tabs. The covers shall be imprinted with the name of the job, Owner, Electrical Engineer, Electrical Contractor and year of completion. The back edge shall be imprinted with the name of the job, Owner and year of completion. As a minimum, the following sections shall be tabbed. • Runway /Taxiway Lights • CCR • SCO Cabinet • Circuit Tests (see Item L -108 requirements) d. Wiring diagrams for each system shall be complete for the specific system installed under the contract. "Typical" line diagrams will not be acceptable unless properly marked to indicate the exact field installation. CONSTRUCTION METHODS 100 -3.1 QUALITY CONTROL. All airfield electrical equipment (lights, signs, basecans) shall be installed within 0.05 feet of stated longitudinal, lateral, or vertical position and within +/- 1 degree of level or setting angle unless stated otherwise. 100 -3.2 FEES, PERMITS, AND INSPECTIONS. The Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein. The Contractor shall arrange for inspection of work by the inspectors and shall give the inspectors all necessary assistance in their work of inspection. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -100 -4 I ' 100 -3.3 UTILITY REQUIREMENTS. The Contractor shall consult with and follow the requirements of the local Power and Telephone Utilities serving the area and shall coordinate the ' work with them. 100 -3.4 RED -LINE MARKUPS. The Contractor shall revise (1) set of full -size Contract ' drawings by red- line process to show the as -built conditions during the course of the project. These working, as -built drawings shall be kept accurate and current. The Engineer's acceptance of the accuracy and current status of the record of the changes to the working As -Built Drawings (red - lines) will be a prerequisite to the Engineer's acceptance of requests for progress payments. 100 -3.5 SAFETY AND PROTECTION. ' a. All or a portion of the work covered by this Section is to be conducted within the Air Operations Area (AOA) at Renton Municipal Airport. Restrictions and conditions ' necessary to maintain airfield and aircraft safety as required by FAA regulations, and as required to maintain efficient airport operations, may impose limitations upon the Contractor's methods and procedures. All construction personnel shall comply with ' airport regulations for movement of personnel and vehicles on the airfield. b. Safety Measures To Be Taken: The Technical Representative has not been retained or ' compensated to provide design and construction review services relating to the Contractor's safety precautions or to the means, methods, techniques, sequences or procedures required for the Contractor to perform his work. The Contractor will be solely ' and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The duty of the Technical Representative to ' conduct construction observations of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measures, in, on or near the construction site. It shall be the Contractor's responsibility to comply with applicable ' safety and health regulations for construction. The Contractor shall consult with the state or federal safety inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether he is or is not in compliance with state or federal ' regulations. c. Protection: The Contractor shall take whatever measures are required to ensure that electrical safety and protection are maintained, including the proper covering, signage, and securing of "live" circuits. 1 d. Comply with applicable State of Washington safety rules and health standards, including WAC 296 -44, WAC- 294 -45. e. Electrical circuits shall be considered de- energized only under the following conditions: 1. Switches connecting subject circuit to the energy supply are observed in the "open" position, with an air break, and safety- tagged in the "open" position. 2. Electrically operated switches are visibly "open ", blocked or racked in the "open" position, and safety- tagged "open ". Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -100 -5 3. If the supply circuit break is not visible and clearly identified, the circuit shall be grounded. If the ground connection is not within sight of the work area, the ground connection shall be safety- tagged before proceeding with the Work. 4. Long parallel cable runs can result in dangerous energy levels being transferred between energized and deenergized cables. When working on airfield lighting circuits, ensure all circuits are deenergized using methods noted above. f. Use of Red Safety Tags: 1. For protection of personnel working on circuits, safety tags shall be filled out and attached to any opened switch or equipment. 2. Safety tags shall be removed only by the Renton Municipal Airport employee who placed the tag, or by another Renton Municipal Airport employee who has been authorized to remove the tag in writing by the employee who placed the tag. Removal of a safety tag placed by an airport employee who is not available to remove the tag at the time of need may be authorized by the Airport Maintenance Superintendent or his designated representative only after carefully checking that the circuit is ready to be energized. 3. Equipment with a safety tag attached shall not be operated, and connections with a safety tag attached shall not be changed. g. Insulated cables, operated at over 300 volts to ground, shall be handled when energized only with rubber gloves tested to 22,000 volts by a Washington State approved testing laboratory. h. Insulated cables that have been in operation shall be checked for current, and shall be cut only with grounded cable shears, or shall be grounded by driving a grounded sharp tool through the shielding and the conductors before cutting. i. All personnel working around energized electrical equipment operating at over 750 volts shall wear standard insulated, non - conducting hard hats and shall wear no garments with metallic zipper fasteners. MEASUREMENT AND PAYMENT 100 -4.1 The work described in this section is incidental to the work in other Items, and no separate payment shall be made. END OF ITEM L -100 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -100 -6 I 12/2011 AC 150 /5370 -10F (NOTICE F -1 IITEM L -108 UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 108 -1.1 This item shall consist of furnishing and installing power cables within conduit or duct banks in accordance with these specifications at the locations shown on -the plans. Also included are the installation of ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is covered under Item L -110 "Airport Underground Electrical Duct Banks and Conduits." EQUIPMENT AND MATERIALS 108 -2.1 Not Used. 108 -2.2 CABLE. Series circuit cable shall be L -824 #8 AWG 5kV Type C. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345 -7, Specification for L -824 Underground Electrical Cable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L -824 and /or Federal Specification A -A -59544 and shall be type THWN -2. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans or as required by the manufacturer of the equipment to be installed. Existing airfield series circuit cable is understood to be primarily #8 AWG. However some #6 AWG cable may be encountered. There will be no change in reimbursement for splicing, demolition, or any other required work with.regards to the different gauge of cable. 108 -2.3 BARE COPPER GROUND WIRE AND GROUND RODS. Wire for ground installations for airfield lighting systems shall be No. 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, and shall be bare copper wire conforming to the requirements of ASTM D 33, unless noted otherwise. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 -feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. 108 -2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall ' be one of the types listed below. No separate payment will be made for cable connections. Renton Municipal Airport L -108 -1 p rP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) I a. The Cast Splice. For <600V use only. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82 - -B, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or equivalent, is acceptable for potting the splice. b. The Field- attached Plug -in Splice. Figure 3 of AC 150/5345 -26, Specification for L -823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable -for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and /or adapters and heat shrink tubing with integral sealant. c. The Factory- Molded Plug -in Splice. Specification for L -823 Connectors, Factory- Molded to Individual Conductors, is acceptable. d. The Taped or Heat - Shrinked Splice. For <600V use only. Taped splices employing field - applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D 4388 and the plastic tape should comply with Mil Spec. MIL- I- 24391or Fed. Spec. A- A- 55809. Heat shrinkable tubing shall be heavy -wall, self - sealing tubing rated for the voltage of the wire being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive - sealant that will adhere to the insulation of the wire being spliced forming a moisture - and dirt-proof seal. Additionally, heat shrinkable tubing for multi- conductor cables, shielded cables, and armored cables shall be factory kits designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. e. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. All L -823/L -824 splices and terminations shall be made in accordance with the manufacturer's recommendations and listings. L All underground connections of grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except a threaded clamp connector shall be used for attachment to the base can ground tab. All exothermic connections shall be made in accordance with the manufacturer's recommendations and listings. 108 -2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on airfield primary L -824 5kV cables. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer consisting of one of the following: a. Certification of training in airfield cable termination within the past year by an authorized airfield cable manufacturer representative. Check with vendor for availability of training. Renton Municipal Airport L -108 -2 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) b. Work experience that includes primary airfield cable splices performed in at least 3 of the last 5 years. Provide signed list of project names and approximate dates, quantities, and types of splices performed. 108 -2.6 CONCRETE. Not used 108 -2.7 FLOWABLE BACKFILL. Not used. 108 -2.8 CABLE IDENTIFICATION. Not used. 108 -2.9 TAPE. Electrical tapes shall be Scotch Electrical Tapes — number Scotch 88 (1 -1/2" wide) and Scotch 130C linerless rubber splicing tape (2" wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108 -2.10 ELECTRICAL COATING. Scotchkote shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108 -2.11 EXISTING CIRCUITS. Whenever the scope of work requires, connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L -823 connectors, L -830 transformers and L -824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O &M) Manual. CONSTRUCTION METHODS 108 -3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L -823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers (tape color bands) shall be installed at least once in each access point. Renton Municipal Airport L -108 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' 108 -3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current - carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices -of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item L -110, "Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits /ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit -at the same time. The pulling of a cable through duct banks or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Maximum pulling- tensions shall -be governed by cable manufacturer's recommendations. A non - hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's Renton Municipal Airport L -108 -4 Taxiway B System Rehabilitation — South Portion Reconstruction Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, in all handholes, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future connections, or as designated by the Engineer. 108 -3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current - carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices -of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item L -110, "Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits /ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit -at the same time. The pulling of a cable through duct banks or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Maximum pulling- tensions shall -be governed by cable manufacturer's recommendations. A non - hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's Renton Municipal Airport L -108 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature.. At the Contractor's option, the ' Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. ■ Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or utilize other appropriate means to prevent abrasion to the cable jacket. 108 -3.3 SPLICING. Connections of the type shown on -the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. For <600V only. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Field- attached Plug -in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one -half lapped, extending at least 1 -1/2 inches (37 mm) on each side of the joint. Install a heat shrink tube over the completed splice in accordance with manufacturer's instructions. c. Factory- Molded Plug -in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one -half lapped, extending at least 1 -1/2 inches (37 mm) on each side of the joint. d. Taped or Heat - Shrinked Splices. For <600V only. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high - voltage rubber tape one -half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated Renton Municipal Airport L -108 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1 -1 /2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure- sensitive tape one -half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat -shrink application shall be clean and free of contaminates prior to application. 108 -3.4 GROUNDING WIRE INSTALLATION. a. Ground Wire Installation. Where shown on -the plans or included -in the job specifications, an equipment (safety) ground system shall be provided using one of the following methods: (1) A ground rod installed at and securely attached to each light fixture base, mounting stake if painted, and to all metal surfaces at junction/access structures. (2) Install an insulated equipment ground conductor internal to the basecan and securely attached it to each light fixture base. b. Counterpoise Installed at Existing Duct Banks. When existing counterpoise cable ( #8 or #6 bare copper cable direct buried parallel to /above/below /adjacent to airfield conductors /conduit/ductbank) is encountered during excavations, the counterpoise shall be left intact to the extent feasible. Dislocated counterpoise shall be removed and disposed of. Broken counterpoise shall not be repaired. This work is incidental to the bid, and no separate payment shall be made. 108 -3.5 EXOTHERMIC BONDING. Bonding of underground ground wire to ground rods shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: All slag shall be removed from welds. For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold - galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL -P- 21035. Surfaces to be Renton Municipal Airport L -108 -6 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) coated shall be prepared and compound applied in accordance with manufacturer's recommendations. All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M "Scotchkote," or approved equivalent, or coated with coal tar bitumastic material to prevent surface exposure to corrosive soil or moisture." 108 -3.6 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Should the ground conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the - Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non - grounded series circuits or cable .segments is not less than 50 megohms. d. That the insulation resistance to ground of all non - grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. . e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams. L That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. A copy of tabulated results of all cable tests performed shall be supplied by the Contractor in the O &M Manual. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. Renton Municipal Airport L -108 -7 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108 -4.1 Cable installed in duct bank or conduit shall be measured by the number of linear feet (meters) of cable installed including service loops and marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable wire installed in duct bank or conduit. The measurement for this item shall include additional quantities required for slack. The measurement for this item shall include all splice connections not included in other bid items. BASIS OF PAYMENT 108 -5.1 Payment will be made at the contract unit price for cable installed in handholes,. .. basecans, duct bank, and conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors necessary to complete this item. Payment will be made under: Item L- 108 -5.1 L -824C Cable —per linear foot (meter) MATERIAL REQUIREMENTS FED SPEC A -A -59544 Cable and Wire, Electrical (Power, Fixed Installation) FED SPEC A -A -55809 Insulation Tape, Electrical, Pressure - Sensitive Adhesive, Plastic ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code (NEC) MIL- S- 23586C Sealing Compound, Electrical, Silicone Rubber Building Industry Consulting Service International (BICSI) END OF ITEM L -108 Renton Municipal Airport L -108 -8 Taxiway B System Rehabilitation – South Portion Reconstruction i 1 12/2011 AC 150 /5370 -10F (NOTICE F -1 ITEM L -110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110 -1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed.in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals ' for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. 1 EQUIPMENT AND MATERIALS 110 -2.1 Not Used. 110 -2.2 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standard 6, 51413, and 1242. 110 -2.3 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the requirements of Fed. Spec. W -C -1094, Underwriters Laboratories Standards UL -651 and Article 347 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I— Schedule 40 PVC suitable for underground use either direct -buried or encased -in concrete. b. Type II— Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive shall be as recommended by the conduit/fitting manufacturer. 110 -2.4 SPLIT CONDUIT. Split conduit shall be pre - manufactured for the intended purpose and shall be made of steel or plastic. 110 -2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -110 -1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 110 -2.6 DETECTABLE WARNING TAPE Plastic, detectable, yellow magnetic tape shall be polyethylene film with a metallized foil core and shall be 4 -6 inches (75 -150 MM) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110 -3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 -inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits /ducts and clean base can, manhole, pull boxes, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct /conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint Renton Municipal Airport L -110 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when crossing under pavements expected to carry aircraft loads. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P -152. Underground electrical warning (caution) tape shall be installed in the trench above all underground duct banks and conduits. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located six inches above the duct /conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with the manufacturer's ' recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one - quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P -152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. Rock excavation shall be paid for in accordance with Item P -152. All other excavation shall be unclassified and shall be considered incidental to the respective L -110 pay item of which it is a Renton Municipal Airport L -110 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L -110. The cost of all excavation regardless of type of material encountered, shall be included in the bid price for the L -110 Item unless included in Item P -152 bid items. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of off site. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item P -152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cable(s) cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110 -3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 2 inches (37 mm) apart (measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 6 inches apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying Renton Municipal Airport L -110 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush ' with the concrete encasement at access points. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot ' intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 foot (150 cm) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a ' vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, yellow, 4 -6 inch (75 -150 mm) wide tape 8 inches (200 mm) ' minimum below grade above all underground conduit or duct lines not installed under pavement. ' When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110 -3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single- conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 -inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches (45 cm) below the finished grade. Renton iP Municipal Airport L -110 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall spaced not less than 6 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110 -3.4 MARKERS. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2- inch (12 mm) and 1/4 -inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. No markers are required for the current project. This paragraph is maintained in case a change of scope requires a marker. 110 -3.5 BACKFILLING FOR CONDUITS. For conduits, 6 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item P -152 'Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches in diameter. Trenches shall not contain pools of water during back, filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. Renton Municipal Airport L -110 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 110 -3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled. and compacted in accordance with Item P -152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches in diameter. In addition to the requirements of P -152, where duct banks are installed under pavement, one moisture /density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110 -3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The Contractor shall be held responsible for maintaining all disturbed ' surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L -110 pay item. 'MEASUREMENT AND PAYMENT 110 -4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated backfill, restoration, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110 -5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. Payment will be made under: Item L- 110 -5.1 Electrical Conduit, One 2 Inch —per linear foot Renton Municipal Airport L -110 -7 Taxiway B System Rehabilitation – South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) MATERIAL REQUIREMENTS Underwriters Laboratories Standard 6 Underwriters Laboratories Standard 514B Underwriters Laboratories Standard 1242 Underwriters Laboratories Standard 651 Underwriters Laboratories Standard 651 A Rigid Metal Conduit Fittings for Cable and Conduit Intermediate Metal Conduit Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete encasement) END OF ITEM L -110 Renton Municipal Airport L -110 -8 Taxiway B System Rehabilitation — South Portion Reconstruction ,I ' 12/2011 AC 150/5370-1 OF (NOTICE F -1) ITEM L -115 ELECTRICAL MANHOLES AND JUNCTION BOX STRUCTURES DESCRIPTION 115 -1.1 This item shall consist of electrical manholes and junction structures (handholes, pull boxes, junction cans, etc.) installed in accordance with this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and /or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115 -2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to - acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. e. All materials and equipment used to construct this item shall be submitted to the Engineer rfor approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and ' thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non - pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 -ring binder, tabbed by specification section. The Engineer reserves the ' right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. ' e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. Renton Municipal Airport L -115 -1 ' Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1 115 -2.2 CONCRETE STRUCTURES. Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 100,000 pound aircraft loading and 250 psi tire pressure, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Threaded inserts and pulling eyes shall be cast in as shown. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review in accordance with the process defined in the General Provisions. 115 -2.3 JUNCTION CANS. Not used. 115 -2.4 MORTAR. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15 percent of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C 6. The water shall be clean and free of deleterious amounts of acid, alkalis or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T -26. 115 -2.5 CONCRETE. All concrete used in structures shall conform to the requirements of Item P -610, Structural Portland Cement Concrete. 115 -2.6 FRAMES AND COVERS. The frames shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48. b. Malleable iron castings shall meet the requirements of ASTM A 47. c. Steel castings shall meet the requirements of ASTM A 27. d. Structural steel for frames shall eonform to the requirements of ASTM A -283, Grade D. e. Ductile iron castings shall conform to the requirements of ASTM A 536. L Austempered ductile iron castings shall conform to the requirements of ASTM A 897. All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 100,000 pounds. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Renton Municipal Airport L -115 -2 Taxiway B System Rehabilitation — South Portion Reconstruction i i ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover.shall be as shown on the plans or approved equivalent. No cable notches are required. 115 -2.7 LADDERS. Ladders, if specified, shall be galvanized steel or as shown on the plans. 115 -2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. 115 -2.9 BEDDING /SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans. 115 -2.10 FLOWABLE BACKFILL. Not used. 115 -2.11 CABLE TRAYS. Cable trays shall be of galvanized steel, plastic, or aluminum. Cable trays shall be located as shown on the plans. 115 -2.12 PLASTIC CONDUIT. Plastic conduit shall comply with Item L -110 -Airport Underground Electrical Duct Banks and Conduits. 115 -2.13 CONDUIT TERMINATORS. Conduit terminators shall be pre - manufactured for the specific purpose and sized as required or as shown on the plans. 115 -2.14 PULLING -IN IRONS. Pulling -in irons shall be manufactured with 7/8 -inch (22 mm) diameter hot - dipped galvanized steel or stress - relieved carbon steel roping designed for concrete applications (7 strand, 1/2 -inch diameter with an ultimate strength of 270,000 psi). Where stress - relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115 -2.15 GROUND RODS. Not part of contract. CONSTRUCTION METHODS 115 -3.1 UNCLASSIFIED EXCAVATION. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and ' grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. Renton rP Municipal Airport L -115 -3 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 All excavation shall be unclassified and shall be considered incidental to the respective L -115 pay item of which it is a component part. Dewatering necessary for L -115 structure installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L -115. The cost of all excavation regardless of type of material encountered shall be included in the unit price bid for the L -115 Item. Boulders, logs and all other objectionable material encountered in excavation. shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115 -3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P -610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115 -3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue- and - groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115 -3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position Renton Municipal Airport L -115 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. ' Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is ' granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the ' Engineer and approval of the method of correction shall be obtained. Approved corrections shall. be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly into the concrete walls of the structure. 115 -3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be ' removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure. 115 -3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than six (6) inches of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 1 115 -3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P -152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide ' a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Renton iP Municipal Airport L -115 -5 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill. 115 -3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete - encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 115 -3.9 GROUNDING. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches (154 mm) above the floor. The ground rod shall be installed within 1 foot of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 -inch diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of 1 foot above the floor of the structure and separate from other cables. No. 2 AWG bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. Hardware connections may be mechanical, using a lug designed for that purpose. 115 -3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold - galvanizing compound conforming MIL -P- 21035. Surfaces shall be prepared and compound applied in accordance with manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115 -3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental. The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas. with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. Renton Municipal Airport L -115 -6 Taxiway B System Rehabilitation — South Portion Reconstruction i 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 115 -3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. METHOD OF MEASUREMENT 115 -4.1 Electrical manholes and junction box structures shall be measured by each unit completed in place and accepted. Measurement shall be made under Specification Item L- 130 -4.2. The following additional items are specifically included in each unit. • All Required Excavation, Dewatering • . Sheeting and Bracing • All Required Backfilling with On -Site Materials • Restoration of All Surfaces and Finished Grading, Sodding • All Required Connections • Dewatering If Required • Ground Rod Testing BASIS OF PAYMENT 115 -5.1 Precast junction boxes shall be paid for under Specification Item L- 130 -5.2. ' MATERIAL REQUIREMENTS I'I , ANSUIEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System ' AC 150/5345 -7 Specification for L -824 Underground Electrical Cable for Airport Lighting Circuits ' AC 150/5345 -26 Specification for L -823 Plug and Receptacle Cable Connectors FED SPEC J -C -30 Cable and Wire, Electrical Power, Fixed Installation (cancelled; ' replaced by AA -59544 Cable and Wire, Electrical (Power, Fixed Installation)) ASTM B.3 Soft or Annealed Copper Wire ASTM B.8 Concentric- Lay- Stranded Copper Conductor, Hard, Medium -Hard, ' or Soft ' END OF ITEM L -115 Renton Municipal Airport L -115 -7 Taxiway B System Rehabilitation — South Portion Reconstruction I , ITEM L -125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION 125 -1.1 This item consists of airport lighting systems furnished and installed in accordance with this Item, related Items, and the applicable Advisory Circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the Contract Documents. This Work includes furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units. 125 -1.2 This item includes: • L -828 Constant Current Regulator • L -830 Isolation Transformers • L -858 Signs • L -861 Runway Edge Light, Elevated • L- 861T(L) Taxiway Edge Light, Elevated • L -867 Basecans • Basecan Spacers /Extensions • Transformer Supports EQUIPMENT AND MATERIALS 125 -2.1 GENERAL. a. See Item L -100 —General Airport Electrical for general materials requirements. b. All equipment shall also include all wire and cable connections, the furnishing and installing of all necessary conduits and fittings and all necessary mounting structures. It shall also include the testing of the installation and all incidentals necessary to place the lights in operation as completed units to the satisfaction of the Engineer. 125 -2.2 CONSTANT CURRENT REGULATOR a. Shall be L -828 (AC 150/5345 -10) Class 1 (6.6 Amp output), Style 1 (3 brightness steps), ferroresonant type, 240V input, 4kW constant current regulator from a manufacturer listed in AC 150/5345 -53 "Approved Airport Equipment." b. Regulator shall include a front panel digital power meter showing output current, voltage, VA, and Watts. c. Regulator shall be furnished with two instruction and maintenance manuals to be incorporated in O &M manuals. d. The CCR shall have output current surge limitation and soft -start to provide maximum airfield lamp protection. The CCR shall include overcurrent and open- circuit protection. No tools shall be needed to open a hinged front access door. To improve safety, no high voltage shall be present inside the front door area. Lightning protection on both the input and output of the CCR shall be provided. Renton Municipal Airport L -125 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 125 -2.3 ISOLATION TRANSFORMERS. a. New transformers shall be supplied for new lights. b. New isolation transformers for the 6.6 amp series lighting shall be FAA approved type L- 830 and in compliance with FAA specification AC 150/5345 -47 "Isolation Transformers for Airport Lighting Systems." Transformers shall be of the size and type recommended by the manufacturer of the product being powered. c. New isolation transformers will be supported by transformer supports in basecans as shown in the plans. 125 -2.4 RUNWAY AND TAXIWAY EDGE LIGHTS. a. Each light shall be furnished with the manufacturer's recommended size new L -830 transformer and baseplate and gasket to mount on L -867 base can. b. New runway and taxiway edge lights shall conform to the most recent edition of AC 150/5345 -46, and shall be a make and model listed in the current AC 150/5345 -53. Each light shall be furnished with the manufacturer's recommended size new L -830 transformer and baseplate and gasket to mount on L -867 base can. New fixtures shall have a metallic stem and head assembly. c. New runway edge lights shall be L -861, base can mounted, (Class 2), 6.6A (Model), 14- inch high, with lens color as noted on the plans. d. New taxiway edge lights shall be L -861 T(L); LED, base can mounted (Class 2), 6.6A (Mode 1), 14 -inch high, omni- directional blue. 125 -2.5 AIRFIELD SIGNS. a. Project scope includes removal and reinstallation of one lighted L -858 airfield sign. 125 -2.6 BASE CANS. a. All new base cans shall be the product of an FAA approved basecan manufacturer and shall meet the requirements of FAA AC 150/5345 -42 (latest edition) "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." b. All new taxiway light bases shall be L -867 base cans shall be Class I, steel; Size B, 12- inch diameter, 24- inches deep with 1/2 -inch diameter drain hole in the bottom. Flush runway light base shall be 2 -piece L -868 base can, Class I, steel, Size B, as shown on the plans. Base can conduit connections shall be 2 -inch threaded hubs. L -867 base cans shall be used in areas not subject to airplane traffic. c. Base cans with two conduit connections shall have those connection points 180 degrees apart (for straight runs). Base cans with three 2 -inch conduit connections shall have those connection points 90 -90 -180 degrees apart. d. All base cans shall have both internal and external ground lug connections provided by the can manufacturer. Renton Municipal Airport L -125 -2 Taxiway B System Rehabilitation — South Portion Reconstruction � I e. Anti -seize compound shall be applied to threaded connections for all base cans and other appropriate locations. Anti -seize compound shall be non - hazardous, contain no metals, and be ' compatible with stainless steel and nickel alloys. Suitable products include A.S.T. Industries Metal -Free 2000. Anti -seize coating will not be required if using coated (ceramic - metallic /fluoropolymer) bolts per FAA Engineering Brief #83. f. New 18 -8 stainless steel bolts shall be furnished for all new or relocated lights, signs, and for existing base cans being converted to handholes with blank covers. ' g. Blank covers provided for L -867 base cans shall be 1/4" thick steel lids and the product of a base can manufacturer. Lids shall be hot dip galvanized and be furnished with a neoprene gasket. . h. Transformer support stands shall be non - conductive material able to support up to 200 lbs, support isolation transformers 6 inches above the bottom the basecan, and be the product of an airfield equipment manufacturer. 125 -2.7 SPACERS AND EXTENSIONS ' a. Spacers and extensions for basecans shall be the product of an FAA approved basecan manufacturer and shall meet the requirements of FAA AC 150/5345 -42 (latest edition) ' "Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories." b. Spacers and extensions shall and shall match the bolt pattern, diameter, and rating (L -867 ' or L -868) of the application. c. Spacers and extensions shall be Class I or Class II steel. d. Anti -seize compound and new stainless steel bolts shall be provided for extensions as needed. ' 125 -2.8 SPARES a. Spare equipment shall be provided to Airport Maintenance personnel, new in original ' packaging, in the quantities noted below. Light fixtures shall be furnished complete and ready for installation, including baseplate, lenses, light element, connector, etc., and shall be the same make and model as fixtures installed for the project. 1. L- 861T(L) Taxiway Edge Lights— 4 each 2. L -823 primary connector plug- receptacle sets — 4 each ' 3. Primary connector heat shrink kits — 10 each 4. One set of spare fuses for CCR. n L CONSTRUCTION METHODS 125 -3.1 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and supports necessary to insure a complete and operable electrical distribution system for the airport lighting system as specified herein and shown in the plans. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -125 -3 1 125 -3.2 PERMITS AND FEES. The Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein. The Contractor shall arrange for inspection of work by the inspectors and shall give the inspectors all necessary assistance in their work of inspection. 125 -3.3 CCR INSTALLATION a. The CCR shall be calibrated according to the manufacturer's instructions. b. An open- circuit test, conducted according to the manufacturer's instructions, shall also be performed. c. The CCR shall be fully tested by continuous operation for not less than 24 hours prior to acceptance. The test shall include operating the constant current regulator in each step (Local and Remote) not less than 10 times at the beginning and end of the 24 -hour test. 125 -3.4 BASE CAN INSTALLATION. a. Details for the installation of base cans are shown on the drawings. Base can concrete surround may be precast or cast in place. Precast generally allows better quality control of product and more precise placement in the field. b. Excavate a hole only as large as necessary to install the base can with a minimum of backfill material. Provide 2- inches of compacted drain gravel or sand in bottom of hole. c. The base shall be supported in the excavation so that the top flange is within two degrees of level and at the elevation and location required to meet the requirements of light unit installation and alignment. Backfilling shall not cover exposed duct ends unless sealed. d. Attaching conduits shall be installed during the leveling process and in such a manner to assure proper alignment and attitude. Watertight coupling connections shall be made at the base can. e. For base can installation in non -paved areas, grade material surrounding the base can away from the light base assuring positive drainage away from the light. The base can shall have its plywood protective cover reinstalled until time to install cables, transformers, and light units. Clean all debris from new or modified base cans prior to final closure. 125 -3.5 LIGHT FIXTURE INSTALLATION. Details for the installation of light fixtures are shown on the drawings and in the manufacturer's instructions. 125 -3.6 SIGN INSTALLATION. Details for the installation of signs are shown on the drawings and in the manufacturer's instructions. The sign to be removed and reinstalled is to be refurbished as part of the South Taxiway B work, expected to occur approximately April 2013. Inspect the sign prior to removal to confirm it is operating normally. Notify Engineer if any problems are noted. Verify normal operation after reinstallation. Renton Municipal Airport L -125 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 125 -3.7 TESTING. The airfield lighting system shall be restored to service at the end of each work shift unless noted otherwise in the project schedule documents or approved by the Engineer. The contractor shall check modified wiring for continuity, freedom from grounds, and perform a visual check that all lights and signs to be placed in service are working properly. 125 -3.8 TRAINING. Provide 2 hours of training for airport maintenance personnel. Review use of SCO cabinet, operation of new CCR, layout of airfield cable as noted on red - lines, and the O &M manual. Arrange a mutually convenient training time with Airport Manager. Training shall be performed by an electrician involved in the installation of the equipment. 125 -3.9 SALVAGE AND DISPOSAL. a. The contractor shall execute reasonable care in removing installed equipment to avoid unnecessary damage. b. All existing light fixtures, isolation transformers, and constant current regulators that are noted for demolition will be salvaged and turned over to Airport Maintenance at a designated location on the airport. c. The contractor shall give the Technical Representative 48 hours notice prior to disposal of all other equipment removed from service. Method of notification shall be established at pre - construction meeting. The Technical Representative shall select those items that the airport elects to keep or salvage. The contractor shall be responsible for disposing of the remaining material at an off -site, licensed facility. METHOD OF MEASUREMENT 125 -4.1 DEMOLITION. Taxiway /runway edge light and airfield sign demolition items shall include removal of equipment, basecan (if existing), sign bases and mowpads, isolation transformers, and connected accessible wiring, all measures required to maintain operable other airfield circuits, and backfill and restoration. Items shall be measured by the unit of each type removed as shown in the drawings, completed, and accepted. Separate measurement shall be made for the various types. a. - Demolish Taxiway Edge Light shall consist of removal of light fixture and isolation transformer. Removal of base can and cable are itemized separately. b. Demolish L -867 Basecan shall consist of removal of basecans used for taxiway light fixtures only. Basecans associated with signs shall be incidental to removal of the sign base /mowpad as described below. c. Demolish Flush Runway Edge Light and Basecan shall consist of removal of light fixture, isolation transformer, and basecan complete. 125 -4.2 CONSTRUCTION. Taxiway and runway edge lights and airfield signs, shall be measured by the unit of each type installed, including excavation, encasement, backfill, including conduit, basecans (where applicable), isolation transformers and electrical connections, Renton Municipal Airport L -125 -5 Taxiway B System Rehabilitation — South Portion Reconstruction associated features as shown in the drawings, testing, completed, and accepted. Separate measurement shall be made for the various types and sizes. a. New SCO cabinet shall be as shown on the drawings. b. Airfield Control Modification shall be as shown on the drawings. c. Airfield Sign Elevation Change shall consist of the removal of the sign, modification or replacement of the sign base, basecan, mowpad and conduit, and reinstallation of the sign. d. New Taxiway and Runway Edge Light shall include new conduit installation and splices to old conduit, isolation transformer, and light fixture. Basecans for Taxiway and Runway Edge Lights shall be measured separately. 125 -4.3 MISCELLANEOUS. Electrical Miscellaneous shall be measured by the lump sum and shall consist of all equipment, materials, labor, and project requirements and expenses not included in other payment items. BASIS OF PAYMENT 125 -5.1. PAYMENT. Payment will be made at the contract unit price per each removed or installed taxiway edge light and airfield sign, completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, including isolation transformers and electrical connections, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. Payment will be made under: Item L- 125 -5.1 Demolish Taxiway Edge Light —per each Item L- 125 -5.2 Demolish L -867 Basecan—per each Item L- 125 -5.3 Demolish Flush Runway Light and Basecan—per Each Item L- 125 -5.4 Demolish L -824 5kV Cable —per LF Item L- 125 -5.5 Replace L -828 CCR —per lump sum Item L- 125 -5.6 New SCO Cabinet —per lump sum Item L- 125 -5.7 Airfield Control Modification —per lump sum Item L- 125 -5.8 Item L- 125 -5.9 Item L- 125 -5.10 Item L- 125 -5.11 Item L- 125 -5.12 Item L- 125 -5.13 Airfield Sign Elevation Change —per each New Runway Edge Light —per each New Taxiway Edge Light —per each New L -867 Basecan—per each Spares —per lump sum Miscellaneous Electrical —per lump sum END OF ITEM L -125 Renton Municipal Airport L -125 -6 Taxiway B System Rehabilitation – South Portion Reconstruction i ' 12/2011 AC 150/5370-1 OF (NOTICE F -1) ' ITEM L -130 AIRPORT COMMUNICATION DUCT ' DESCRIPTION 130 -1.1 This item shall consist of underground communication conduits and duct banks ' (multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground communication conduits. It shall ' also include all trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, duct markers, and plugging of conduits as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. 130 -1.2 SUBMITTALS ' A. Product Data: All products specified in this section. B. Closeout Submittals 1. Record Documents a. Comply with the City of Renton Standard Plans. b. Record actual locations of conduit runs, handholes /pull boxes, etc. C. Record location of utilities and structures encountered and not shown or ' not in agreement with the Plans. d. Record changes in soil conditions not rioted on Drawings. 1E . I C. Acceptance: Secure letter of acceptance from the City of Renton. MATERIALS 130 -2.1 GENERAL A. Comply with the City of Renton's Standard Plans. B. Comply with the Washington State Department of Transportation (WSDOT) Standard Specifications and Plans. 130 -2.2 DELIVERY, STORAGE, AND HANDLING A. Comply with Manufacturer's Recommendations. B. Handle conduit, fittings, and specials to ensure delivery to site and final installation in undamaged condition. Keep the conduit clean. Load and unload conduit and fittings using Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction L -130 -1 I 12/2011 AC 150 /5370 -10F (NOTICE F -1) hoists in a manner to avoid shock or damage. Do not drop, skid, or roll conduit against ' other conduit. Separate rejected conduit immediately from undamaged pipe. Remove damaged conduit from site within 24 hours. 130 -2.3 PLASTIC CONDUIT. Plastic conduit shall conform to Specification Section L- 110 -2.3, a. 130 -2.4 CONDUIT SPACERS. Conduit spacers shall conform to Specification Section L- 110 -2.5.- 130 -2.5 DETECTABLE WARNING TAPE. Detectable warning tape shall conform to Specification Section L- 110 -2.6. 130 -2.6 MARKERS. Duct markers shall conform to Specification Section L- 110 -3.4. 130 -2.7 PRECAST JUNCTION BOX. Precast junction boxes shall conform to Specification Item L -115. CONSTRUCTION METHODS 130 -3.1 GENERAL A. Verify surfaces are ready to receive Work. B. Verify erosion control is installed and functioning. C. Verify field measurements are as shown on Drawings. D. Verify location, size, and type of existing utilities at point of connection and at points of crossing other utilities. Pothole, expose pipes, determine invert elevations, pipe material and diameter, verify with design, and inform the Owner's Representative of deviations affecting design prior to mobilizing crews and beginning construction. 130 -3.2 DUCT BANKS. Duct banks shall conform to Specification Section L- 110 -3.2. 130 -3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Conduits without concrete encasement shall conform to Specification Section L- 110 -3.3. 130 -3.4 MARKERS. Markers shall conform to Specification Section L- 110 -3.4. 130 -3.5 BACKFILLING FOR CONDUITS. Backfilling for Conduits shall conform to Specification Section L- 110 -3.5. 130 -3.6 BACKFILLING FOR DUCT BANKS. Backfilling for duct banks shall conform to Specification Section L- 110 -3.6. Renton Municipal Airport L -130 -2 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 130 -3.7 RESTORATION. Restoration shall conform to Specification Section L- 110 -3.7. METHOD OF MEASUREMENT 130 -4.1 The length of communication conduit to be installed shall be measured in linear feet of conduit in place, including excavation, bedding, and backfill, concrete encasement (where applicable), and markers, completed and approved. It shall be measured along the centerline of the conduit from end or inside face of structure to the end or inside face of structure, whichever is applicable. The types and sizes shall be measured separately. All fittings and appurtenances shall be included in the footage as typical conduit sections in the conduit being measured. 130 -4.2 Vaults, handholes, junction boxes, and pull boxes shall be measured shall be per each. BASIS OF PAYMENT 130 -5.1 Payment shall be made at the contract unit price per linear foot for conduit and ductbank installed of the type and size designated. These prices shall be full compensation for conduit, trench excavation, import and export of materials, bedding backfilling, compaction, concrete encasement (where applicable), elbows, bends, caps, reducers, markers, detectable warning tape, restoration and cleanup; and for all labor, equipment, tools, and incidentals necessary to complete the item. 130 -5.2 Payment shall be made at the contract unit price per each for precast junction boxes. The price shall be full compensation for providing the required materials and for all labor, equipment, tools, fittings, preparations, and incidentals necessary to excavate, install, bed, backfill, and compact backfill materials. Payment will be made under: Item L- 130 -5.1 Conduit Schedule 40 PVC, 3 -Way, 3 -Inch — per linear foot Item L- 130 -5.2 Ductbank, 3 -Way, 3 -Inch — per each Item L- 130 -5.3 Precast Junction Box — per each MATERIAL REQUIREMENTS UL Standard 541B Fittings for Cable and Conduit UL Standard 651 Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete encasement) END OF ITEM L -130 Renton Municipal Airport L -130 -3 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 71OF (NOTICE F -1 ITEM P -105 PAVEMENT SAWCUTTING AND REMOVAL DESCRIPTION P- 105 -1.1 This item consists of concrete and asphalt pavement sawcutting, removal, and disposal, and concrete pad and foundation removal and disposal within the limits of the work shown on the plans. CONSTRUCTION METHODS P- 105 -2.1 ASPHALT PAVEMENT SAWCUTTING. Where indicated on the plans or where directed by the Engineer, the Contractor shall sawcut the asphalt pavement. Sawcut depth ranges from 4 inches to 8 inches. P- 105 -2.2 CONCRETE PAVEMENT SAWCUTTING. Where indicated on the plans or where directed by the Engineer, the Contractor shall sawcut the concrete pavement. Sawcut depth ranges from 6 inches to 8 inches. P- 105 -2.3 ASPHALT PAVEMENT GRINDING AND DISPOSAL. Where indicated on the plans or where directed by the Engineer, the Contractor shall remove the pavement surface by i grinding or other approved methods, a minimum of 2 inches, to provide for an asphalt overlay in transition areas. The grinding machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain. Disposal of the material shall be at an off -site location selected and provided by the Contractor. Off -site disposal shall meet all requirements of federal, state, and local jurisdictions. P- 105 -2.4 ASPHALT PAVEMENT REMOVAL AND DISPOSAL. Where indicated on the plans or where directed by the Engineer, the Contractor shall remove the asphalt pavement and dispose of it to an off -site location selected and provided by the Contractor. Asphalt pavement removal depths range from 4 to 10 inches. Off -site disposal shall meet all requirements of federal, state, and local jurisdictions. Asphalt pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed, unless the pavement will be ground off; in the case of grinding, the pavement will not require a sawcut. P- 105 -2.5 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT REMOVAL AND DISPOSAL. Where indicated on the plans or directed by the Engineer, the Contractor shall remove the concrete pavement and dispose of it to an off -site location selected and provided by the Contractor. Concrete pavement removal depths vary from 6 inches to 8 inches (see Geotechnical Report for boring logs). Where PCC pavement is overlaid with asphalt, the composite pavement thickness varies from 10 inches to 14 inches. Concrete pavement depth at the interface between Taxiway B7 and Runway 34 is 14 inches. Off -site disposal shall meet all requirements of federal, state, and local jurisdictions. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -105 -1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 METHOD OF MEASUREMENT P- 105 -3.1 Asphalt and concrete pavement sawcutting shall be measured by the number of lineal feet sawcut in a satisfactory manner. P- 105 -3.2 Asphalt pavement grinding and disposal will be measured by the number of square yards ground, cleaned off of the pavement surfaces, and disposed of in a satisfactory manner at an off -site location. P- 105 -3.3 Asphalt and concrete pavement removal and disposal shall be measured by the square yard of asphalt removed and disposed of in a satisfactory manner at an off -site location. P- 105 -3.4 Grout filling existing pipe shall be measured by the lump sum. BASIS OF PAYMENT P- 105 -4.1 Payment for asphalt and concrete pavement sawcutting shall be at the contract unit price per linear foot. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. P- 105 -4.2 Payment for asphalt pavement grinding and disposal shall be made at the contract unit price square yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item and dispose of the asphalt at an off -site location. Also included with this bid item is all cleanup of planed debris resulting from the grinding operation. P- 105 -4.3 Payment for asphalt and concrete pavement removal and disposal shall be at the contract unit price per square yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item and dispose of the asphalt at an off -site location. P- 105 -4.4 Payment for grout filling existing pipe shall be measured by the lump sum. Payment will be made under: Item P- 105 -4.1 Asphalt Pavement Sawcutting 4- to 10 -inch depth — per linear foot Item P- 105 -4.2 Asphalt/PCC Pavement Sawcutting 10- to 14 -inch depth — per linear foot Item P- 105 -4.3 Asphalt Pavement Grinding and Disposal — per square yard Item P- 105 -4.4 Asphalt Pavement Removal and Disposal 4- to 10 -inch depth — per square yard Item P- 105 -4.5 Asphalt/PCC Pavement Removal and Disposal 10- to 14 -inch depth — per square yard Item P- 105 -4.6 PCC Pavement Removal and Disposal 14 -inch depth — per square yard Renton Municipal Airport P -105 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) IItem P- 105 -4.7 Grout Fill Existing Pipe — per lump sum 1 END OF ITEM P -105 Renton Municipal Airport P -105 -3 Taxiway B System Rehabilitation — South Portion Reconstruction i r 1 12/2011 i11 AC 150 /5370 -1OF (NOTICE F -1) ITEM P -152 EXCAVATION AND EMBANKMENT DESCRIPTION 152 -1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152 -1.2 CLASSIFICATION. All material shall be classified as defined below: a. Stripping. Stripping shall consist of the removal of vegetation from the ground surface prior to excavation or construction of the new pavement section. Vegetation shall be removed to a depth of 6 inches. b. Unclassified Excavation. Unclassified Excavation shall consist of the excavation of all material, regardless of its nature, which is not otherwise classified and paid for under the other items. Excavated material shall be used on site as necessary or hauled to a permitted off -site location. c. Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. d. Imported Borrow Material. Material imported from off site meeting the requirements of this specification. CONSTRUCTION METHODS 152 -2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely stripped of all grass and weeds. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of at an off -site location provided by the Contractor, or as designated by the Engineer. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Renton Municipal Airport P -152 -1 p rP Taxiway B System Rehabilitation — South Portion Reconstruction i 12/2011 AC 150/5370 -10F OTICE F -1 Those areas outside of the pavement areas in which the top layer of soil material has become compacted by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches, in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under- drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152 -2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of at an off -site location provided by the Contractor or as designated by the Engineer. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be hauled and disposed of at an off -site location selected and provided by the Contractor. Off -site disposal shall meet all requirements of federal, state, and local jurisdictions. Hauling and disposing of excess unclassified excavation shall be incidental to the bid item for unclassified excavation. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas off -site, to be located and provided by the Contractor. All grades shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 7 inches for cohesive soils and 19 inches for noncohesive soils, and to a density of not less than 95 percent for cohesive soils and 100 percent for noncohesive soils of the maximum density as determined by ASTM 1557. The material to be compacted shall be within f 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. Renton Municipal Airport P -152 -2 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1 In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be not be permitted on this project. 152 -2.3 IMPORTED BORROW. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify.the Engineer, at least 15 days prior to beginning the excavation. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. Imported borrow material shall meet the following requirements: 75 -100 percent maximum passing the 2 -inch sieve, 50 -75 percent maximum passing the #4 sieve, and 3 percent maximum passing the #200 sieve. Sample to be provided to the Engineer for approval along with the sieve analysis. The sieve analysis shall be performed by the Contractor. The cost for this shall be incidental to "Contractor Quality Control /Acceptance Testing." 152 -2.4 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches. This area shall then be compacted as indicated in paragraph 2.5. When the height of fill is greater than 4 feet, sod not ' required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed. The necessary stripping and the quantity of excavation removed will be paid for under the respective items of work. 152 -2.5 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Renton Munici p al Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -152 -3 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within t 2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 300 square yards per lift. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials, or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 1557. Under all areas to be paved, the embankments shall be compacted to a depth of 7 inches for cohesive soils and 19 inches for noncohesive soils, and to a density of not less than 95 percent for cohesive soils and 100 percent for noncohesive soils of the maximum density as determined by ASTM D 1557. Noncohesive soils, for the purpose of determining compaction control, are those with a plasticity index of less than 3. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. The in -place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 6938, and according to FAA General Provisions 00710, Section 120. All testing shall be done by a laboratory hired by the Contractor and accredited by a nationally recognized authority for all types of testing required within this specification. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The results shall be furnished daily to the Engineer for determination of acceptance. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. Renton Municipal Airport P -152 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet below the finished subgrade. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152 -2:6 PREPARATION OF SUBGRADE PRIOR TO CEMENT - TREATED BASE COURSE. Within current pavement limits, the existing asphalt pavement shall be removed and disposed of at an off -site location. a. Within new pavement limits and for areas requiring fill material in order to achieve proper design grades, suitable excavated material from this project shall be utilized as directed by the Engineer. Any necessary imported material shall meet the requirements under Section 152 -2.3. The fill shall be placed in loose horizontal lifts of not more than 8 inches in thickness and compacted to the requirements of Section 152 -2.5 or to a dense and unyielding condition as confirmed by the Engineer. b. Within new pavement limits and for areas requiring cut in order to achieve proper design grades: For granular subgrade; all existing base gravel and fill and /or native soil shall be removed as necessary to proper design depths. Where the excavation has exposed granular fill soils consisting of silty sand (SM), sandy gravel (GP), or sand with silt and gravel (SP -SM), the surface should be thoroughly compacted to provide a dense and unyielding subgrade condition, Renton Municipal Airport P -152 -5 p rP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 which shall be confirmed by the Engineer prior to placement of other materials. Any loose or soft areas that exhibit instability should be overexcavated at the direction of the Engineer and replaced with structural fill comprised of crushed aggregate base course (P -209) and compacted to a dense and unyielding condition. Structural fill shall be placed in loose horizontal lifts of not more than 8 inches in thickness and compacted to the requirements of Section 152 -2.2 or to a dense and unyielding condition as confirmed by the Engineer. At the time of placement, the moisture content of the structural fill should be at or near optimum. For silt subgrade, all existing base gravel and fill and/or native soil shall be removed as necessary to proper design depths. The native organic silt subgrade is highly moisture sensitive and shall not be exposed during periods of wet weather. Where the excavation has exposed soft to medium stiff organic silt soils, lightly loaded track- mounted equipment or vehicles with oversized tires shall be utilized over the exposed silt subgrade to minimize disturbance and loss of stability. .c. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. The Contractor shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No materials shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152 -2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed, the full width shall be conditioned by removing any soft or other unstable material that will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He /she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152 -2.8 HAULING, EMBANKMENT, AND GRADING. All hauling, embankment, grading, compaction, off -site disposal, and all aspects of subgrade preparation will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be Renton Municipal Airport P -152 -6 Taxiway B System Rehabilitation— South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 made separately or directly for hauling, embankment, grading, compaction, or disposal off site on any part of the work. 152 -2.9 TOLERANCES. Within new pavement limits, the top of the subgrade (i.e., the surface that will be exposed to cement treatment and that will ultimately establish the surface of the Soil Cement Base Course) shall be of such smoothness that it will not vary more than 0.10 foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. Surface and thickness requirements for the completed Cement - Treated Base Course are referenced under Section P -304. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 -foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of'h inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152 -2.10 CONTRACTOR QUALITY CONTROL /ACCEPTANCE TESTING. All quality control /acceptance testing shall be done by a testing organization (laboratory) hired by the Contractor. Quality Control Technicians shall meet the requirements of Item A- 103 -2.2b. Testing results shall be furnished daily to the Engineer for determination of acceptance. Testing shall be paid for as part of the contract bid item "Contractor Quality Control /Acceptance Testing." Contractor shall perform and provide adequate sampling and testing to ensure the items of work are built to the standards and specifications established within these specifications. Testing and sampling shall include, but not necessarily be limited to, determinations of soil /material maximum unit weights, optimum percent moistures, in place field density and moisture contents, and any other tests or sampling necessary to control the work. Items of work per this specification (P -152) shall be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2,400 square yards. A lot will consist of one -half day's production where a day's production is expected to consist of between 2,400 and 4,800 square yards. Each lot shall be divided into two equal sublots. One test shall be made for each lift of each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density of the compacted material meets or exceeds the percent compaction requirements of the maximum density of laboratory specimens Renton � Municipal Airport P -152 -7 P Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) prepared from samples of the respective materials. The specimens shall be compacted and tested in accordance with ASTM D 1557. The in -place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 6938. The gage should be field calibrated in accordance with ASTM D 6938. Calibration tests shall be conducted on the first lot of material placed that meets the density requirements. Use of ASTM D 6938 results in a wet unit weight, and when using this method, ASTM D 6938 shall be used to determine the moisture content of the material. Calibration and Standardization shall be conducted in accordance with ASTM standards. If a nuclear gage is used for density determination, two random readings shall be made for each sublot. 152 -2.11 TOPSOIL. Upon completion of grading operations, topsoil shall be handled and placed at the locations detailed within the contract drawings. Topsoil shall meet requirements and be paid for as specified in Item T -905. METHOD OF MEASUREMENT 152 -3.1 The quantity of unclassified excavation, used on site or hauled off site, to be paid for shall be the number of cubic yards measured in its original position as determined by the original ground elevations recorded previous to the award of this contract and by the alignment, profile, grade, and section as shown on the plans. The quantity of unclassified excavation to be paid for does not include the volume of stripping material to a depth of 6 inches. Stripping is paid for under a separate item. The quantity of unclassified excavation below pavement to be measured and paid for does not include the volume of pavement removal, which is paid for under a separate item. The quantity of excavation below pavement has been determined utilizing an average 13 -inch depth of pavement removal. Adjustments in unclassified excavation quantities due to varying pavement removal depths shall only be made where the average depth of pavement removal per phase varies from 13 inches. Only one determination of the original ground elevation (performed prior to award of this contract) will be made on this project. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly, as determined by the Engineer. Renton Municipal Airport P -152 -8 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Earthwork quantities have been computed, or determined by means of electronic data processing equipment, by use of the average end area method and by the finite element analysis method utilizing digital terrain modeling techniques. The quantity of unclassified excavation shall be the quantity shown on the Bid Schedule unless ' changes are made that affect this quantity. The quantity shown in the Bid Schedule will be adjusted by the amount of the change. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 1 152 -3.2 Unsuitable excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall be computed by the average end area method. Measurement shall be made by the Contractor and verified by the Engineer. Measurement shall 1 not include the quantity of materials excavated without authorization or the quantity of material used for purposes other than those directed. 152 -3.3 Imported borrow material delivered to the site and properly placed shall be paid for on the basis of the number of cubic yards measured in the hauling conveyance at the point of delivery. The Contractor shall sample and test the in -haul unit weight of the import material. This in -haul unit weight, once approved by the Engineer, will be used to track and measure import borrow quantities from weigh tickets of material imported. 152 -3.4 The quantity of stripping to be paid for shall be the number of acres of area to be stripped, at a depth of 6 inches. BASIS OF PAYMENT 152 -4.1 For "Stripping," payment shall be made at the contract unit price per acre. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152 -4.2 For "Unclassified Excavation — Used On Site," payment shall be made at the contract unit price per cubic yard for material incorporated into the fill on site as designated by the Engineer. This price shall be full compensation, including hauling, embankment, grading, compaction, all aspects of subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152 -4.3 For "Unclassified Excavation — Hauled Off Site," payment shall be made at the contract unit price per cubic yard for material hauled off site as designated by the Engineer, to a permitted fill site provided by the Contractor. This price shall be full compensation, including hauling, embankment, grading, compaction, all aspects of subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152 -4.4 For "Unsuitable Excavation," payment shall be made at the contract unit price per cubic yard. This price shall be full compensation, including hauling, off -site disposal, all aspects of Renton Municipal Airport P -152 -9 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152 -4.5 For "Imported Borrow Material," payment shall be made at the contract unit price per cubic yard. This price shall be full compensation, including hauling, embankment, grading, compaction, all aspects of subgrade preparation, and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P- 152 -4.1 Stripping — per acre Item P- 152 -4.2 Unclassified Excavation — Used On Site — per cubic yard Item P- 152 -4.3 Unclassified Excavation — Hauled Off Site — per cubic yard Item P- 152 -4.4 Unsuitable Excavation — per cubic yard Item P- 152 -4.5 Imported Borrow Material — per cubic yard TESTING REQUIREMENTS ASTM D 698 Test for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5 -pound (2.49 kg) Rammer and 12 -inch (305 mm) Drop ASTM D 1556 Test for Density of Soil In Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method ASTM D 6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P -152 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P- 152 -10 11/2011 AC 150 /5370 -10F (NOTICE F -1) ITEM P -154 SUBBASE COURSE DESCRIPTION 154 -1.1 This item shall consist of a subbase course composed of granular materials constructed on a prepared subgrade or underlying course in accordance with these specifications, and in conformity with the dimensions and typical cross section shown on the plans. MATERIALS 154 -2.1 MATERIALS. The subbase material shall consist of hard durable particles or fragments of granular aggregates. This material will be mixed or blended with fine sand, clay, stone dust, or other similar binding or filler materials produced from approved sources. This mixture must be uniform and shall comply with the requirements of these specifications as to gradation, soil constants, and shall be capable of being compacted into a dense and stable subbase. The material shall be free from vegetable matter, lumps or excessive amounts of clay, and other objectionable or foreign substances. Pit -run material may be used, provided the material meets the requirements specified. TABLE 1. GRADATION REQUIREMENTS. Sieve designation (square openings) as per ASTM C 136 and ASTM D 422 3 inch No. 10 No. 40 No. 200 Percentage by weight passing sieves 100 20 -100 5 -60 0 -8 The portion of the material passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. The maximum amount of material finer than 0.02 mm in diameter shall be less than 3 percent. ' A particle size distribution test shall be conducted by the Contractor as part of the preliminary testing prior to construction. A minimum of one particle size distribution test per day will be conducted by the Contractor during construction. CONSTRUCTION METHODS 154 -3.1 GENERAL. The subbase course shall be placed where designated on the plans or as directed by the Engineer. The material shall be shaped and thoroughly compacted within the tolerances specified. ' Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support without movement the construction equipment, shall be mechanically stabilized to the depth Renton Municipal Airport P -154 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 11/2011 i AC 150 /5370 -1OF (NOTICE F -1) necessary to provide such stability as directed by the Engineer. The mechanical stabilization shall principally include the addition of a fine - grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so that the course will not deform under the traffic of the construction equipment. The addition of the binding medium to the subbase material shall not increase the soil constants of that material above the limits specified. 154 -3.2 OPERATION IN PITS. All work involved in clearing and stripping pits and handling unsuitable material encountered shall be performed by the Contractor at his/her own expense. The subbase material shall be obtained from pits or sources that have been approved. The material in the pits shall be excavated and handled in such manner that a uniform and satisfactory product can be secured. 154 -3.3 PREPARING UNDERLYING COURSE. Before any subbase material is placed, the underlying course shall be prepared and conditioned as specified. The course shall be checked and accepted by the Engineer before placing and spreading operations are started. To protect the subgrade and to ensure proper drainage, the spreading of the subbase shall begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one -way slope. 154 -3.4 MATERIALS ACCEPTANCE IN EXISTING CONDITION. When the entire subbase material is secured in a uniform and satisfactory condition and contains approximately the required moisture, such approved material may be moved directly to the spreading equipment for placing. The material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with the proper blending. The materials from these sources shall meet the requirements for gradation, quality, and consistency. It is the intent of this section of the specifications to secure materials that will not require further mixing. The moisture content of the material shall be approximately that required to obtain maximum density. Any minor deficiency or excess of moisture may be corrected by surface sprinkling or by aeration. In such instances, some mixing or manipulation may be required, immediately preceding the rolling, to obtain the required moisture content. The final operation shall be blading or dragging, if necessary, to obtain a smooth uniform surface true to line and grade. 154 -3.5 PLANT MIXING. When materials from several sources are to be blended and mixed, the subbase material shall be processed in a central or travel mixing plant. The subbase material, together with any blended material, shall be thoroughly mixed with the required amount of water. After the mixing is complete, the material shall be transported to and spread on the underlying course without undue loss of the moisture content. 154 -3.5.1 MIXED IN PLACE. When materials from different sources are to be proportioned and mixed or blended in place, the relative proportions of the components of the mixture shall be as designated by the Engineer. The subbase material shall be deposited and spread evenly to a uniform thickness and width. Then the binder, filler or other material shall be deposited and spread evenly over the first layer Renton Municipal Airport P -154 -2 Taxiway B System Rehabilitation — South Portion Reconstruction i� r 11/2011 AC 150 /5370 -1OF (NOTICE F -1) There shall be as many layers of materials added as the Engineer may direct to obtain the required subbase mixture. When the required amount of materials have been placed, they shall be thoroughly mixed and blended by means of graders, discs, harrows, rotary tillers, supplemented by other suitable equipment if necessary. The mixing shall continue until the mixture is uniform throughout. Areas of segregated material shall be corrected by the addition of binder or filler material and by thorough remixing. Water in the amount and as directed by the Engineer shall be uniformly applied prior to and during the mixing operations, if necessary, to maintain the material at its required moisture content. When the mixing and blending has been completed, the material shall be spread in a uniform layer which, when compacted, will meet the requirements of thickness and typical cross section. 154 -3.6 GENERAL METHODS FOR PLACING. The subbase course shall be constructed in layers. Any layer shall be not less than 3 inches nor more than 8 inches of compacted thickness. The subbase material shall be deposited and spread evenly to a uniform thickness and width. The material, as spread, shall be of uniform gradation with no pockets of fine or coarse materials. The subbase, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy, or frozen course. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, shoulder, or foreign material in the subbase course mixture. 154 -3.7 FINISHING AND COMPACTING. After spreading or mixing, the subbase material shall be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient rollers shall be furnished to adequately handle the rate of placing and spreading of the subbase course. The field density of the compacted material shall be at least 100 percent of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite. The laboratory specimens shall be compacted and tested in accordance with ASTM D 1557. The ' in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 6938. The moisture content of the material at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. All testing shall be done by a ' laboratory hired by the Contractor and accredited by a nationally recognized authority for all types of testing required within this specification. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the ' start of construction. Testing results shall be furnished daily to the Engineer for acceptance determination. 154 -3.8 CONTRACTOR QUALITY CONTROL /ACCEPTANCE TESTING. All quality control /acceptance testing shall be done by a laboratory hired by the Contractor. The results shall be furnished daily to the Engineer for determination of acceptance. Testing shall be paid ' Renton iP Municipal Airport P -154 -3 p Taxiway B System Rehabilitation — South Portion Reconstruction 11/2011 AC 150/5370 -1OF OTICE F -1 for as part of the contract bid item "Contractor Quality Control /Acceptance Testing" per Technical Provision A -103. Contractor shall perform and provide adequate sampling and testing to ensure the items of work are built to the standards and specifications established within these specifications. Testing and sampling shall include, but not necessarily be limited to, particle size distribution (gradations), determinations of soil /material maximum unit weights, optimum j percent moistures, in -place field density and moisture contents, smoothness, thickness, and any other tests or sampling necessary to control the work. Particle size distribution shall be tested a minimum of once per day during construction. Items of work per this specification (P -154) shall be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2,400 square yards. A lot will consist of one half -day's production where a day's production is expected to consist of . between 2,400 and 4,800 square yards. Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Contractor on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density of the compacted material is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite. The specimens shall be compacted and tested in accordance with ASTM D 1557. The in -place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 6938. The gage shall be field calibrated in accordance with of ASTM D 6938. Calibration tests shall be conducted on the first lot of material placed that meets the density requirements. Use of ASTM D 6938 results in a wet unit weight, and when using this method, ASTM D 6938 shall be used to determine the moisture content of the material. Calibration and Standardization shall be conducted in accordance with ASTM standards. If a nuclear gage is used for density determination, two random readings shall be made for each sublot. When nuclear density gages are to be used for density determination, testing shall be in accordance with 00710 FAA General Provisions, Section 120, and ASTM D 6938. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the subbase. When the rolling develops irregularities that exceed 1/2 inch when tested with a 16 -foot straightedge, the irregular surface shall be loosened and then refilled with the same kind of material as that used in constructing the course and again rolled as required above. Renton Municipal Airport P -154 -4 Taxiway B System Rehabilitation — South Portion Reconstruction ' 11/2011 AC 150 /5370 -1OF (NOTICE F -1) Along places inaccessible to rollers, the subbase material shall be tamped thoroughly with ' mechanical or hand tampers. Sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the ' Engineer. Water shall not be added in such a manner or quantity that free water will reach the underlying layer and cause it to become soft. 154 -3.9 SURFACE TEST. After the course is completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown; any portion found to lack the required smoothness or to fail in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy re obtained. The finished surface shall not vary more than 1/2 inch when tested with a 16 -foot straightedge applied parallel with, and at right angles to, the centerline. 154 -3.10 THICKNESS. The thickness of the completed subbase course shall be determined by depth tests or sample holes taken at intervals so each test shall represent no more than 500 square yards. When the deficiency in thickness is more than 1/2 inch, the Contractor shall correct such areas by scarifying, adding satisfactory mixture, rolling, sprinkling, reshaping, and finishing in accordance with these specifications. The Contractor shall replace at his/her expense the subbase ' material where borings are taken for test purposes. 154 -3.11 PROTECTION. Work on subbase course shall not be conducted during freezing temperature nor when the subgrade is wet. When the subbase material contains frozen material or when the underlying course is frozen, the construction shall be stopped. 154 -3.12 MAINTENANCE. Following the final shaping of the material, the subbase shall be maintained throughout its entire length by the use of standard motor graders and rollers until, in the judgment of the Engineer, the subbase meets all requirements and is acceptable for the construction of the next course. METHOD OF MEASUREMENT 154 -4.1 No separate payment will be made for subbase course; it shall be incidental to other bid items. BASIS OF PAYMENT 154 -5.1 No separate payment will be made for subbase course; it shall be incidental to other bid items. TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 Particle Size Analysis of Soils Renton Municipal Airport P -154 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 11/2011 AC 150 /5370 -10F (NOTICE F -1 ASTM D 698 Moisture- Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12 -in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 6938 In -Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods (Shallow Depth) ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P -154 Renton Municipal Airport P -154 -6 Taxiway B System Rehabilitation — South Portion Reconstruction I ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1 IITEM P -159 WATERING ' DESCRIPTION P- 159 -1.1 This item shall consist of furnishing and applying water required in the compaction of ' embankments, subgrades, subbases, base courses, and top courses. This item also includes furnishing and applying water required for dust control, hydroseeding, and other purposes in accordance with the requirements of these specifications or as directed by the Engineer. CONSTRUCTION METHODS ' P- 159 -2.1 Water, when required, shall be applied at the locations, in the amounts, and during the hours, including nights, as necessary or as directed by the Engineer. An adequate water supply shall be provided by the Contractor. The equipment used for watering shall be of ample capacity and of such design as to ensure uniform application of water in the amounts necessary or as directed by the Engineer. METHOD OF MEASUREMENT P- 159 -3.1 Watering is incidental to the bid. BASIS OF PAYMENT P- 159 -4.1 Watering shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. END OF ITEM P -159 Renton Municipal Airport P -159 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370 -10F (NOTICE F -1) ITEM P -160 TEMPORARY EROSION CONTROL SYSTEMS AND CONSTRUCTION ENTRANCES DESCRIPTION P- 160 -1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of catch basin inserts, silt fence, geotextile encased check dams, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to ensure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits, such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. In addition to basic erosion control measures, such as construction entrances, treatment facilities may be required to meet water discharge criteria. Design, provision, and maintenance of temporary treatment facilities shall be in the temporary erosion control system if required. Temporary erosion control includes updating and maintaining the Stormwater Pollution Prevention Plan (SWPPP) document prepared by the Engineer. MATERIALS P- 160 -2.1 SEDIMENT TRAP. Sediment Traps (Catch basin inserts /filter bags) shall be constructed of woven or non -woven geotextile fabric for installation under and held in place by the catch basin grate. The fabric shall meet or exceed the requirements of Table 1 for moderate survivability and the minimum filtration properties of Table 2, in Section 9 -33.2 of the current version of the Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction. ' P- 160 -2.2 GEOTEXTILE ENCASED CHECK DAM. Where shown on the plans or directed by the Engineer in the field, the check dam shall be installed in accordance with the standard detail shown in the plans. ' P- 160 -2.3 TEMPORARY FLOW SPREADER DRAIN. The Contractor shall design, provide, and maintain a temporary flow spreader facility. The following items shall be constructed in accordance with the plans: A. Design, provide, and maintain filtering system capable of removing silt and sediment ' from stormwater runoff. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -160 -1 P- 160 -2.4 STRAW WATTLES. Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials, such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months and.a maximum lifespan of not more than 24 months. Composite filler shall be coarse compost and shall meet the material requirements specified in the current version of WSDOT Standard Specifications Section 9- 14.4(8). If wood chips are used, they shall meet the material requirements specified in the current version of WSDOT Standard Specification Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches and be between 0.030 and 0.50 inch wide and between 0.017 and 0.13 inch thick. Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 -by -2 -inch nominal dimension and 35 inches in length, except in object free area (OFA), use 18 -inch nail with washer at 5 feet on center. P- 160 -2.5 GRAVEL CONSTRUCTION ENTRANCE. As necessary, stabilized construction entrances shall be installed at the beginning of construction and maintained for the duration of the project. Construction entrances shall be installed at the locations identified on the Plans and/or situated in a manner that requires all construction vehicles to pass over the facilities prior to accessing public roads. In the event that sediment is tracked on a public road, the Contractor shall immediately sweep the roadway. Additional measures, such as constructed wheel wash systems or pads, may be required to ensure that all paved areas outside of the construction limits are kept clean and/or from tracking in public roads. P- 160 -2.6 OTHER. All other materials necessary to control water pollution, soil erosion, and siltation shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. Renton Municipal Airport P -160 -2 Taxiway B System Rehabilitation — South Portion Reconstruction I 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' B. The designated catch basin shall have its outlet piping sufficiently blocked to allow for a sump to be created. A trash pump shall be installed within the catch basin in order to pump flow to the identified area on the Plans. , C. The discharge pipe shall be securely fastened together, have gasketed watertight fittings, and be secured to the slope with metal "T" posts, wood stakes, sand bags, or as approved by the Engineer. ' D. The water shall be discharge to a stabilized conveyance, sediment trap, rock splash pad, vegetated strip, or as approved by the Engineer. , E. Placement of the outflow of the pipe shall not pond water within adjacent roadway surfaces or taxiways. P- 160 -2.4 STRAW WATTLES. Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials, such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months and.a maximum lifespan of not more than 24 months. Composite filler shall be coarse compost and shall meet the material requirements specified in the current version of WSDOT Standard Specifications Section 9- 14.4(8). If wood chips are used, they shall meet the material requirements specified in the current version of WSDOT Standard Specification Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches and be between 0.030 and 0.50 inch wide and between 0.017 and 0.13 inch thick. Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 -by -2 -inch nominal dimension and 35 inches in length, except in object free area (OFA), use 18 -inch nail with washer at 5 feet on center. P- 160 -2.5 GRAVEL CONSTRUCTION ENTRANCE. As necessary, stabilized construction entrances shall be installed at the beginning of construction and maintained for the duration of the project. Construction entrances shall be installed at the locations identified on the Plans and/or situated in a manner that requires all construction vehicles to pass over the facilities prior to accessing public roads. In the event that sediment is tracked on a public road, the Contractor shall immediately sweep the roadway. Additional measures, such as constructed wheel wash systems or pads, may be required to ensure that all paved areas outside of the construction limits are kept clean and/or from tracking in public roads. P- 160 -2.6 OTHER. All other materials necessary to control water pollution, soil erosion, and siltation shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. Renton Municipal Airport P -160 -2 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -10F (NOTICE F -1) 1 CONSTRUCTION REQUIREMENTS ' P- 160 -3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Contractor shall be responsible for stormwater quality discharge leaving the construction site. All discharge shall be in conformance with the WSDOE Construction Stormwater General ' Permit. The general contractor shall provide a WSDOE Certified Erosion and Sediment Control Lead (CESCL) to monitor and control water quality and erosion control. The cost for a CESCL is incidental to the bid and shall not be paid for directly. The General Contractor's CESCL shall promptly initiate the implementation of BMPs shown in the project documents or other means necessary to maintain compliance with water quality discharge standards for the state of Washington. The Contractor's CESCL shall maintain and submit all recordkeeping and ' stormwater quality discharge logs required by the WSDOE Construction Stormwater General Permit. Prior to beginning Work, Contractor shall file the "Transfer of Coverage" form with WSDOE to transfer Permittee of Notice of Intent (NOI) from City of Renton to Contractor. The cost for transferring the Permittee is incidental to the bid and shall not be paid for directly. P- 160 -3.2 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize ' contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. ' P- 160 -3.3 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent hydroseeding and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the ' Renton � Municipal Airport P -160 -3 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) work as scheduled or as ordered by the Engineer, such work shall be performed by the Contractor at the Contractor's own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. P- 160 -3.4 SEDIMENT TRAP. Sediment Traps (catch basin inserts /filter bags) for inlet protection shall be installed in all existing and new catch basins within work limits, or as directed by the Engineer. The filter bags shall be installed prior to any work being performed. Any catch basin installed during this project shall have a filter bag installed prior to being used for collection of water. P- 160 -3.5 SILT FENCE. Where shown on the plans or directed by the Engineer, the silt fence shall be installed prior to clearing and grubbing operations. Silt fence shall be installed along the limits of the grading areas where slopes exceed 3:1 for a distance greater than 50 feet. Silt fence shall also be installed where grading operations are adjacent to right -of -ways and private property. Silt fence placed along right -of -ways and private property shall be set back from the property or right -of -way line 2 feet (on the City property side of the line), for a length that completely protects the adjacent property from erosion and/or siltation. The specific location of the silt fence shall be identified in the field by the Contractor and agreed to by the Engineer and Owner before installation in order to minimize encroachment into sensitive areas. P- 160 -3.6 GEOTEXTILE ENCASED CHECK DAM. Where shown on the plans or directed by the Engineer in the field, the check dam shall be installed prior to clearing and grubbing operations for existing swales adjacent to grading areas and in new swales after final grading. Check dams shall be installed in existing and new swales, or areas of channelized flow, at a spacing such that the elevation of the base of the uphill check dam is equal to the elevation of the top of the downhill check dam. The specific location of the check dams shall be identified in the field by the Contractor and agreed to by the Engineer and Owner before installation in order to minimize encroachment into sensitive areas. P- 160 -3.7 OTHER EROSION CONTROL DEVICES AND METHODS. The Contractor is responsible to control all water pollution, soil erosion, and siltation. Where necessary, the Contractor shall use other erosion control devices and/or methods to adequately control water pollution, soil erosion, and siltation. Renton Municipal Airport P -160 -4 Taxiway B System Rehabilitation — South Portion Reconstruction i 12/2011 AC 150 /5370 -10F (NOTICE F -1) ' P- 160 -3.8 GRAVEL CONSTRUCTION ENTRANCES. Where shown on plans or as necessary, construct gravel construction entrances in accordance with the detail and at the ' locations shown on the plans. A staging area is available to the Contractor as detailed in the Plans. Any area altered and /or utilized by the Contractor for staging shall be restored at project completion by mechanically loosening and turning over the soil and hydroseeding affected area. Restoring staging area shall be incidental to bid and shall not be paid for separately. P- 160 -3.9 Temporary erosion control measures shall remain in place and maintained until permanent seeding has been established and/or the Engineer has directed the Contractor to ' remove such measures. 1 METHOD OF MEASUREMENT Erosion control measures may or may not be warranted on site and the Owner reserves the ' right to limit actual quantities used and paid. Estimated pay quantities are not guaranteed, but will be paid for as warranted and approved by the City of Renton. ' P- 160 -4.1 Measurement of payment for sediment traps, geotextile encased check dam, and flow spreader shall be per each. P- 160 -4.2 Measurement of payment for straw wattles shall be per lineal foot. P- 160 -4.3 Measurement of payment for "Temporary Erosion Control Force Account" shall be per lump sum. The bid item "Temporary Erosion Control Force Account" is set and listed at a predetermined cost. If necessary, the predetermined cost will be adjusted up or down to accommodate actual costs for all additional erosion control measures necessary to facilitate ' construction of this project. Any adjustments shall be determined by the City. Payment for this item will be for actual documented costs of additional erosion control measures only, as determined by the City. Payment for this item shall include all materials equipment, labor placement, maintenance and ym � >p � , ' removal at the completion of the project. P- 160 -4.4 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor, with costs included in the contract prices bid for the items to which they apply. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -160 -5 12/2011 AC 150 /5370 -1OF (NOTICE F -1) BASIS OF PAYMENT ' P- 160 -5.1 Accepted quantities of sediment traps, wattles, geotextile encased check dams, and ' flow spreaders shall be installed as specified herein and as shown on the Plans or ordered by the Engineer, and measured as provided in paragraphs 160 -4.1 and 160 -4.2. j These installations shall include all materials, equipment, labor, tools, placement, incidentals, maintenance, and removal at the completion of the project. Payment will be made under: Item P- 160 -5.1 Sediment Trap — per each Item P- 160 -5.2 Geotextile Encased Check Dam — per each Item P- 160 -5.3 Straw Wattles — per linear foot Item P- 160 -5.4 Temporary Erosion Control Force Account — per force account Item P- 160 -5.5 Flow Spreader — per each Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. END OF ITEM P -160 Renton Municipal Airport P -160 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 1 1 1 AC 150 /5370 -1OF (NOTICE F -1) ITEM P -209 CRUSHED AGGREGATE TOP COURSE AND BASE COURSE DESCRIPTION 209 -1.1 This item consists of a top course and base course composed of crushed aggregates constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans. MATERIALS 209 -2.1 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls. Fine aggregate passing the No. 4 sieve shall consist of fines from the operation of crushing the coarse aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meets the requirements for wear and soundness specified for coarse aggregate. The crushed slag shall be an air - cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot when tested in accordance with ASTM C 29. For Top Course and Base Course, the coarse aggregate portion, defined as the material retained on the No. 4 sieve and larger, shall contain no more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 693 and shall have at least 90 percent by weight of particles with at least two fractured faces and 100 percent with at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88. The fraction passing the No. 40 sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. a. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Contractor. See Section P- 209 -3.5, for additional contractor quality control /acceptance testing. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Certified test results shall be less than 6 months old. Renton Municipal Airport P -209 -1 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Tests for aggregates to check gradation shall be taken by the Contractor at least two per lot. The lot will be consistent with acceptable sampling for density. The samples shall be taken from the in- place, compacted material. Sampling shall be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and ASTM C 117. b. Gradation Requirements. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. Table la. Requirements for Gradation of Top Course Aggregate. Sieve Size Design Range Percentage by Weight 3/ inch 100 '/2 inch 80 -100 No. 4 46 -66 No. 40 8 -24 No. 200 10.0 max The portion of crushed surfacing retained on the No. 4 sieve shall not contain more than 0.15 percent wood waste. The gradation (job mix) of the final mixture for Base Course shall fall within the design range indicated in Table lb, when tested in accordance with ASTM C 117 and ASTM C 136. Table lb. Requirements for Gradation of Base Course Aggregate. Sieve Size Design Range Percentage by Weight Job Mix Tolerances Percent 2 in 100 0 1 -1/2 95 -100 ± 5 1 in 70 -95 ± 8 3/4 in 55 -85 ± 8 No. 4 30 -60 f 8 No. 30 12 -30 ± 5 No. 200 0 -5 :E 3 Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material by weight of particles smaller than 0.02 mm shall be 3 percent when tested in accordance with ASTM D 422. When a lower percentage of material passing the No. 200 sieve is needed to control the percentage of particles smaller than 0.02 mm, a maximum limit of 5 percent is recommended. Renton Municipal Airport P -209 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 1 1 u L� r_ t 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 The job mix tolerances in Table lb shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. The fraction of the final mixture that passes the No. 200 sieve shall not exceed 60 percent of the fraction passing the No. 30 sieve. CONSTRUCTION METHODS 209 -3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 209 -3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 209 -3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. The mechanical spreader shall be capable of distributing the aggregate without segregation. The maximum depth of a compacted layer shall be 6 in. If the total depth of the compacted material is more than 6 in, it shall be constructed in two or more layers. In multi -layer construction, the base course shall be placed in approximately equal -depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 209 -3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. The field density of the compacted material shall be at least 100 percent of maximum density of the laboratory specimens prepared from samples of the top course or base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 1557. The in -place density shall be determined in accordance with ASTM D 1156, D 2167, or D 6938. The moisture content of the material during placing operations shall not be below, nor more than 2 percentage points above, the optimum moisture content. 209 -3.5 CONTRACTOR QUALITY CONTROL /ACCEPTANCE TESTING. All quality control /acceptance testing shall be done by a testing organization (laboratory) hired by the Contractor. Quality Control Technicians shall meet the requirements of Item A- 103 -2.2b. Testing results shall be furnished to the Engineer daily for acceptance determination. Testing shall be paid for as part of the contract bid item "Contractor Quality Control /Acceptance Testing." Contractor shall perform and provide adequate sampling and testing to ensure the items of work are constructed to the standards and specifications established within these Contract Documents. Testing and sampling shall include, but not necessarily be limited to, particle size distribution Renton Municipal Airport P -209 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) (gradations), determinations of soil /material maximum unit weights, optimum percent moistures, in -place field density and moisture contents, smoothness, thickness, and any others tests or sampling necessary to control the work. Particle size distribution shall be tested a minimum of once per day during construction. All testing shall be done by a laboratory hired by the Contractor. Testing results shall be furnished to the Engineer daily for acceptance determination. Items of work per this specification (P -209) shall be accepted for density on a lot basis per each layer. A lot will consist of one day's production where it is not expected to exceed 2,400 square yards per each layer. A lot will consist of one half -day's production where a day's production is expected to consist of between 2,400 and 4,800 square yards. Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the top course or base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 1557. The in -place field density shall be determined in accordance with ASTM D 1556, D 2167, or D 6938. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gauge in accordance with ASTM D 6938. The gauge should be field calibrated in accordance with Section 120 and ASTM standards. Calibration tests shall be conducted on the first lot of material placed that meets the density requirements. When using the nuclear method ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular intervals. If a nuclear gage is used for density determination, two random tests shall be made and averaged to represent each sublot. 209 -3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. The grade shall be measured on a 25 -foot grid and be within +0/ -1/2 inch. Testing results shall be furnished daily to the Engineer for acceptance determination. - In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 in or more below grade, the top layer of base shall be scarified to a depth of at least 3 in, new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. Any top or base material required beyond the specified thickness to bring the aggregate surface to the specified grade will not be paid for, but will be at the Contractor's expense. 209 -3.7 SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch when tested with a 16 -foot straightedge applied parallel with or at right angles to the centerline. Renton Municipal Airport P -209 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 1 209 -3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 inch of the design thickness. Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 209 -3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. METHOD OF MEASUREMENT 209 -4.1 No separate payment will be made for crushed aggregate base course; it shall be incidental to other bid items. BASIS OF PAYMENT 209 -5.1 No separate payment will be made for crushed aggregate base course; it shall be �. incidental to other bid items. TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Degradation of Small -Size Coarse Aggregate by abrasion and impact in the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM D 75 Sampling Aggregate ASTM D 422 Particle Size Analysis of Soils Renton Municipal Airport P -209 -5 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 ASTM D 693 Crushed Aggregate for Macadam Pavements ASTM D 698 Moisture- Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5 -1b (2.49 -kg) Rammer and 12 in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 6938 In -Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods ASTM D 3665 Random Sampling of Construction Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P -209 Renton Municipal Airport P -209 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 1 1 1 1 1 i 1 12/2011 r AC 150 /5370 -1OF (NOTICE F -1) ITEM P -304 CEMENT - TREATED BASE COURSE DESCRIPTION 304 -1.1 This item shall consist of a cement - treated base (CTB) course composed of mineral aggregate and cement, uniformly blended and mixed with water. The mixed material shall be spread and shaped with a mechanical spreader, and compacted with rollers in accordance with these specifications and in conformance to the lines, grades, dimensions, and cross - sections shown on the plans. MATERIALS 304 -2.1 AGGREGATE. The aggregate shall be select granular materials, comprised of crushed or uncrushed gravel and/or stone, or recycled crushed and graded Portland cement concrete (PCC). The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of soft, flat, elongated, or disintegrated pieces, and objectionable matter. The method used in producing the aggregate shall be such that the finished product is as consistent as practicable. All stones and rocks of inferior quality shall be wasted. When recycled PCC is used as the aggregate, it must meet the requirements for virgin aggregate. The percentage of wear of the crushed aggregate retained on the No. 4 sieve shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 10 percent, or the magnesium sulfate soundness loss shall not exceed 13 percent, after five cycles, when tested in accordance with ASTM C 88. When tested in accordance with ASTM C 136, the aggregate shall conform to the gradations shown in Table 1. An aggregate blend that meets the requirements of Table 1 shall be selected by the Contractor and used in the final mix design. The final aggregate blend shall be well graded from coarse to fine within the limits designated in the table and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of final aggregate blend passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. TABLE 1. AGGREGATE GRADATION FOR CTS MATERIAL. Sieve Size Percentage by Weight Passing Sieves Gradation A Gradation B 2 in. 1001 100 No. 4 45-100 55-100 No. 10 37-80 45-100 No. 40 15-50 25-80 No. 80 1 0-25 10-35 Maximum size of aggregate is 1 inch when used as a base course under Item P -501, Portland Cement Concrete Pavement. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -304 -1 12/2011 AC 150 /5370 -1OF (NOTICE F -1)! All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Contractor. Sampling shall be performed by the Contractor in accordance with ASTM D 75. 304 -2.2 CEMENT. Portland cement shall conform to the requirements of ASTM C 150, Type I or II. 304 -2.3 CEMENTITIOUS ADDITIVES. Pozzolanic and ground granulated blast furnace (GGBF) slag may be added to the CTB mix. If used, each material must meet the following requirements: a. Pozzolan. Pozzolanic materials must meet the requirements of ASTM C 618, Class C, F, or N with the exception of loss of ignition, where the maximum shall be less than 6 percent for Class F or N. The supplementary optional chemical and physical properties of Tables I and 2A contained in ASTM C 618 shall apply. b. GGBF Slag. Slag shall conform to ASTM C 989, Grade 80, 100, or 120. 304 -2.4 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other deleterious substances injurious to the finished product. Water shall be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 304 -2.5 CURING MATERIALS. Curing materials shall conform to the requirements provided below, as defined by the type of pavement surface to be placed on top of the CTB layer.. 304 -2.5.1 Portland Cement Concrete (PCC) Pavement. For curing CTB placed under PCC pavement, use white - pigmented, liquid membrane - forming compound conforming to ASTM C 309, Type 2, Class A or Class B (wax- based). 304 -2.5.2 Hot Mix Asphalt (HMA) Pavement. For curing CTB placed under HMA pavement, use emulsified asphalt conforming to ASTM C 977 or ASTM D 2397 (Table 2). TABLE 2. EMULSIFIED ASPHALT CURING MATERIAL. Type and Grade Specification ' Application Temperature OF Emulsified Asphalt RS -1, SS -1 ASTM D 977 75- 130 CRS -1 ASTM D 2397 75- 130 304 -2.6 SAND BLOTTER. If emulsified asphalt is used as a curing material, sand shall be applied, when required, for the prevention of pick -up of emulsion curing materials. The sand material shall be clean, dry, and non - plastic. Renton Municipal Airport P -304 -2 i Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 1 AC 150 /5370 -1OF (NOTICE F -1 COMPOSITION OF MIXTURE 304 -3.1 GENERAL. The CTB material shall be composed of a mixture of aggregate, Portland cement/blended hydraulic cement, and water. Flyash or GGBF slag may be used as a partial replacement for Portland cement. 304 -3.2 MIX DESIGN. The Contractor shall develop the mix design. The mix design shall use a cement content that, when tested in the laboratory according to ASTM D 1633, produces a 7- day compressive strength meeting the following requirements: a. For CTB placed under PCC pavement: 500 psi minimum and 1,000 psi maximum. b. For CTB placed under HMA pavement: 750 psi minimum and 1,000 psi maximum. Where necessary to accommodate project schedule requirements, the Contractor's mix design may need to produce sufficient compressive strength prior to the 7 -day strengths to accommodate ongoing construction activities within the contract timelines. Wet -dry and/or freeze -thaw tests shall be performed in accordance with ASTM D 559 and D 560, respectively. The weight loss for each type of test shall not exceed 14 percent after 12 cycles. However, if a 7 -day compressive strength of 750 psi is achieved, the wet -dry and freeze -thaw tests are not necessary. The mix design shall include a complete list of materials, including type, brand, source, and amount of cement, fine aggregate, coarse aggregate, water, and cementitious additives, if used. It shall also contain the 7 -day compressive strength test results and the results of the wet -dry and/or freeze -thaw tests. Should a change be made in- aggregate sources or type of cement, or if cementitious additives are added or deleted from the mix, production of the CTB mix shall be stopped and a new mix design shall be submitted. 304 -3.3 SUBMITTALS. At least 10 days prior to the placement of the CTB, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction, as well as the mix design information for the CTB material. Tests older than 6 months shall not be used. The certification shall show the ASTM or AASHTO specifications or tests for the material, the name of the company performing the tests, the date of the tests, the test results, and a statement that the material did or did not comply with the applicable specifications. The submittal package shall include the following: a. Sources of materials, including aggregate, cement, cementitious additives, curing, and bond - breaking materials. b. Physical properties of the aggregates, cement, cementitious additives, curing, and bond- breaking materials. c. Mix design: • mix identification number Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -304 -3 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ■ aggregate gradation • cement content • water content ■ cementitious materials content d. Laboratory test results: ■ compaction and strength testing procedures • laboratory compaction characteristics (maximum dry density and optimum moisture content) ■ compressive strength at 7 days • Wet -dry and/or freeze -thaw weight loss, if applicable No CTB material shall be placed until the submittal is accepted in writing by the Engineer. During production, the Contractor shall submit batch tickets for each delivered load. EQUIPMENT All equipment necessary to mix, transport, place, compact, and finish the CTB material shall be furnished by the Contractor. The equipment shall be inspected and approved by the Engineer at the job site prior to the start of construction operations. 304 -4.1 MIXING. The mixer shall be a batch or continuous -flow type stationary mixer and shall be equipped with calibrated metering and feeding devices that introduce the aggregate, cement, water, and cementitious additives (if used) into the mixer in the specified quantities. If necessary, a screening device shall be used to remove oversized material greater than 2 inches from the raw aggregate feed prior to mixing. Free access to the plant must be provided at all times for inspection of the plant's equipment and operation and for sampling the CTB mixture and its components, as deemed necessary by the Engineer. 304 -4.2 HAULING. The mixed CTB material shall be transported from the plant to the job site in trucks or other hauling equipment having beds that are smooth, clean, and tight. Truck bed covers shall be provided and used to protect the CTB from rain. CTB material that becomes wet during transport shall be subject to rejection. 304 -4.3 PLACING. CTB material shall be placed using a mechanical spreader or a machine capable of receiving, spreading, and shaping the mixture without segregation into a uniform layer or lift. The equipment shall be equipped with a strike -off plate capable of being adjusted to the specified layer thickness. It shall also be equipped with two end gates or cut off plates, so that the CTB may be spread in widths varying up to lane width. 304 -4.4 COMPACTION. Compaction of the CTB layer shall be accomplished using one or a combination of the following pieces of equipment: • Tamping or grid roller. Renton Municipal Airport P -304 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 1 Y Y r 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 • Steel- wheeled roller • Vibratory roller. • Pneumatic -tire roller. • Vibrating plate compactor (for areas inaccessible to rollers). The number, type, and weight of rollers and/or compactors shall be sufficient to compact the mixture to the required density. 304 -4.5 FINISHING. Final trimming of the compacted CTB to meet surface requirements shall be accomplished using a self - propelled grader or trimming machine, with a mold board cutting edge, which is at least 12 feet wide and is automatically controlled by sensors in conjunction with an independent grade control from a taut stringline. Stringline will be required on both sides of the sensor controls for the pilot lane. For all other lanes, a single stringline on the outside and grade matching with previously completed adjacent lanes is permissible. CONSTRUCTION METHODS 304 -5.1 WEATHER LIMITATIONS. 304 -5.1.1 Cold Weather. The CTB material shall not be mixed or placed while the air temperature is below 40 °F or when conditions indicate that the temperature may fall below 35 °F within 24 hours. The CTB shall not be placed on frozen surfaces. 304 -5.1.2 Rain. The CTB may not be placed when rainfall is occurring. If an unexpected rain event occurs during placement, the layer should be quickly compacted. CTB material that becomes wet by rain during transport or placement shall be evaluated by the Engineer, and may �1 be .subject to rejection. Rejected material shall be at the expense of the Contractor. 304 -5.2 PREPARATION OF UNDERLYING COURSE. The underlying course shall be checked by the Engineer before placing and spreading operations are started, in order to ensure that it is free of any ruts, depressions, or bumps and is finished to the correct grade. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected before the CTB mixture is placed thereon. The underlying course shall be wetted in advance of placing the.CTB layer. The final prepared grade prior to placing the CTB should be in a firm and moist condition free of frost. Use of chemicals to eliminate frost will not be permitted. To ensure proper drainage, placement of the base shall begin along the centerline of the pavement on a crowned section or on the highest elevation contour of a pavement with variable cross slope. 304 -5.3 GRADE CONTROL. Grade control between the edges of the CTB shall be accomplished at intervals of 50 feet or less on the longitudinal grade and at 25 feet or less on the transverse grade. Renton Municipal Airport P -304 -5 p � Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 304 -5.4 HANDLING, MEASURING, AND BATCHING. The continuous flow central plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Aggregate stockpiles shall be constructed in a manner that prevents segregation and intermixing of deleterious materials. Aggregates that are segregated or mixed with earth or foreign material will not be accepted. Continuous flow plants shall be equipped with feeders to proportion aggregates and bulk cement, by weight, automatically and accurately. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot or other device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 304 -5.5 MIXING. Aggregate and cement may be proportioned either by weight or volume, and shall be mixed sufficiently to prevent the forming of cement balls when water is added. The mixing time shall be that which is required to secure an intimate, uniform mixture of aggregate, cement, water, and pozzolan (if used). The minimum, mixing time will be based on the uniformity and consistency of the mixture. 304 -5.6 PLACING. The CTB mixture shall be deposited on the moistened subgrade or subbase and spread into a uniform layer of such width and thickness that, following compaction and trimming, conforms to the required grade and cross - section. The Contractor may install the CTB layer in single or multiple compacted lifts; however, each compacted lift must be no greater than 6 inches thick. In multi -lift construction, the surface of the compacted lift shall be kept moist until covered with the next lift. Successive lifts shall be placed and compacted so that the required total depth of the CTB layer is completed within 12 hours. A single spreader may be used, provided it is capable of placing a uniform, full -depth layer of material across the full width of the base in one pass. Otherwise, two or more spreaders will be required, and shall be operated so that spreading progresses along the full width of the base in a uniform manner. 304 -5.7 COMPACTION. Immediately upon completion of the spreading operations, the CTB material shall be thoroughly compacted using approved compaction equipment. At the start of compaction, the moisture content shall be within 2 percentage points of the specified optimum moisture. 304 -5.8 FINISHING. Upon completion of compaction, the surface of the CTB layer shall be shaped to the specified lines, grades, and cross - section. During the finishing process, the surface shall be kept moist by means of fog -type sprayers. Compaction and finishing shall be done in such a manner as to produce a smooth, dense surface, free of ruts, cracks, ridges, and loose material. All placement, compaction, and finishing operations shall be completed within 2 hours from the start of mixing. Material not completed within the 2 -hour time limit shall be removed and replaced at the Contractor's expense. Renton Municipal Airport P -304 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) CTB layer limits that extend beyond the edges of the new PCC surface course shall be rolled down or shaped in such a manner that the drainage is away from the new PCC surface course edge. 304 -5.9 CONSTRUCTION JOINTS. At the end of each day's construction, a transverse construction joint shall be formed that is a true vertical face (perpendicular to the centerline) and is free of loose material. Longitudinal construction joints (parallel to the centerline) shall be formed to a consistent, well - defined near vertical edge that is free of loose material. The longitudinal joints shall be located such that there is a 2 -foot minimum offset from planned joints in any overlying layer. While forming construction joints, the Contractor shall make sure the material in the joint area is adequately compacted and that the joints are finished level and even with the remainder of the CTB layer. 304 -5.10 CURING. The compacted and finished CTB shall be cured with the approved curing agents as soon as possible, and in no case later than 2 hours after completion of the finishing operations. The layer shall be kept moist using a moisture- retaining cover or a light application of water until the curing material is applied. When asphalt emulsion is used as the curing agent, the entire surface of the CTB layer shall be uniformly sprayed with the emulsion at a rate of between 0.15 and 0.30 gal /yd2; the exact temperature and rate of application being that required to achieve complete and uniform coverage without runoff. Should it be necessary for .construction equipment or other traffic to use the asphalt- covered surface, sufficient sand blotter cover shall be applied to prevent pick -up. When liquid membrane - forming curing compound is used as the curing agent, the entire surface of the CTB layer shall be uniformly sprayed with the compound at the rate of 1 gallon to not more than 200 feet2. The rate of application shall be determined such that a uniform surface is obtained. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. The compound shall be thoroughly mixed with the pigment uniformly dispersed throughout the storage tank. During application, the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and CTB surfaces exposed by the removal of forms is permitted. The curing seal shall be maintained and protected until the pavement is placed. Should the surface of the finished CTB and /or the curing seal become damaged, additional curing material shall be applied at the time it is damaged or when the damage is first observed. 304 -5.11 PROTECTION. The Contractor shall protect the finished CTB against traffic. Completed portions of the CTB layer can be opened immediately to low -speed traffic and to construction equipment, provided a minimum compressive strength of 400 psi or greater as necessary has been achieved to support the Contractor's vehicle /equipment traffic, the curing material is not damaged, and the CTB is sufficiently stable to resist permanent deformation. Should the CTB be damaged, it shall be replaced using full -depth patches at the Contractor's Renton Municipal Airport P -304 -7 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) expense, and sprayed with the selected, curing compound as described above. The CTB shall also be protected from freezing at all times. 304 -5.12 BOND - BREAKER. When the CTB is to be placed directly beneath PCC, a bond - breaker selected by the Contractor, and approved by the Engineer, shall be used. The entire surface of the CTB shall be coated with a de- bonding compound applied in a quality sufficient to prevent bonding of the PCC pavement to the base course. If an impervious membrane or asphalt emulsion is used as a curing material, additional applications of curing materials may be required. The Contractor shall be responsible for selecting the de- bonding compound and determining the necessary application rate. The de- bonding compound shall be approved by the Engineer prior to being incorporated into the work. MATERIAL ACCEPTANCE 304 -6.1 ACCEPTANCE - SAMPLING AND TESTING. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Contractor. The Contractor shall provide the required CTB samples during construction for acceptance testing purposes. The samples shall be taken in the presence of the Engineer. Testing organizations performing these tests shall meet the requirements of ASTM D 3666. All test equipment in Contractor - furnished laboratories shall be calibrated by the testing organization prior to the start of operations. The CTB layer shall be tested for density, thickness, grade, and surface tolerance on a lot basis, with a lot consisting of one of the following: • One day's production not to exceed 2,000 yd2. • A half day's production, where a day's production consists of 2,000 to 4,000 yd2. Each lot shall be divided into four. (4) equal sublots. Within each sublot, one (1) density test, one (1) thickness measurement, and continuous surface straightedge tests (surface tolerance testing) shall be performed, as described below. Sampling locations shall be determined by the Engineer in accordance with the random sampling procedures contained in ASTM D 3665. In the event that only three (3) sublots are produced, the three sublots shall constitute a complete lot. If one (1) or two (2) sublots are produced for the same reason, they shall be incorporated into the next or previous lot, and the total number of sublots shall be used in the acceptance criteria calculation. End -of- production sublots (i.e., sublots associated with the final placement of CTB for the project and are less than a complete lot) shall be handled as follows: • Three (3) sublots shall constitute a lot. • One (1) or two (2) sublots shall be incorporated into the previous lot. Renton Municipal Airport P -304 -8 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 304 -6.1.1 Density Testing. CTB samples shall be taken from each sublot and used to create laboratory test specimens representing the various sublots. The specimens shall be compacted and tested for density and moisture content in accordance with ASTM D 558. Using the density results for each sublot comprising a lot, an average density for the lot shall be determined, which will serve as the basis for acceptance of the lot with regard to density. Within each sublot in the field, one (1) in -place density test shall be performed in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 6938. The location of the test shall be randomly selected in accordance with the procedures contained in ASTM D 3665. The in -place density results for each sublot comprising the lot shall then be averaged and compared with the corresponding average lot density. Acceptance criteria for CTB density are provided in paragraph 304 - 6.2.1. ASTM D 6938 may give incorrect moisture readings since the cement variations will cause variations in moisture contents. Moisture content should be measured using ASTM D 4643. 304 -6.1.2 Thickness Testing. The CTB shall be tested for thickness using the same lot and sublot designations established for density testing. After 3 days of curing, one (1) 4 -inch diameter core per sublot shall be obtained from a random location, as identified using the procedures contained in ASTM D 3665. The thickness of each sampled core shall be determined using the caliper measurement procedures provided in ASTM C 174. The average thickness for the lot shall be determined using the individual sublot core thicknesses. Acceptance criteria for CTB thickness are provided in paragraph 304 - 6.2.2. At all locations where cores have been drilled, the resulting core holes shall be filled by the Contractor with CTB, HMA, or non -shrink grout. 304 -6.1.3 Grade Testing. The elevations of the finished CTB shall be surveyed every 25 feet on both sides of the CTB lane as soon as it has hardened sufficiently. Acceptance criteria for CTB grade are provided in paragraph 306 - 6.2.3. 304 -6.1.4 Surface Tolerance Testing. As soon as the CTB has hardened sufficiently, it shall be tested for surface tolerance with a 16 -foot straightedge or other approved measuring device (provided by the Contractor). 304 -6.2 ACCEPTANCE CRITERIA. Acceptance of CTB will be based on density, thickness, grade, and surface tolerance, as described in the paragraphs below. 304 -6.2.1 Density Requirements. With respect to density, each lot of compacted material will be accepted without adjustment if the average in -place density of the lot is equal to or greater than 98 percent of the average density determined for the lot. Each lot of compacted CTB shall be accepted and payment adjusted in accordance with Table 3. Renton Municipal Airport P -304 -9 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1 TABLE 3. SLIDING PAY SCALE FACTORS FOR DENSITY. Average Dry Density Payment 98.0 and greater 100 97.0-97.9 95 96.0-96.9 90 95.0-95.9 75 Less than 95.0 Reject If the average density is below 95 percent, the lot will be rejected and shall be removed and replaced at the Contractor's expense. In multi -layer construction, density shall be tested for each lift, and all lifts within a rejected lot shall be removed and replaced. No payment shall be made for removed lifts. Replacement lifts shall be paid in accordance with this section. 304 -6.2.2 Thickness Requirements. The completed thickness shall be as shown on the plans. When the average lot thickness is not deficient by more than 1/2 inch from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than 1 inch, it shall be removed and replaced at the Contractor's expense. When such measurement is deficient by more than 1/2 inch but less than 1 inch from the plan thickness, one additional core shall be taken at random from each sublot within the lot. The thickness of these additional cores shall be determined as indicated in paragraph 304 - 6.1.2. A new average lot thickness shall be recomputed based on these additional cores and the original cores taken from each sublot. If the recomputed average lot thickness is not deficient by more than 1/2 inch from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than 1/2 inch from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense or shall be permitted to remain in -place at an adjusted payment of 75 percent of the contract unit price. When the measured thickness is more than that indicated on the plans, it will be considered as conforming to the requirements, provided the surface of the completed CTB layer is within the established grade and surface tolerance requirements. 304 -6.2.3 Grade Requirements. When the completed surface is higher than 1/2 inch above the grade -shown in the plans, the surface shall be trimmed, at the Contractor's expense, with an approved grinding machine to an elevation that falls within a tolerance of % inch or less. . 304 -6.2.4 Surface Tolerance Requirements. The finished surface shall not vary more than % inch when tested with a 16 -foot straightedge applied parallel with, or at right angles to, the centerline of the CTB area. Areas in the CTB showing high spots greater than % inch over 16 feet shall be marked and immediately trimmed with an approved grinding machine. Such trimming shall be at the Contractor's expense. Renton Municipal Airport P- 304 -10 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) METHOD OF MEASUREMENT 304 -7.1 CEMENT - TREATED BASE COURSE. The quantity of cement - treated base course to be paid for will be determined by measurement of the number of square yards of CTB actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 304 -8.1 CEMENT - TREATED BASE COURSE. Payment shall be made at the contract unit price per square yard for cement - treated base course. This price shall be full compensation for furnishing all materials, including cement; for all preparation, manipulation, placing, and curing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of CTB material will be accepted for density at the full contract price adjusted in accordance with Table 3 in paragraph 304 - 6.2.1. Payment will be made under: Item P- 304 -8.1 Cement - Treated Base Course — per square yard TESTING REQUIREMENTS ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 131 Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 174 Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM D 75 Sampling Aggregates ASTM D 558 Moisture- Density Relations of Soil- Cement Mixtures ASTM D 559 Test Methods for Wetting & Drying Compacted Soil Cement Mixtures ASTM D 560 Freezing -and- Thawing Tests of Compacted Soil- Cement Mixtures ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1633 Compressive Strength of Molded Soil- Cement Cylinders ASTM D 2167 Density of Soil in Place by the Rubber - Balloon Method Renton Municipal Airport P- 304 -11 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 ASTM D 3665 Random Sampling of Paving Materials ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 6938 In -Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods (Shallow Depth) AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 150 Portland Cement ASTM C 309 Liquid Membrane - Forming Compounds for Curing Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 989 Ground Granulated Blast- Furnace Slag for Use in Concrete and Mortars ASTM D 977 Emulsified Asphalt ASTM D 2397 Cationic Emulsified Asphalt END OF ITEM P -304 Renton Municipal Airport P- 304 -12 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM P -401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 401 -1.1 This item shall consist of pavement courses composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. This project will include two bituminous pavement courses defined as follow: a. Bituminous Pavement Surface Course. Surface Course will consist of the uppermost 5 inches of bituminous pavement placed within project limits. b. Bituminous Pavement Base Course. Base Course will consist of all bituminous pavement placed below the Surface Course. MATERIALS 401 -2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without natural sand or other inert finely divided mineral aggregate. The portion of combined materials retained on the No. 4 sieve is coarse aggregate. The portion of combined materials passing the No. 4 sieve and retained on the No. 200 sieve is fine aggregate, and the portion passing the No. 200 sieve is mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 8 percent, or the magnesium sulfate soundness loss shall not exceed 10 percent, after five cycles, when tested in accordance with ASTM C 88. Clay lumps and friable particles shall not exceed 0.3 percent by weight when tested in accordance with ASTM C 142. Aggregate shall contain at least 70 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than a total of 8 percent, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D 4791 with a value of 5:1. Renton Municipal Airport P -401 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Slag shall be air - cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot when tested in accordance with ASTM C 29. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Clay lumps and friable particles shall not exceed 0.3 percent by weight when tested in accordance with ASTM C -142. Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15 percent natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. The aggregate shall have sand equivalent values of 40 or greater when tested in accordance with ASTM D 2419. c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 401 -2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 401 -2.3 BITUMINOUS MATERIAL. The bituminous material shall conform to the requirements of AASHTO M320 performance graded binder designation PG 70 -22. A certificate of compliance from the manufacturer must be included with the mix design submittal. The binder (RTFO) aged residue shall be tested in accordance with AASHTO T 301 for Elastic Recovery tested at 25 degrees C. The recovery shall be 50 percent minimum. The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. The local state DOT agency certification program for performance - graded asphalt suppliers may be used if approved by the Engineer. 401 -2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear. Renton Municipal Airport P -401 -2 Taxiway B .System Rehabilitation — South Portion Reconstruction I 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (2) Soundness. (3) Unit weight of slag. (4) Percent fractured faces. b. Fine Aggregate. (1) Liquid limit. (2) Plasticity index. (3) Sand equivalent. c. Mineral Filler. d. Bituminous Material. Test results for bituminous material shall include temperature /viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401 -2.5 ANTI- STRIPPING AGENT. Any anti - stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall 1 be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 401 -3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of well - graded aggregate, filler and anti -strip' agent if required, and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401 -3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The bituminous mixture shall. be designed using procedures contained in Chapter 5, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS -2), Mix Design Methods for Asphalt Concrete, sixth edition, except ASTM D 6926 and ASTM D 6927 shall be used. The manual hammer in ASTM D 6926 shall be used for the mix design procedure. The Owner's quality assurance lab will run a job mix formula, at the Owner's expense, parallel to that produced by the Contractor's lab. The Contractor shall provide duplicate material samples, recommended target gradation, and anticipated oil content to both his own lab and the quality assurance lab. Renton IP Municipal Airport P -401 -3 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 401 -5.2b. The criteria are based on a production process which has a material variability with the following standard deviations: Stability (lbs.) = 270 lbs. Flow (0.01 inch) = 1.5 inches Air Voids = 0.65 percent If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets shall be based on a stability greater than shown in Table 1, and the flow and air voids shall be targeted close to the mid -range of the criteria in order to meet the acceptance requirements. Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D 4867, shall not be less than 75. Anti - stripping agent shall be added to the asphalt, as necessary, to produce a TSR of not less than 75. If an antistrip agent is required, it will be provided by the Contractor at no additional cost to the Owner. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of paving operations and shall include as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. e. Asphalt performance, viscosity or penetration grade, and type of modifier if used. d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. L Compaction temperature. g. Temperature of mix when discharged from the mixer. h. Temperature - viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures. L Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. j. Graphical plots of stability, flow, air voids, voids in the mineral_ aggregate, and unit weight versus asphalt content. k. Percent natural sand. Renton � Municipal Airport P- 401 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 1 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Antistrip agent (if required). p. Date the job mix formula was developed. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the job mix formula requirements specified in Tables 1, 2, and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate job mix formula and the results of job mix formula verification testing must be submitted for each mix. The job mix formula for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be submitted within 10 days and approved by the Engineer in writing before the new material is used. After the initial production job mix formula has been approved by the Engineer and a new or modified job mix formula is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified job mix formula will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified job mix formula. Table 1. Marshall Design Criteria. TEST PROPERTY Pavements Designed for Aircraft Gross Weights of 60,000 Lbs. or More or Tire Pressures of 100 PSI or More Number of blows 75 Stability, pounds minimum 2150 Flow, 0.01 in. 10 -16 Air voids (percent) 2.8 -4.2 Percent voids in mineral aggregate, See Table 2 minimum Renton Municipal Airport P -401 -5 iP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370 -1OF Table 2. Minimum Percent Voids in Mineral Aggregate. Maximum Particle Size Minimum Voids in Mineral Aggregate in. mm Percent 1/2 12.5 15 3/4 19.0 14 1 25.0 13 1 -1/4 31.75 12 OTICE F -1) The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and C 117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401 -6.5a. The limits still will apply if they fall outside the master grading band in Table 3 except for the top three sieve sizes for each aggregate gradation product starting at the 100 percent passing band. The maximum size aggregate used shall not be more than one -half of the thickness of the course being constructed except where otherwise shown on the plans or ordered by the Engineer. The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No. 2 (MS -2), Chapter 3. Table 3. Aggregate - Bituminous Pavements. Sieve Size Percentage by Weight Passing Sieve 3/ in. 100 %2 in. - - 78 -95 % in. 64 -88 No. 4 44 -68 No. 8 30 -53 No. 16 20 -40 No. 30 14 -30 No. 50 8 -21 No. 100 6 -14 Renton Municipal Airport P -401 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 t AC 150 /5370 -1OF (NOTICE F -1) Table 3. Aggregate - Bituminous Pavements. Sieve Size Percentage by Weight Passing Sieve No. 200 3 -6 Asphalt percent Stone or gravel 5.0 -7.5 Slag 6.5 -9.5 401 -3.3 RECYCLED ASPHALT CONCRETE. Not permitted on this project. 401 -3.4 TEST SECTION. Two weeks prior to full production paving, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula, and construct a test section. The amount of mixture shall be sufficient to construct a test section at least 300 feet long and 25 feet wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint is defined as a construction joint where the first mat surface temperature is less than 185 degrees F. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401 -5.1 and 401 -6.3. The test section shall be divided into equal sublots. As a minimum, the test section shall consist of 3 sublots. The test section shall be considered acceptable if; 1) stability, flow, mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action limits specified in paragraphs 401 -6.5a and 5b, and 3) the voids in the mineral aggregate are within the limits of Table 2. I If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. The initial first test section shall be removed at the Contractor's expense and a second test section shall then be placed. If the second test section does not meet specification requirements, the section shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the test section that meets specification requirements shall be made in accordance with paragraph 401 -8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula. It should be recognized that the aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF. In those instances, it will be necessary to reevaluate and redesign the Renton � Municipal Airport P -401 -7 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 _ AC 150 /5370 -1OF (NOTICE F -1) mix using plant- produced aggregates. Specimens shall be prepared and the optimum bitumen content determined in the same manner. as for the original design tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401 -6.1 through 6.6, has been approved, in writing, by the Engineer. 401 -3.5 TESTING LABORATORY. The Contractor's laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666, including the requirement to be accredited by a national authority, such as the National Voluntary Laboratory Accreditation Program (NVLAP), American Association for Laboratory Accreditation (AALA), or AASHTO Accreditation Program (AAP). Laboratory personnel shall meet the requirements of Technical Provision A -103. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: a. Qualifications of personnel (laboratory manager, supervising technician, and testing technicians). b. A listing of equipment to be used in developing the job mix. c. A copy of the laboratory's quality control system. d. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program. e. ASTM D 3666 certification of accreditation by a nationally recognized accreditation program. CONSTRUCTION METHODS 401 -4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Base Temperature Limitations. Mat Thickness Base Temperature (Minimum) Deg. F 3 in. or greater 40 Greater than 1 in. but less than 3 in. 45 1 in. or less 50 Renton Municipal Airport P -401 -8 Taxiway B System Rehabilitation — South Portion Reconstruction 1 i 1 12/2011 F u [I L 11 AC 150 /5370 -10F (NOTICE F -1) 401 -4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes: a. Requirements for all plants include: (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. In lieu of scales, and as approved by the Engineer, asphalt mixture weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total paving mixture. Contractor must furnish calibration certification of the weighing system prior to mix production and as often thereafter as requested by the Engineer. (2) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (3) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge and storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: a. The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. b. The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the mixture due to temporary storage, no temporary. storage will be allowed. 401 -4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture' from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. Material Transfer Machines: Material transfer machines shall be used for placing the surface course. The transfer machine shall have sufficient capability to handle enough bituminous material to allow the paver to obtain a uniform spreading operation. The transfer Renton Municipal Airport P -401 -9 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) machine shall remix the material. Transfer machines shall have the capability of discharging material from the side in order to maintain a fresh tack coat. 401 -4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self - propelled with an activated heated screed, capable of spreading and finishing courses of bituminous plant mix material that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor - directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet in length. b. Taut stringline (wire) set to grade. c. Short ski or shoe. d. Laser control. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. Prior to the start of construction, the Contractor shall submit in writing to the Engineer a paving grade control plan detailing the Contractor's proposed methods to control grades during the paving operations. Asphalt paving shall not begin until the paving grade control plan has been approved by the Engineer. Automatic grade controls will be required, unless otherwise directed by the Engineer. The Contractor shall employ a continuous, systematic method of survey on every pavement lift in order to ensure conformance with design grades and depths. Renton Municipal Airport P- 401 -10 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 401 -4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at its own expense. The use of equipment that causes crushing of the aggregate will not be permitted. Nuclear Densometer. The Contractor shall have on site a nuclear densometer during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the nuclear densometer and obtain accurate density readings for all new bituminous concrete. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 401 -4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325 degrees F, unless otherwise required by the manufacturer. 401 -4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350 degrees F when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401 -4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent S Renton iP Municipal Airport P- 401 -11 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mixtures upon discharge shall not exceed 0.5 percent. 401 -4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with P -603. 401 -4.10 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the bituminous mixture, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp location(s), and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (i.e., milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401 -4.3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. For all runway, taxiway and apron pavements, Contractor shall use a stringline to place each lane of each lift of bituminous surface course. However, at the Contractor's option, Contractor shall use stringline for first lift of bituminous surface course and then survey the grade of that lift. Provided grades of that lift of bituminous surface course meet the tolerances of paragraphs 401 - 5.2b(5), then Contractor may place successive lifts of bituminous surface course using a long ski, or laser control per paragraph 401 -4.4. However, Contractor shall survey each lift of bituminous surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401- 5.2b(5) before the next lift can be placed without a stringline. If the grades of a single lot do not meet the tolerances of 401- 5.2b(5), then the Contractor shall use a stringline for each entire lift. Corrective action in paragraph 401- 5.2b(5) applies to the final lift of surface course; however, for multiple lift construction, the Contractor shall correct to ensure the thickness of the final lift meets the requirements of 401- 5.2b(3). Through vertical curves, stringline supports shall be set at a frequency to eliminate the detection of grade breaks in the ride of the finished pavement surface profile. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot candles and maintained in the following areas: Renton Municipal Airport P- 401 -12 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment.of the above requirements, the Contractor shall furnish and use complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. In addition, the Contractor shall furnish a sufficient amount of portable floodlights to adequately illuminate the work area. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non - payment bituminous concrete, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. The initial placement and compaction of the mixture shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250 degrees F. Edges of existing bituminous pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and painted with bituminous tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one -way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of Renton Municipal Airport P- 401 -13 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. j 401 -4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any mixture that becomes loose and broken, mixed with dirt, contains check - cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401 -4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent Renton Municipal Airport P- 401 -14 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) lane. In both methods, all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal and transverse joints that are irregular, damaged, uncompacted, or otherwise defective or whose surface temperature has cooled to less than 1850 F shall be cut back (3 to 6 inches) to expose a clean, sound surface for the full depth of the course prior to placing any fresh mixture against the joint. Wheel cuts should be made by the end of the work shift if that provides for a truer cut. All contact surfaces shall be cleaned and dry prior and given a tack coat of bituminous material prior to placing any fresh mixture against the joint. The cost of this work and tack coat shall be considered incidental to the cost of the bituminous course. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The joint shall be clean and dry prior to applying the P -603 Tack Coat. All final joints and sawcuts shall be surface - sealed per WSDOT Standard Specifications Section 5- 05.3(8)B, using a hot - poured joint sealant conforming to WSDOT Standard Specification Section 9- 04.2(1), such as AR -4000 or equivalent. MATERIAL ACCEPTANCE 401 -5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests will meet the requirements of ASTM D 3666. Field or permanent laboratories performing the testing at the project or plant site will be considered to meet ASTM D 3666 provided all testing personnel, laboratory equipment, and laboratory supervision are from an ASTM D 3666 accredited branch. a. Plant- Produced Material. Plant- produced material shall be tested for stability, flow, and air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D 979. A lot will consist of: • one day or shift's production not to exceed 2,000 tons, or a half day or shift's production where a day's production is expected to consist of between 2,000 and 4,000 tons so no lot exceeds 2000 tons, or • similar subdivisions for tonnages over 4,000 tons so no lot exceeds 2000 tons. Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, Renton Municipal Airport P- 401 -15 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) in accordance with the procedures contained in ASTM D 3665. Samples will be taken in accordance with ASTM D 979. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 6926, at the number of blows required by paragraph 401 -3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The manual hammer in ASTM D 6926 shall be used. Mechanical hammers may be used if they are calibrated to the same manual hammer density by varying the number of blows and for each specific mix. The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not less than 30 minutes or more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the job mix formula. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 6927. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Samples will be taken in accordance with ASTM D 979. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory- prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D 2041, Type C, D, or E container. The ASTM D 2041 test shall be performed at 25 degrees C, fl degree. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. Voids in Mineral Aggregate (VMA) will be calculated one time for each sublot. The bulk specific gravity for the aggregate can be used unless more current test data is available. The results will be used for quality control. (3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401 -5.2b. b. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. A lot will consist of: • one day or shift's production not to exceed 2,000 tons, or • a half day or shift's production where a day's production is expected to consist of between 2,000 and 4,000 tons so no lot exceeds 2000 tons, or Renton Municipal Airport P- 401 -16 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) • similar subdivisions for tonnages over 4,000 tons so no lot exceeds 2000 tons. (1) Mat Density. - The lot shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Mat cores shall not be taken closer than one foot from a transverse or longitudinal joint. (2) Joint Density. The lot shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. All coring shall be centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. (3) Sampling. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The minimum diameter of the sample shall be five inches. Samples ' that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or ASTM D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity-of all laboratory prepared specimens for the lot, determined as follows: (a) Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 6926, at the number of blows required by paragraph 401 -3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not less than 30 minutes or more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the job mix formula. The manual hammer in ASTM D 6926 shall be used. Mechanical hammers may be used if they are calibrated to the same manual hammer density by varying the number of blows and for each specific mix. (b) The bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory- prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing pavement density. Renton Municipal Airport P- 401 -17 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (c) The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (d) Voids in Mineral Aggregate (VMA) will be calculated one time for each sublot. The bulk specific gravity for the aggregate will be used unless more current test data is available. The results will be used for quality control. (5) Acceptance. Acceptance of field placed material for mat and joint density will be determined by the Engineer in accordance with the requirements of paragraph 401 -5.2b. c. Partial Lots — Plant- Produced Material. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, i.e., n = 5 or n _ 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. d. Partial Lots — Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, i.e., n = 3. 401 -5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement and test results: (1) Stability (2) Flow (3) Air voids (4) Mat density (5) Joint density (6) Thickness (7) Smoothness (8) Grade Renton Municipal Airport P- 401 -18 Taxiway B System Rehabilitation – South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401- 5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 401- 5.2b(2). Joint density will be evaluated for acceptance in accordance with paragraph 401- 5.2b(3). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401- 5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401- 5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401- 5.2b(6). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance Criteria. (1) Mat Density and Air Voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment shall be determined in accordance with paragraph 401 -8.1. (2) Stability and Flow. Acceptance of each lot of plant produced material for stability and flow shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL is below 80 percent, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the mix are made (3) Joint Density. Acceptance of each lot of plant produced material for joint density shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot is equal to or exceeds 90 percent; the lot shall be considered acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80 percent, the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71 percent, the pay factor for the lot used to complete the joint shall be reduced by 5 percentage points. This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401 -8.1. (4) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than '/ inch less than the Renton Municipal Airport P- 401 -19 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (5) Smoothness. The final surface shall be free from roller marks. The finished surfaces of each course of the pavement, except the finished surface of the final course, shall not vary more than % inch when evaluated with a 16 foot straightedge (provided by the Contractor). The finished surface of the final course of pavement shall not vary more than I/ inch when evaluated with a 16 foot straightedge. The lot size shall be 2,000 square yards. Smoothness measurements shall be made at 50 foot intervals and as determined by the Engineer. In the longitudinal direction, a smoothness reading shall be made at the center of each paving lane. In the transverse direction, smoothness readings shall be made continuously across the full width of the pavement. However, transverse smoothness readings shall not be made across designed grade changes. At warped transition areas, straightedge position shall be adjusted to measure surface smoothness and not design grade transitions. When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area to the depth of the course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yards. Areas in excess of 15 square yards will require removal and replacement of the pavement in accordance with the limitations noted above. (6) Grade. Grade shall be evaluated following the first day of placement and then every 5 days or less so adjustments can be made to paving operations if measurements do not meet specification requirements. The finished surface of the pavement shall not vary from the gradeline elevations and cross sections shown on the plans by more than %2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards. When more than 25 percent of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/ inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yards. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across Renton Municipal Airport P -401 -20 Taxiway B System Rehabilitation — South Portion Reconstruction i r 12/2011 AC 150 /5370 -10F (NOTICE F -1) other lanes of pavement. Areas in excess of 15 square yards will require removal and replacement of the pavement in accordance with the limitations noted above. c. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. Table 5. Marshall Acceptance Limits for Stability, Flow, Air Voids, and Density TEST PROPERTY Pavements Designed for Aircraft Gross Weights 60,000 Lbs. or More or Tire Pressures of 1.00 psi or More Number of Blows 75 Specification Tolerance L U Stability, minimum (pounds) 1800 - Flow, 0.01 -inch 8 18 Air Voids Total Mix ( %) 2 5 Surface Course Mat Density ( %) 96.3 - Base Course Mat Density ( %) 95.5 - Joint density ( %) 93.3 - The criteria in Table 5 are based on production processes which have a variability with the following standard deviations: Surface Course Mat Density ( %), 1.30 Base Course Mat Density ( %), 1.55 Joint Density ( %), 2.1 The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98 percent with 1.30 percent or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5 percent with 1.55 percent or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96 percent with 2.1 percent or less variability. Renton Municipal Airport P- 401 -21 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) In the event that both Surface Course material and Base Course material are placed within a single lot, all bituminous pavement within that lot will be subject to Marshall Acceptance Limits for Surface Course. 401 -5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5. lb and 401- 5.2b(1). Only one resampling per lot will be permitted. (1) A resampling shall include the same number of samples originally taken for the lot (i.e., if n =4 originally, an additional 4 samples will be taken). (2) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (3) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefined mat density for a resampled lot shall be used for the acceptance of that lot in accordance with Paragraph 401 -5.2. 401 -5.4 LEVELING COURSE. If applicable to the project, the leveling course is the first thin j or first variable thickness lift of an overlay placed prior to all upper lifts. The leveling course shall not exceed a nominal thickness of 1 -1/2 inches. The leveling course shall be compacted with the same degree of effort used to achieve density of the test section. A pavement course used for truing and leveling shall meet the requirements of paragraph 401 -3.2 and 5.2b. If, in the opinion of the Engineer, the course is by necessity too thin or too variable to yield targeted density results, the course shall not be subject to the density requirements of paragraphs 401 -5.2c and d. CONTRACTOR QUALITY CONTROL 401 -6.1 GENERAL. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401 -6.3, including but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation Renton Municipal Airport P- 401 -22 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ' g. Placing and Finishing h. Joints ' i. Compaction j. Surface Smoothness k. Personnel 1. Laydown Plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401 -6.3 and Technical Provision A -103. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. ' 401 -6.2 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory meeting the requirements of paragraph 401 -3.5 located at the plant or job site. The Contractor shall provide the Engineer with certification stating that all of the testing equipment to be used is properly calibrated and will meet the specifications applicable for the specified test procedures. 401 -6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The Contractor's testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the written Quality Control Program. (See Technical Provision A -103). a. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D 6307. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D 5444 and ASTM C 136 (Dry Sieve). c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461 or AASHTO T110. Renton Municipal Airport P- 401 -23 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. The mat edge temperatures shall be checked frequently in order to identify cold joints. L In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401 -6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401 -6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated by the acceptance laboratory and monitored by the QC laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 3/ inch 0% 0% 'h inch f6% ±9% % inch f6% ±9% No. 4 f6% ±9% Renton Municipal Airport P- 401 -24 Taxiway B System Rehabilitation — South Portion Reconstruction n 12/2011 AC 150 /5370 -10F (NOTICE F -1) No. 16 ±5% ±7.5% No. 50 f3% ±4.5% No. 200 ±2% ±3% Asphalt Content VMA ±0.45% -1.00% ±0.70% -1.50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART LIMITS BASED ON RANGE (Based on n = 2 Sieve Suspension Limit '/2 inch 11 percent % inch 11 percent No.4 11 percent No. 16 9 percent No. 50 6 percent No. 200 3.5 percent Asphalt Content 0.8 percent c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual ' measurements. 401 -6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and ' shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in Technical Provision A -103. METHOD OF MEASUREMENT 401 -7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. t Renton iP Municipal Airport P- 401 -25 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 BASIS OF PAYMENT AC 150 /5370 -1OF (NOTICE F -1 401 -8.1 BITUMINOUS MATERIAL PAYMENT. Payment for a lot of bituminous concrete pavement shall be made at the contact unit price per ton for bituminous mixture adjusted according to paragraph 401 -8.1a, subject to the limitation that: The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons of bituminous mixture used in the accepted work (See Note 1 under Table 6). The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100 percent. Table 6. Price Adjustment Schedule 1 Percentage of Material Within Specification Limits PWL Lot Pay Factor Percent of Contract Unit Price) 96-100 106 90-95 PWL + 10 75-89 0.5 PWL + 55 55-74 1.4 PWL — 12 Below 55 Reject ' Although it is theoretically possible to achieve a pay factor of 106 percent for each lot, actual payment above 100 percent shall be subject to the total project payment limitation specified in paragraph 401 -8.1. 2 The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 401 -8.1. Payment in excess of 100 percent for accepted lots of Renton Municipal Airport P- 401 -26 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. 401 -8.2 TEMPORARY PAVEMENT PAYMENT. Payment for temporary access pavement and temporary taxiway construction shall be at the contract lump sum price. The price shall be ' full compensation for stripping, excavation, hauling materials off -site and disposing of them, aggregate base and bituminous course materials installation and compaction, and temporary pavement markings; for furnishing all materials; for preparation, mixing and placement of these materials; and for all labor, equipment, tools and incidentals necessary to complete the item. 401 -8.3 TEMPORARY PAVEMENT REMOVAL/RESTORATION PAYMENT. Payment for removal /restoration of temporary access pavement and temporary taxiway shall include excavation and disposal off site of temporary pavement section; removal of temporary pavement markings; furnishing, placing, and compacting fill material and top soil; hydroseeding; for t furnishing all materials; for preparation, mixing, and placement of these materials; and for all labor, equipment, tools, and incidentals necessary to restore the area to pre - construction condition. 401 -8.4 HAUL ROUTE PAVEMENT REPAIR PAYMENT. Payment for haul route pavement repair shall include excavation and disposal off site of existing pavement; grading existing aggregate base materials and adding new base material as required; for compaction of aggregate base materials and for providing, placing, and compacting new bituminous course materials; for preparation, mixing, and placement of these materials; and for all labor, equipment, tools, and incidentals necessary to restore the area to pre - construction condition. Payment will be made under: Item P- 401 -8.1 -Bituminous Surface Course — per ton Item P- 401 -8.2 Bituminous Base Course — per ton Item P- 401 -8.3 Temporary Access Pavement Construction — per lump sum Item P- 401 -8.4 Temporary Access Pavement Removal/Restoration — per lump sum Item P -401 -8.5 Temporary Taxiway Construction — per lump sum Item P- 401 -8.6 Temporary Taxiway Removal/Restoration — per lump sum Item P -401 -8.7 Haul Route Pavement Repair — per lump sum TESTING REQUIREMENTS ASTM C 29 Bulk Density ( "Unit Weight") and Voids in Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75 gm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 Specific Gravity and Absorption of Coarse Aggregate Renton Municipal Airport P- 401 -27 Taxiway B System Rehabilitation — South Portion Reconstruction 1- 12/2011 AC 150 /5370 -1OF (NOTICE F -1) �. ASTM C 131 Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling and the Amount of Testing of Hydraulic Cement ASTM C 566 Total Evaporable Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 979 Sampling Bituminous Paving Mixtures ASTM D 995 Mixing Plants for Hot -Mixed Hot -Laid Bituminous Paving Mixtures ASTM D 1073 Fine Aggregate for Bituminous Paving Mixtures ASTM D 1188 Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin - Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Estimating Degree of Particle Coating of Bituminous- Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Methods ASTM. D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 3665 Random Sampling of Construction Materials ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4791 Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate Renton Municipal Airport P -401 -28 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D 5444 Mechanical Size Analysis of Extracted Aggregate ASTM D 6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D 6926 Preparation of Bituminous Specimens Using MARSHALL Apparatus ASTM D 6927 MARSHALL Stability and Flow of Bituminous Mixtures ASTM E 11 Wire -Cloth Sieves for Testing Purposes ASTM E 178 Dealing with Outlying Observations ASTM E 1274 Measuring Pavement Roughness Using a Profilograph AASHTO T 30 Mechanical Analysis of Extracted Aggregate AASHTO T 110 Moisture or Volatile Distillates in Bituminous Paving Mixtures The Asphalt Institute's Manual No. 2 (MS -2) Mix Design Methods for Asphalt Concrete MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Penetration Graded Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity- Graded Asphalt Cement for Use in Pavement Construction ASTM D 4552 Classifying Hot -Mix Recycling Agents AASHTO M320 Performance Graded Asphalt Binder END OF ITEM P -401 Renton Municipal Airport P- 401 -29 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM P -501 PORTLAND CEMENT CONCRETE PAVEMENT .DESCRIPTION 501 -1.1 GENERAL. The work set forth in this section consists of the Contractor's preparation and submittal of an appropriate concrete mix design, including the Contractor's options with respect thereto, discussion of appropriate equipment for use by the Contractor, and the placement of pavement composed of Portland cement concrete, with reinforcement and without reinforcement, constructed on a prepared underlying surface in accordance with these specifications and which shall conform to the lines, grades, thickness, and typical cross sections shown on the plans. It is the intention of this Section P -501 that all concrete placed shall be in accordance with good construction practices and meet or exceed all standards for quality and durability of airfield pavements of the highest quality. Section headings used in this Section P -501 or any other part of this Contract are for convenience only and shall not be used in the interpretation of this Section P -501 or any other section or subsection of this Contract so as to indicate that phrases or clauses describing standards, tests, equipment, workmanship, material descriptions, characteristics or results to be achieved are confined to the Section heading under which they appear. Any requirement appearing in one location shall be as binding as if appearing in all. It is the intention of this Contract that the work will result in an end concrete product which is dense, homogeneous, without segregation, and which is of the highest quality to meet or exceed all standards of quality in the industry and of the government, with a durability of at least 20 years. MATERIALS 501 -2.1 AGGREGATES. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali - aggregate reactivity in accordance with ASTM C 1260. The laboratory conducting the tests shall be accredited under ASTM C 1077. Fine and coarse aggregates shall be evaluated separately in accordance to ASTM C 1260. In addition, each aggregate source shall be evaluated separately. Test results that have a measured expansion of less than 0.10 percent at 28 days meet the requirements of these specifications. Should any of the test data indicate an expansion of greater than 0.10 percent, the aggregates shall be rejected or additional testing by the Contractor utilizing ASTM C 1567 shall be performed. ASTM C 1567 shall be used to include one of the three options (or approved combination of the options) below for each individual fine and course aggregate. The test requires at least one comparator reading every 3 or 4 days and a comparator reading at 28 days after the zero reading. The report shall include a graph of percent length change data at each reading from the time of the zero reading to the end of the 28 -day period. (1) Proportioning of Mortar. Utilize the Contractor's proposed low- alkali Portland cement and Class "F" flyash in combination for the test proportioning. The laboratory shall use 1 part of cementitious materials (the Contractor's proposed percentage of Portland cement plus flyash) to 2.25 parts of graded aggregate. Use a water - cementitious materials ratio equal to 0.47 by mass. The cementitious material combination shall be determined that will meet all the requirements of Renton Municipal Airport P -501 -1 Taxiway B System Rehabilitation - South Portion Reconstruction i 12/2011 AC 150 /5370 -1OF (NOTICE F -1) these specifications and that which will lower the expansion to less 0.10 percent at 28 days for each individual aggregate. Class "F" flyash shall, be used at a minimum rate of 20 percent of the total cementitious material by mass. (2) Proportioning of Mortar. Utilize the Contractor's proposed low - alkali Portland cement and ground granulated blast furnace (GGBF) slag cement in combination for the test proportioning. The laboratory shall use 1 part of cementitious materials (the Contractor's proposed percentage of Portland cement plus GGBF slag) to 2.25 parts of graded aggregate. Use a water - cementitious materials ratio equal to 0.47 by mass. The cementitious material quantity shall be that which will meet all the requirements of these specifications and that which will lower the expansion to less than 0.10 percent at 28 days for each individual aggregate. (3) Proportioning of Mortar. Utilize a high - alkali Portland cement (0.9% total alkali ± 0.1 %) and a lithium nitrate admixture. The lithium nitrate admixture may be used in combination with either Class "F" flyash, Class N pozzolan, or ground granulated blast furnace (GGBF) slag, at a dosage rate as recommended by the supplier. If Lithium Nitrate is being evaluated, with or without the supplemental cementitious materials, the testing shall be in accordance with COE CRD -C 662. b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 6 of ASTM C 33. The amount of deleterious material in the fine aggregate shall not exceed the following limits by mass: Material Percentage by Mass Clay lumps and friable particles ASTM C 142 1.0 Material finer than 0.075 mm (No. 200 sieve) ASTM C 117 3.0 Lightweight particles ASTM C 123 using a medium with a density of 2.0 Mg /cubic meter (Sp. Gr. of 2.0)) 0.5 Total of all above 3.0 Table 1. Gradation for Fine Aggregate (ASTM C 33) Sieve Designation (Square Openings) Percentage by Weight Passing Sieves 3/8 in. 100 No. 4 95 -100 No. 8 80 -100 No. 16 50 -85 No. 30 25 -60 No. 50 10 -30 No. 100 2 -10 c. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM C 33. Gradation, within the separated size groups, shall meet the requirements of Table 2 when tested Renton Municipal Airport P -501 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 in accordance with ASTM C 136. When the nominal maximum size of the aggregate is _greater than 1 in, the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air - cooled blast furnace slag, crushed recycled concrete pavement, or a combination thereof. The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances contained in ASTM C 33, Class 5S. Dust and other coating shall be removed from the aggregates by washing. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. The percentage of wear shall be no more than 40 percent when tested in accordance with ASTM C 131 or ASTM C 535. Table 2. Gradation For Coarse Aggregate (ASTM C 33) Sieve Designations (square openings) Per by Weight Passing Sieves in 2-1/2 -- 2 -- 1-1/2 -- 1 100 3/4 90-100 1/2 -- 3/8 20-55 No.4 0-10 No.8 0 -5 Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history of D- cracking shall not be used. Prior to approval of mixture design and production of Portland cement concrete the Contractor shall submit written certification that the aggregate does not have a history of D- Cracking and that the aggregate meets the specified State requirements. (1) Other sources of crushed stone aggregate shall be approved if the durability factor as determined by ASTM C 666 is greater than or equal to 95 and all other quality test requirements within these specifications are fulfilled. The FAA will consider and reserves final approval of other State classification procedures. (2) Crushed gravel and sand - gravel aggregates shall not be required to meet freeze -thaw durability ratings. These aggregates shall be approved for use in concrete by the state highway agency in the state from which the aggregate originates and the state in which they are to be used and shall meet all other criteria within these specifications. Renton Municipal Airport P -501 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 501 -2.2 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type III. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. Only cements containing less than 0.6% equivalent alkali or cements that can demonstrate a positive reduction in the expansion created by alkali - silica reactions shall be used. 501 -2.3 CEMENTITIOUS MATERIALS. a. Flyash or Natural Pozzolan. Flyash shall meet the requirements 'of ASTM C 618, Class F or N with the exception of loss of ignition, where the maximum shall be less than 6 percent. The following tests in Supplementary Optional Physical Requirements of Table 3 contained in ASTM C 618 shall apply: Select the appropriate tests when project specific conditions or exposures dictate (Increase of drying shrinkage of mortar bar); (Effectiveness in Contributing to Sulfate Resistance Procedure A) or (Effectiveness in Contributing to Sulfate Resistance Procedure B). Select either sulfate resistance test, but not both. Class F or N flyash for use in mitigating alkali - silica reactivity shall have a Calcium Oxide (CaO) content of less than 13 percent and a total equivalent alkali content less than 3 percent. Flyash such as is produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C -618 reports for each source of flyash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer. b. Blast Furnace Slag (Slag Cement). Ground Granulated Blast Furnace (GGBF) slag shall conform to ASTM C 989, Grade 100 or 120. GGBF shall be used only at a rate between 25 and 55 percent of the total cementitious material by mass. 501 -2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints is not allowed on this project. 501 -2.5 JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the requirements of Specification Item P -605. 501 -2.6 STEEL REINFORCEMENT. Reinforcing shall conform to the requirements of ASTM 706. 501 -2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615 or ASTM A 996, except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. Dowel bars shall be plain steel bars conforming to ASTM A 615 or ASTM A 966 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714, Class 2, Type S, Grade I, II or III, Bare Finish. Before delivery to the construction site each dowel bar shall be painted with one coat of paint conforming to MIL- DTL- 24441/20A. SSPC Paint 5 or SSPC Paint 25. Metal or plastic collars shall be full circular device supporting the dowel until the epoxy hardens. Renton Municipal Airport P -501 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 1 t 12/2011 AC 150 /5370 -1OF (NOTICE F -1) The sleeves for dowel bars used in expansion joints shall be metal or other type of an approved design to cover 2 to 3 inches of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. 501 -2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501 -2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: a. Liquid membrane - forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B, or Class A if wax base only. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. c. White burlap - polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501 -2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air - Entraining Admixtures. Air - entraining admixtures shall meet the requirements of ASTM C 260 and shall consistently entrain the air content in the specified ranges under field conditions. The air - entrainment agent and any water reducer admixture shall be compatible. b. Chemical Admixtures. Water - reducing, set retarding, and set - accelerating admixtures shall meet the requirements of ASTM C 494, including the flexural strength test. 501 -2.11 EPDXY - RESIN. Epoxy -resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM C 881, Type I, Grade 3, Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 °F. 501 -2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. Renton � Municipal Airport P -501 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 MIX DESIGN AC 150 /5370 -1OF (NOTICE F -1 501. -3.0 MIX DESIGN. The mix design for all Portland Cement Concrete to be placed under this Section P -501 shall be prepared and tested by a qualified laboratory and shall be certified by the stamp or seal of the responsible professional retained by the Contractor who is in charge of and responsible for the mix design. Certification shall constitute a warranty that the materials selected and the proportions proposed by the Contractor are in full compliance with this Section P -501 and when properly placed with good workmanship and appropriate construction means, methods, and techniques as specifically contemplated by the Contractor under this AIP Contract, will result in a concrete meeting or exceeding the requirement of the specifications and of the finished product after taking into account all of the conditions associated with such. compliance, including the requirement, if any, for grooving of the pavement surface in order to obtain a skid -free surface. The inclusion of specific aggregates, cement, additive or other allowed materials within this section shall not require the use of any specific material. The selection of materials and proportions is for the Contractor and its certifying professional to determine in order to achieve the requirements set forth herein, including but not limited to the requirements of Section P- 501 -5.2. No work shall be placed until the mix design has been submitted to the Engineer for review and the Engineer has reviewed and taken appropriate action with respect thereto. The Engineer's review shall be for the limited purpose of checking whether the materials selected by the Contractor and certifying professional are permitted or allowed in this section and shall not relieve the Contractor and certifying professional of the responsibility to select and proportion the materials chosen so as to achieve the intent of this Section P -501, which is to require the placement of a completed pavement that in all respects meets the highest standards and requirements for rigid concrete pavements of the highest quality. The Engineer's review shall not indicate acceptance or approval of the material proportions or of the specific interactions of such materials as proportioned or of the Contractor's selected means, methods, techniques, sequences, or procedures, all of which remain the responsibility of the Contractor. Approval by the Engineer of specific materials as complying with this Section shall not indicate a representation that the materials and proportions selected will result in an acceptable completed pavement. The responsibility for such assurance remains that of the Contractor and its certifying professional. Certification by the Contractor's mix design professional shall be a specific warranty that such professional, in determining the materials and proportions, has considered the appropriateness thereof for use with the specific equipment and means and methods intended for use by the Contractor. 501 -3.1 PROPORTIONS. Concrete shall be designed to achieve a 28 -day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501 -5.2 for a flexural strength of 650 psi. The mix shall be designed using the procedures contained in Chapter 9 of the Portland Cement Association's manual, "Design and Control of Concrete Mixtures ". The Contractor shall note that to ensure that the concrete actually produced will meet or exceed the acceptance criteria for the specified strength, the mix design average strength must be higher than the specified strength. The amount of overdesign necessary to meet specification Renton Municipal Airport P -501 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -10F (NOTICE F -1) requirements depends on the producer's standard deviation of flexural test results and the accuracy that that value can be estimated from historic data for the same or similar materials. The minimum cementitious material (cement plus flyash, or GGBFS) shall be 564 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.40 by weight. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, flyash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least 10 days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the Engineer. Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. Flexural strength test specimens shall be prepared in accordance with ASTM C 192 and tested in accordance with ASTM C 78. The mix determined shall be workable concrete having a slump for side -form concrete between 1 and 2 inches as determined by ASTM C 143. For vibrated slip - form concrete, the slump shall be between 1/2 inch and 1 1/2 inches. 501 -3.2 CEMENTITIOUS MATERIALS. a. Flyash. Flyash may be used in the mix design. When flyash is used as a partial replacement for cement, the minimum cement content may be met by considering Portland _ cement plus flyash as the total cementitious material. The replacement rate shall be determined from laboratory trial mixes, but shall be between 20 and 30 percent by weight of the total cementitious material. If flyash is used in conjunction with ground granular blast furnace slag the maximum replacement rate shall not exceed 10 percent by weight of total cementitious material. b. Ground Slag. Ground blast - furnace slag may be used in a mix design containing Type I or Type II cement. The slag, or slag plus flyash if both are used, may constitute between 25 to 55 percent of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 557 the percent slag shall not exceed 30 percent by weight. 501 -3.3 ADMIXTURES. a. Air- Entraining. Air - entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mix air- entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 6.0% ± 1.0 %. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. Renton Municipal Airport P -501 -7 p YP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011., AC 150 /5370 -10F (NOTICE F -1 b. Chemical. Water- reducing, set - controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. 501 -3.4 CONCRETE MIX DESIGN LABORATORY. The Contractor's laboratory used to develop and certify the concrete mix design shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. CONSTRUCTION METHODS 501 -4.0 GENERAL. The selection of equipment and the means, methods, techniques, and sequences necessary to achieve finished pavement meeting or exceeding the requirements of this Section P -501 shall be the responsibility of the Contractor. The Contractor may propose any combination of equipment and means and methods which in the opinion of the Contractor will be enable it to achieve the required results whether such equipment, means, and methods are listed in this Section or not. Equipment referenced in this section is included based on the experience of the Engineer on similar projects and is not an indication that use of such equipment on the work required under this AIP Contract is required or will result in an acceptable finished product. Approval of the Contractor's selected equipment shall not indicate an approval of the Contractor's means, methods, techniques, or sequences, which remain the responsibility of the Contractor, and does not constitute or indicate a review of the operating condition of the equipment or the skill, training, or capabilities of the Contractor's operators or work force. 501 -4.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer as to design, capacity, and mechanical condition. However, operation of the equipment as well as training and supervision of the persons operating the equipment remain at all times with the Contractor. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. b. Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. Renton Municipal Airport P -501 -8 Taxiway B System Rehabilitation — South Portion Reconstruction r 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C 94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. c. Finishing Equipment. The standard method of constructing concrete pavements and a standard for acceptance shall be with an approved slip -form paving equipment designed and skillfully operated so as to spread, consolidate, screed, and float -finish the freshly placed concrete in one complete pass of the machine, such that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver- finisher shall be a heavy duty, self - propelled machine designed specifically for paying and finishing high quality concrete pavements. It shall weigh at least 2,200 lbs. per foot of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. On projects requiring less than 500 square yards of cement concrete pavement or requiring individual placement areas of less than 500 square yards, or irregular areas at locations inaccessible to slip - form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. Hand screeding and float finishing may only be utilized on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025 -0.05 inch. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of ACI 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309, Guide for Consolidation of Concrete. e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. L Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet in length. Forms shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100 -foot radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built -up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and the upstanding leg shall not vary more than '/ inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -501 -9 12/2011 AC 150 /5370 -10F (NOTICE F -1) secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized, self - propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501 -4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501 -4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. 501 -4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL -IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and Renton Municipal Airport P- 501 -10 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150/5370 -1OF (NOTICE F -1) operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501 -4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed, and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12.hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 501 -4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non - agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non - agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water /cementitious ratio specified in the approved mix design is not exceeded, and approved by the Engineer. 501 -4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, . or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from Renton Municipal Airport P -501 -11 p iP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) artificial heat reaches 40 °F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 °F. The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 °F at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 °F. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 °F, the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90 °F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium. If necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which takes into consideration relative humidity, wind velocity, and air temperature. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. c. Temperature Management Program. Prior to the start of paving operation for each day of paving, the contractor shall provide the engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: 1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. 2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity. 3) Anticipated timing of initial sawing of joint. 501 -4.8 PLACING CONCRETE. The Contractor has the option of placing the concrete with either side (fixed) forms or slip - forms. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet. Regardless of the manner of placing the concrete, the finished concrete product must be dense and homogeneous, without segregation and conforming to the standards set forth in this Renton Municipal Airport P- 501 -12 Taxiway B System Rehabilitation — South Portion Reconstruction 1 1 1 1 1 1 1 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Contract. Backhoes and Grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used unless the contractor demonstrates that they can be used without contaminating the concrete and base course and it is approved by the Engineer. Concrete shall reach a flexural strength of 550 psi within a 2 -day period following placement and a flexural strength of 650 psi within a 4 -day period following placement. Hauling equipment or other mechanical equipment can be permitted on newly constructed concrete pavement when the concrete strength reaches a flexural strength of 550 psi, based on the average of four field cured specimens per 500 square yards of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. a. Slip -Form Construction. The concrete shall be distributed uniformly into final position by a self propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches for slipform and at the end of the dowels for the fill -in lanes. The spacing of internal units shall be uniform and shall not exceed 18 in. The term internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least 1 ft. The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible. And all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge. Renton Municipal Airport P- 501 -13 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) b. Side -Form Construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used. Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build -up is attached to the top of metal forms, the build -up shall also be metal. Width of the base of all forms shall be equal to at least 80 percent of the specified pavement thickness. Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms. Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them. Concrete shall be spread, screeded, shaped and consolidated by one or more self - propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than 1 ft from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. Renton Municipal Airport P- 501 -14 Taxiway B System Rehabilitation — South Portion Reconstruction I 1 r t 1 1 1 1 1 1 12/2011 AC 150 /5370 -10F (NOTICE F -1) The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. e. Consolidation Testing. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. If a lack of consolidation of the concrete is suspected by the Engineer, additional referee testing may be required. Referee testing of hardened concrete will be performed by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made based on the water content of the core as taken. ASTM C 642 shall be used for the determination of core density in the saturated- surface dry condition. Referee cores will be taken at the minimum rate of one for each 500 cubic yards of pavement, or fraction thereof. The average density of the cores shall be at least 97 percent of the original mix design density, with no cores having a density of less than 96 percent of the original mix design density. Failure to meet the above requirements will be considered as evidence that the minimum requirements for vibration are inadequate for the job conditions, and additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete as indicated by further referee testing shall conform to the above listed requirements. 501 -4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire - brushed test specimen are not less than the applicable ASTM specification requirements. 501 -4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than %2 inch from their designated position and shall be true to line with not more than 1/4 inch variation in 10 feet. The surface across the joints shall be tested with a 10 -foot straightedge as the joints are finished and any irregularities in excess of 1/4 inch shall be corrected before the Renton Municipal Airport P- 501 -15 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be slip - formed or formed against side forms with or without keyways, as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch wide and to the depth shown on the plans. c. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Keyways. Keyways (only female keys permitted) shall be formed in the plastic concrete by means of side forms or the use of keyway liners that are inserted during the slip -form operations. The keyway shall be formed to a tolerance of 1/4 inch in any dimension and shall be of sufficient stiffness to support the upper keyway flange without distortion or slumping of the top of the flange. The dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch from the mid -depth of the pavement. Liners that remain in place permanently and become part of the keyed joint shall be made of galvanized, copper clad, or of similar rust - resistant material compatible with plastic and hardened concrete and shall not interfere with joint reservoir sawing and sealing. e. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. When slip - form operations call for tie bars, two -piece hook bolts can be installed in the female side of the Renton Municipal Airport P- 501 -16 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) keyed joint provided the installation is made without distorting the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the keyway liner only on the female side of the joint. In no case shall a bent tie bar installation for male keyways be permitted. L Dowel bars. Dowel bars or other load - transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as. shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load - transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the. ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. The portion of each dowel painted with rust preventative paint, as required under paragraph 501 -2.7 and shown on the plans to receive a debonding lubricant, shall be thoroughly coated with asphalt MC -70, or an approved lubricant, to prevent the concrete from bonding to that portion of the dowel. Where butt -type joints with dowels are designated, the exposed end of the dowel shall be oiled. ■ Dowel bars at contraction joints may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum permissible alignment tolerances. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation. All devices used for the installation of expansion joints shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the pouring and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. n i Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501- 5.2e(6). During the concrete placement operation, it is advisable to place plastic concrete directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. Grout disks may be necessary to retain the grout in the hole until it hardens. Any dowels with voids in the grout shall be cut off and a new dowel installed next to it. When concrete is placed using slip -form pavers, dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/8 inch to 1/4 inch greater in diameter than the dowel or tie bar shall be drilled with rotary -type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary -type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be Renton Municipal Airport P- 501 -17 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be installed less than 6 inches from a transverse joint and shall not interfere with dowels in the transverse direction. h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501 -4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Early -entry saws may be used, subject to demonstration and approval of the Engineer. No change to the sawcut depth shall be permitted; however the total cut depth can be accomplished on a two -step process but within 24 hours of placement. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. Curing compound, if being used as the cure type, shall be reapplied in the initial sawcut and maintained for the remaining cure period. Curing compound shall not be applied, and used as the cure method, to any final concrete face that is to receive a sealant. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. 501 -4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be the strike -off, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted. b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load- transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501- 4.8.a. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches from the joint. Segregated concrete shall be removed from the front of and off the joint; and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give to proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other Renton Municipal Airport P- 501 -18 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1 variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be a least 2 feet longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of suitable vibrators. e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long - handled floats shall not be less than 12 feet in length and 6 inches in width, stiffened to prevent flexibility and warping. The float shall be operated from foot bridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one -half the length of the float. Any excess water or laitance in excess of 1/8 inch thick shall be removed and wasted. (2) Mechanical method. The Contractor may use a machine composed of a cutting and smoothing floats, suspended from and guided by a rigid frame and constantly in contact with, the side forms or underlying surface. If necessary, long - handled floats having blades not less than 5 feet in length and 6 inches in width may be used to smooth and fill in open - textured areas in the pavement. When the crown of the pavement will not permit the use of the mechanical float, the surface shall be floated transversely by means of a long - handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance in excess of 1/8 inch thick shall be removed and wasted. Successive drags shall be lapped one -half the length of the blade. L Straight -edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16 -foot straightedge swung from handles 3 feet longer than one -half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one -half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed Renton Municipal Airport P- 501 -19 Taxiway B System Rehabilitation South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501- 5.2e(3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long - handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 501 -4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the Engineer. a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of 1 inch in depth. b. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a textured surface, the transverse threads of the burlap shall be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 inch in depth. c. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85 inch -long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 inch in depth. 501 -4.13 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7 -day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. When a two - sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. Renton Municipal Airport P- 501 -20 Taxiway B System Rehabilitation — South Portion Reconstruction � I � -1 � I 12/2011 AC 150 /5370 -1OF (NOTICE F -1) a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 150 sq ft. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to insure coverage. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. The use of flyash or set - retarding admixtures may delay the occurrence of bleed water. Curing shall be applied after the bleed water is gone from the surface. b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 7 days after the concrete has been placed. c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly saturated prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 7 days after the concrete has been placed. d. White Burlap - Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for 7 days after the concrete has been placed. (1) Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 °F for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. e. Water Method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without Renton Municipal Airport P- 501 -21 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 excessive runoff. The material shall be kept wet at all times and maintained for 7 days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase." 501 -4.14 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501 -4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501- 5.2(f). 501 -4.15 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P -605. 501 -4.16 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. Damaged pavements shall be removed and replaced at the Contractor's expense. Slabs shall be removed to the full depth, width, and length of the slab. The Engineer may evaluate the damage to determine if diamond grinding can correct the surface and provide the required smoothness, grade, and thickness required by the contract. All embedments in the pavement surface shall be made by diamond coring or sawing in a manner that will not chip or spall the surface. 501 -4.17 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 5501b /sq in when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. The pavement shall be cleaned before opening for normal operations. 501 -4.18 REPAIR, REMOVAL, REPLACEMENT OF SLABS. a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as specified hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth and full width of the slab and the limit Renton Municipal Airport P- 501 -22 Taxiway B. System Rehabilitation — South Portion Reconstruction 1 1 12/2011 AC 150 /5370 -10F (NOTICE F -1) of removal shall be normal to the paving lane and to each original joint. The Engineer will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4 -inch diameter, shall be drilled by the Contractor, and shall be filled by the Contractor with a well - consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C 881, Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one - eighth (1 /8t') inch of the pavement surface. b. Shrinkage Cracks. Shrinkage cracks, which do not exceed 4 inches in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the Engineer. Shrinkage cracks, which exceed 4 inches in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c. c. Slabs With Cracks through Interior Areas. Interior area is defined as that area more than 6 inches from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the owner, when there are any full depth cracks, or cracks greater than 4" in depth, that extend into the interior area. d. Cracks Close To and Parallel To Joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 in either side of the joint shall be treated as specified hereinafter. Any crack extending more than 6 inches from the joint shall be treated as specified above in subparagraph "Slabs With Cracks Through Interior Area." (1) Full Depth Cracks Present, Original Joint Not Opened. When the original uncracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inch, plus or minus 1/16 inch,. and to a width of 5/8 inch, plus or minus 1/8 inch. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. Renton Municipal Airport P- 501 -23 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (2) Full Depth Cracks Present, Original Joint Also Cracked. At a joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack. shall be removed and replaced for the full lane width and length. e. Removal and Replacement of Full Slabs. Where it is necessary to remove full slabs, unless there are keys or dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If keys, dowels, or tie bars are present along any edges, these edges shall be sawed full depth 24 inches from the edge if only keys are present, or just beyond the end of the dowels or tie bars if they are present. These joints shall then be carefully sawed on the joint line to within 1 inch of the depth of the dowel or key. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along keyed or doweled edges shall be carefully broken up and removed using light, hand -held jackhammers, 30 lb or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or keys or to concrete to remain in place. The joint face below keys or dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12 -foot straightedge. No mechanical impact breakers, other than the above hand -held equipment shall be used for any removal of slabs. If underbreak between 1 -1/2 and 4 inches deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over 4 inches deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels, tie bars, or keys on an edge, or where they have been damaged, dowels of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All 4 edges of the new slab shall thus contain dowels or original keys or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re- compacted and shaped as specified in the appropriate SECTION of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. L Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least 1 inch outside the spalled area and to a depth of at least 2 inches. Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inches of visually sound Renton Municipal Airport P- 501 -24 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) concrete. The cavity thus formed shall be thoroughly cleaned with high- pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff - bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. in size, and mortar shall be used for the smaller ones. Any spall less than 0.1 cu. ft. shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140 °F at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond - breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. Repair of spalls as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one - eighth (1 /8th) inch of the pavement surface. 501 -4.19 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. a. Removal of Existing Pavement Slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, unless there are dowels or keys present, the joint between the removal area and adjoining pavement to stay in place, including dowels, tie bars or keys, shall first be cut full depth with a standard diamond -type concrete saw. If keys or dowels are present at this joint, the saw cut shall be made full depth 6 inches from the joint if only keys are present, or just beyond the end of dowels if dowels are present. The edge shall then be carefully sawed on the joint line to within 1 inch of the top of the dowel or key. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches from the joint and at least 12 inches from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand- held jackhammers, 30 lb. or less, or the approved light -duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. Where dowels or keys are present, care shall be taken to produce an even, vertical joint face below the dowels or keys. If the Contractor is unable to produce such a joint face, or if Renton Municipal Airport P- 501 -25 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 underbreak or other distress occurs, the Contractor shall saw the dowels or keys flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing dowels and Tie -bars. All this shall be at no additional cost to the Owner. Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing Dowels and Tie Bars ". The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inch and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12 -foot straightedge. b. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner; repair of previously existing damage areas will be considered a subsidiary part of concrete pavement construction. (1) Spall Repair. Spalls shall be repaired where indicated and where directed. Repair materials and procedures shall be as previously specified in subparagraph "Repairing Spalls Along Joints." (2) Underbreak Repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. (3) Underlying Material. The underlying material adjacent to the edge of an under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph " Underbreak Repair." The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. MATERIAL ACCEPTANCE 501 -5.1 ACCEPTANCE SAMPLING AND TESTING. Acceptance testing and sampling as provided in this section is for the purposes of determining the Contractor's right to periodic payments for completed work on an interim basis. Acceptance hereunder does not indicate final acceptance and is without prejudice to the right of the Engineer and Sponsor to revoke any previously extended acceptance for any reason set forth herein, including the overall .failure of the completed pavement to present a competent and durable pavement placed and resulting in a finished pavement meeting in all respects and regards the highest standards applicable to durable rigid concrete pavements for use in airfield and runway applications. Contractor acknowledges that concrete meeting these material acceptance criteria may not otherwise be acceptable due to conditions such as lack of consolidation, lack of homogeneous quality, lack of density, lack of Renton Municipal Airport P- 501 -26 Taxiway B System Rehabilitation — South Portion Reconstruction i 12/2011 AC 150 /5370 -1OF (NOTICE F -1) durability or otherwise and the acceptance criteria in this section are not exclusive as to the final acceptance or quality of the concrete. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section with the exception of coring for thickness determination, will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of a day's production not to exceed 500 square yards. a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension; height, depth, and length, at the mid -point of the specimen and reported to the nearest 1 /10'' in. The weight of the specimen shall be reported to the nearest 0.1 pound. The sample unit weight shall be calculated by dividing the sample weight by the calculated volume of the sample. This information shall be reported as companion information to the measured flexural strength for each specimen. The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated lime water method. Slump, air content, and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples, per ASTM C 31. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams on site. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60 'to 80 °F, and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501 -5.2b. Renton iP Municipal Airport P- 501 -27 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 b. Pavement Thickness. AC 150 /5370 -10F (NOTICE F -1) (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501 -5.2c. c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, n =5 or n =6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. 501 -5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). All pavement in its in -place completed condition shall in addition to the foregoing represent concrete pavement of the highest quality and shall be dense and homogenous and of a uniform consistency throughout with non - segregated, evenly distributed aggregate throughout all sections of the pavement. A top surface which is deficient in an even and uniform distribution of coarse Renton Municipal Airport P- 501 -28 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) aggregate to a depth greater than 1/8h inch shall not be acceptable and shall cause rejection of any panel in which such condition occurs. Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501- 5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501- 5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501- 5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501- 5.2e(4). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Flexural Strength. Acceptance of each lot of in -place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Pavement Thickness. Acceptance of each lot of in -place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for flexural strength and thickness shall be: Lower Specification Tolerance Limit (L) Flexural Strength 0.93 x strength specified in paragraph 501 -3.1 Thickness Lot Plan Thickness in inches,- 0.50 in e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501 -8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501 -8.1. (3) Smoothness. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16 -foot straightedge (provided by the Contractor) or other specified device. Surface smoothness deviations shall not exceed 1/4 inch from a 16 -foot straightedge placed in any direction, including placement along and spanning any pavement joint edge. Areas in a slab showing high spots of more than 1/4 inch but not exceeding 1/2 inch in 16 feet shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch or less. Where the departure from correct cross section exceeds 1/2 inch, the pavement shall be removed and replaced at the expense of the Renton YP Municipal Airport P- 501 -29 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Contractor when so directed by the Engineer. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inch wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Records shall be maintained showing all smoothness measurements. (4) Grade. Grade shall be evaluated on the first day of placement and then every 5 days or less so adjustments can be made to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The Engineer must compare the surveyed grades with the grades shown on the contract drawings and document the analysis. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot at any point. Vertical survey shall be conducted on the high point of each joint intersection and compared to the plan elevations to determine the vertical deviation. The finished grade of each lot will be determined by running levels at all joint intersections to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying, which shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. When more than 15 percent of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/ inch or more from planned grade, the Contractor shall remove and replace the deficient slabs to the full width, length, and depth of the slab. Patching shall not be permitted. Isolated high points may be ground off provided that the course thickness is not greater than '/ inch deficient in the design thickness. (5).Edge Slump. When slip -form paving is used, not more than 15 percent of the total free edge of each 500 -foot segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch, and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch. (The total free edge of 500 feet of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet of paving lane originally constructed as a separate lane will have 1,000 feet of free edge, 500 feet of fill -in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. Renton Municipal Airport P- 501 -30 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (6) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/4 inch per foot of a dowel bar. Vertical alignment of dowels shall be measured parallel to the designed top surface of the pavement, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes, shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501 -4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in accordance with paragraph 501 -4.19 of this specification. g. Final Acceptance and Payment. Final acceptance and payment shall be determined based on a combination of the foregoing factors and such other tests and criteria as shall be necessary to determine before final acceptance and payment that the in -place concrete pavement meets all requirements set forth in this section and the Contract as a whole and represents concrete pavement of the highest quality as required herein. Such additional testing may include but is not limited to petrographic examination conducted pursuant to ASTM C 856. Any one or any combination of the following factors in addition to the acceptance criteria set forth herein shall be sufficient cause for precluding final acceptance and rescission of prior interim acceptance: 1. Concrete which evidences aggregate loss with any risk of foreign object debris (FOD) shall be considered unacceptable. The tolerance for FOD generation shall be considered zero. 2. Concrete which is not of a uniform consistency and/or presents segregation or does not demonstrate even distribution of coarse and fine aggregate particles shall be considered unacceptable. 3. Concrete which is cracked, spalled, raveled, or torn shall be considered unacceptable unless it is in the sole judgment of the Engineer repairable as set forth herein. CONTRACTOR QUALITY CONTROL 501 -6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including but not limited to: a. Mix Design b. Aggregate Gradation c. Quality of Materials d. Stockpile Management e: Proportioning f. Mixing and Transportation g. Placing and Consolidation h: Joints Renton Municipal Airport P- 501 -31 p rP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) i. Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing 1. Surface Smoothness 501 -6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, air content, and flexural strength at 2 -day and 4 -day cure periods. The Contractor's flexural strength sampling, testing, and curing shall meet the requirements in P- 501 -5.1a. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine Aggregate. (1) Gradation. A sieve analysis shall be made at .least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. If an electronic moisture meter is used, a control chart shall be produced indicating moisture readings and calibration reports entered for the project records. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 566. If an electronic moisture meter is used, a control chart shall be produced indicating moisture readings and calibration reports entered for the project records. c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501 -5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. d. Air Content. Four air content tests, shall be performed for each lot of material produced in accordance with the lot size defined in Section 501 -5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate, from material randomly Renton Municipal Airport P- 501 -32 Taxiway B System Rehabilitation — South Portion Reconstruction i 12/2011 AC 150 /5370 -10F (NOTICE F -1 sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. e. Four unit weight and yield tests shall be made in accordance with ASTM C 138. The samples shall be taken in accordance with ASTM C 172 and at the same time as the air content tests. 501 -6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. I F1 I 11 CONTROL CHART LIMITS Control Parameter Individual Measurements Range Suspension Limit (between 2 consecutive tests Action Limit Suspension Limit Slip Form: Slump 0 to 1.5 inch 0 to 2.0 inch 1.5 inch Air Content 1.2% 1.8% 2.5% Side Form Slump 0.5 to 2.0 inch 0 to 3.0 inch 1.5 inch Air Content ± 1.2% ± 1.8% ± 2.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency for the air content. 501 -6.4 CORRECTIVE ACTION. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a Renton Municipal Airport P- 501 -33 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Table 1 and Table 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate batcher and water batcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: range (1) one point falls outside the Suspension Limit line for individual measurements or OR (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air - entraining admixture whenever: range (1) one point falls outside the Suspension Limit line for individual measurements or OR (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air - entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501 -7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement as specified in- place, completed and accepted. BASIS OF PAYMENT 501 -8.1 PAYMENT. Payment for concrete pavement accepted on an interim basis shall be made at the contract unit price per square yard of either plain or reinforced pavement as specified adjusted in accordance with paragraph 501 -8.1 a subject to the limitation that: Such payment is on an interim basis and is subject to reversal in the event final acceptance is not achieved. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501 -8.1a for strength and thickness and 501 -8.1c for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under Table 3). Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. Renton Municipal Airport P -501 -34 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent. Table 3. Price Adjustment Schedule' Percentage of Materials Within Specification Limits Lot Pay Factor (Percent of Contract Unit Price) (PWL) 96-100 106 90-95 PWL + 10 75-90 0.5 PWL + 55 55-74 1.4 PWL — 12 Below 55 Reject2 1 Although it is theoretically possible to achieve a pay factor of 106 percent for each lot, actual payment in excess of 100 percent shall be subject to the total project payment limitation specified in paragraph 501 -8.1. 2 The lot shall be removed and replaced. However, the engineer may decide to allow the rejected lot to remain. In that case, if the engineer and contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501 -8.1. Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item P- 501 -8.1 a Portland Cement Concrete Pavement — per square yard TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 70 Surface Moisture in Fine Aggregate ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) Renton Municipal Airport P- 501 -35 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ASTM C 88 Test for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Hydraulic Cement Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement - Aggregate Combinations (Mortar -Bar Method) ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 289 Potential Alkali - Silica Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 114 Chemical Analysis of Hydraulic Cement ASTM C 535 Test for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 566 Total Evaporable Moisture Content of Aggregates by Drying ASTM C 642 Test for Density, Absorption, and Voids in Hardened Concrete ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C 1567 Standard Test Method for Determining the Potential Alkali - Silica Reactivity of Cementitious Materials and Aggregates (Accelerated Mortar -Bar Method ASTM D 3665 Random Sampling of Paving Materials Renton Municipal Airport P- 501 -36 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) rASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate ASTM E 178 Dealing With Outlying Observations ASTM E 1274 Test for Measuring Pavement Roughness Using a Profilograph in Concrete AASHTO T 26 Quality of Water to be Used U.S. ARMY Determining the Potential Alkali - Silica Reactivity of Combinations of CORPS OF Cementitious Materials, Lithium Nitrate Admixture and Aggregate ENGINEERS (Accelerated Mortar -Bar Method) (USAGE) COE CRD -C 662 (2009) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ' ASTM A 497 Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A 714 Specification for High - Strength Low -Alloy Welded and Seamless Steel Pipe ASTM A 996 Specification for Rail -Steel and Axle Steel Deformed Bars for Concrete Reinforcement ASTM C 33 Specification for Concrete Aggregates ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air - Entraining Admixtures for Concrete ASTM C 309 Specification for Liquid Membrane - Forming Compounds for Curing Concrete Renton Municipal p Airport P- 501 -37 � Taxiway B System Rehabilitation — South Portion Reconstruction 9 12/2011 AC 150/53,70-1 OF (NOTICE F -1) ASTM C.494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 881 Specification for Epoxy -Resin Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast - Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309 Guide for Consolidation of Concrete Department of (1999)_Paint, Epoxy - Polyamide, Green Primer, Formula 150, Type III Defense MIL -DTL- 24441 /20a END ITEM P -501 Renton Municipal Airport P- 501 -38 Taxiway B System Rehabilitation — South Portion Reconstruction ■ ' 12/2011 AC 150 /5370 -10F (NOTICE F -1) ITEM P -603 BITUMINOUS TACK COAT DESCRIPTION 603 -1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603 -2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer. Table 1. Bituminous Material. Type and Grade Specification Application Temperature Deg. F Emulsified Asphalt CSS -1 I ASTM D 2397 75 -130 CONSTRUCTION METHODS 603 -3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 °F. The temperature requirements may be waived, but only when so directed by the Engineer. ' 603 -3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor P equipment shall include a tachometer, pressure gauges, volume - measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self - powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the owner. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -603 -1 12/2011 AC 1.50 /5370 -10F (NOTICE F -1) 603 -3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and /or air blast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.10 gallons per square yard. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603 -3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each lot of bituminous material. The Engineer may use the local state DOT agency supplier certification program for approval instead of the test reports. The certifications shall not be interpreted as a basis of final acceptance. Samples may be taken and tested for verification by the Engineer when material is delivered to the site. 603 -3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603 -4.1 The bituminous material for tack coat shall be measured by the ton. Volume shall be corrected to the volume at 60 °F in accordance with Table IV 3 of the Asphalt Institute's Manual MS 6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. Renton Municipal Airport P -603 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 BASIS OF PAYMENT AC 150 /5370 -1OF (NOTICE F -1) 603.5 -1 Payment shall be made at the contract unit price per ton of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P- 603 -5.1 Bituminous Tack Coat -per ton MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables ASTM D 2028 Cutback Asphalt (Rapid -Curing Type) ASTM D 2397 Cationic Emulsified Asphalt Asphalt Institute Manual Asphalt Pocketbook of Useful Information (Temperature - MS-6 Table IV -3 Volume Corrections for Emulsified Asphalts) END OF ITEM P -603 Renton Municipal Airport P -603 -3 Taxiway B System Rehabilitation — South Portion Reconstruction ' 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM P -605 JOINT SEALING FILLER ' DESCRIPTION 605 -1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. MATERIALS ' 605 -2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of ASTM D 7116 Type III - Joint Sealants, Hot - Applied, Elastometric, Jet -Fuel- Resistant type, for Portland ' Cement Concrete Pavements. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. ' CONSTRUCTION METHODS 605 -3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the ' curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above 50 °F at the time of installation of the poured point sealing material. 605 -3.2 PREPARATION OF JOINTS. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. ' b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Sandblasting shall be accomplished in a minimum of two passes. ' One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 in from it. Upon completion of cleaning, the joints shall be blown out with compressed air free of oil and water. Only air compressors with operable oil and water traps shall ' be used to prepare the joints for sealing. The joint faces shall be surface dry when the seal is applied. 605 -3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: ' Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as ' shown on the plans and shall be both non - reactive and nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20 °F below the safe heating temperature. The safe heating temperature can Renton Municipal Airport P -605 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement, structures, and/or lighting fixtures, shall be removed immediately. The use of a backup material or bond breaker in the bottom of the joint to be filled is recommended to control the depth of the sealant, to achieve the desired shape factor, and to support the sealant against indentation and sag. Backup materials and bond breakers should be compatible with the sealant, should not adhere to the sealant, should be compressible without extruding the sealant, and should recover to maintain contact with the joint faces when the joint is open. Jute, paper, or other moisture absorbing material shall not be used for the backing material. The backing material shall be rubber, butyl rubber, or other approved material that will not react with the joint sealer and will not form a gas when the hot joint sealer is applied. METHOD OF MEASUREMENT 605 -4.1 Joint sealing is incidental to P -501 Portland Cement Concrete Pavement. BASIS OF PAYMENT 605 -5.1 Joint sealing material shall not be paid for directly but shall be considered a subsidiary obligation of the Contractor covered under P -501 Portland Cement Concrete Pavement. TESTING REQUIREMENTS ASTM D 412 Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM D 1644 Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel- Resistant Concrete Joint Sealer, Hot - Applied Elastic Type ASTM D 3406 Joint Sealants, Hot - Applied, Elastomeric -Type, for Portland Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hot - Applied, Elastometric, Jet -Fuel- Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot - Applied, Jet -Fuel- Resistant Type, for Portland Cement Concrete and Tar - Concrete Pavements ASTM D 5893 Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Renton Municipal Airport P -605 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Concrete Pavements ASTM D 6690 Joint and Crack Sealants, Hot - Applied, for Concrete and Asphalt Pavements FED SPEC SS -S- Sealants, Joint, Two - Component, Jet -Blast Resistant, Cold Applied 200E(2) END OF ITEM P -605 Renton Municipal Airport P -605 -3 Taxiway B System Rehabilitation — South Portion Reconstruction u C 77 LI d 0 0 [I 12/2011 AC 150 /5370 -1OF (NOTICE F -1 ITEM P -610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610 -1.1 This item shall consist of plain structural Portland Cement Concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610 -2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. a. Reactivity. Aggregates shall be tested for deleterious reactivity with alkalis in the cement, which may cause excessive expansion of the concrete. Separate tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 28 days (30 days from casting), the coarse or fine aggregates shall be accepted. If the expansion of any aggregate, coarse or fine, at 28 days is greater than 0.10 %, tests of combined materials shall be made in accordance with ASTM C 1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, does not exceed 0.10 % at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10 % at 28 days, or new aggregates shall be evaluated and tested. 610 -2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. Renton Municipal Airport P -610 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 610 -2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: Table 1. Gradation for Coarse Aggregate. Sieve Designation (square openings) Percentage by Weight Passim Sieves 2" 1 -1/2" 1" 3/4" 1/2" 3/8" No. 4 No. 4 to 3/4 in. No. 50 10 -30 100 90 -100 20 -55 0 -10 No. 4 to 1 in. 100 90 -100 25 -60 0 -10 No. 4 to 1 -1/2 in. 100 95 -100 35 -70 10 -30 0 -5 Table 2. Gradation for Fine Aggregate. Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 in 100 No. 4 95 -100 No. 16 45 -80 No. 30 25 -55 No. 50 10 -30 No. 100 2 -10 Blending will be.permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5 percent and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610 -2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610 -2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 - Type I, or II. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. Renton Municipal Airport P -610 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) ' 610 -2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalis, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610 -2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved ' by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material ' being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be flyash or raw or calcined natural pozzolans meeting the requirements of ASTM C 618, Class F or N with the exception of loss of ignition, where the maximum shall be less than 6 percent. Class F or N flyash for use in mitigating alkali - silica reactivity shall have a Calcium Oxide (CaO) content of less than 13 percent and a total equivalent alkali content less than 3 percent. Air - entraining admixtures shall meet the requirements of ASTM C 260. Air - entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water- reducing, set - controlling admixtures shall meet the requirements of ASTM C 494, Type A, water - reducing or Type D, water - reducing and retarding. Water- reducing admixtures shall be added at the mixer separately from air - entraining admixtures in accordance with the manufacturer's printed instructions. 610 -2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1752. 610 -2.8 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane - Forming Compounds for Curing ASTM C 309, Type 2 Concrete CONSTRUCTION METHODS 610 -3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as Renton Municipal Airport P -610 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610 -3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 in as determined by ASTM C 143. 610 -3.3 ACCEPTANCE SAMPLING AND TESTING. All quality control /acceptance testing shall be performed by a laboratory hired by the Contractor. The laboratory shall be accredited by a nationally recognized authority for all types of testing required within this specification. Testing results shall be furnished daily to the Engineer for determination of acceptance. Concrete will be accepted on the basis of the compressive strength specified in paragraph P- 610 -3.2. The concrete shall be sampled and tested at a frequency of 2 cylindrical test specimens for each day of concrete delivery to the project site. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. 610 -3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610 -3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610 -3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610 -3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 °F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 °F or more than 100 °F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. Renton Municipal Airport P -610 -4 Taxiway B System Rehabilitation — South Portion Reconstruction s f 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 610 -3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non - staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610 -3.9 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610 -3.10 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 ft, or depositing a large quantity at one point, will not be permitted. Concrete shall be 'placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610 -3.11 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the Renton Municipal Airport P -610 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610 -3.12 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610 -3.13 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610 -3.14 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand - cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610 -3.15 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water - absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610 -3.16 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610 -3.17 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 °F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 °F and 100 °F. Renton Municipal Airport P -610 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds of Type 1 or more than 1.6 pounds of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50 °F until at least 60% of the designed strength has been attained. 610 -3.18 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610 -4.1 Portland cement concrete is incidental to the bid. BASIS OF PAYMENT 610 -5.1 Portland cement concrete shall not be paid for directly but shall be considered a subsidiary obligation of the Contractor covered under other pay items. TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) Renton Municipal Airport P -610 -7 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1 OF (NOTICE F -1) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air - Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane - Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non- extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete END OF ITEM P -610 Renton Municipal Airport P -610 -8 Taxiway B System Rehabilitation — South Portion Reconstruction G 12/2011 AC 150 /5370 -1OF (NOTICE F -1 ITEM P -620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620 -1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620 -2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620 -2.2 PAINT. Paint shall be reflective removable tape, waterborne or preformed thermoplastic in accordance with the requirements of paragraphs 620 -2.2.a and 620- 2.2.b. Paint shall be furnished in Yellow 33538 or 33655 and Black 37038 in accordance with Federal Standard No. 595. a. Temporary markings shall conform to standards in FAA Advisory Circular 150/5340 -1. Temporary pavement markings shall be yellow 3M, Stamark, Wet Reflective Removable Tape, Series 780, or approved equal. Placement and removal of reflective removable tape shall be according to the manufacturer's recommendations. Placement and removal of all temporary markings is incidental to Airfield Traffic Control. b. Waterborne Pavement Markings. Paint shall meet the requirements of Federal Specification TT- P- 1952E, Type II. Glass beads shall not be applied to locations receiving waterborne paint. c. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35 °F without any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non - reflectorized black border. (2) Graded Glass Beads. (a) The material must contain a minimum of thirty percent (30 %) intermixed graded glass beads by weight. The intermixed beads shall conform to Federal Specification TT- B- 1325D, Type I, Gradation A. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction P -620 -1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 1 lb. (± 10 %) per 10 sq. ft. These factory- applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50, and meet the following gradation. Size Gradation Retained, /o Passing, % US Mesh µm 12 1700 0-2% 98 - 100% 14 1400 0-3.5% 96.5 - 100% 16 1180 2-25% 75 - 98% 18 1000 28-63% 37-72% 20 850 63-72% 28-37% 30 600 67-77% 23 -33% 50 300 89-95% 5-11% 80 200 97-100% 0-3% (3) Heating Indicators. The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post - application visual cue that the installation procedures have been followed. (4) Pigments: Yellow and Colors. Percent by weight. Titanium Dioxide, ASTM D 476, type II shall be 1 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6) Daylight Directional Reflectance. (a) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D /GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: Renton Municipal Airport P -620 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 11 AC 150 /5370 -1OF (NOTICE F -1 x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (7) Skid Resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental Resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E1710. (11) Packaging. A protective film around the box must be applied in order to protect the material from rain or premature aging. (12) Manufacturing Control and ISO Certification. The manufacturer must be ISO 9001:2008 certified and provide proof of current certification. The scope of the certification shall include manufacture of reflective markings. a. The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross - sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, de- icers, anti - icers, protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. b. The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per FAA AC 150/5320 -12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source -per manufacturer's recommendation. c. Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 ft. long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. Renton Municipal Airport P -620 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) d. The marking material must set up rapidly, permitting the access route to be re- opened to traffic a maximum of 15 minutes after application. e. The marking material shall have an integral color throughout the thickness of the marking material. 620 -2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT- B- 1325D, Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620 -3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F and rising and the pavement surface temperature is at least 5 °F above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F. 620 -3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand- painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross - sections and clear -cut edges without running or spattering and without over spray. 620 -3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. High - pressure water or a measure approved by the Engineer shall be used to remove curing materials. The area to be marked by preformed markings shall be cleaned by water blasting or a measure approved by the Engineer to remove all curing materials, fuels, oils, etc. Surface preparation after marking removal: Surfaces where markings were removed by high pressure water blasting or measure approved by the Engineer shall be cleaned using a low pressure wash (3,500 psi or less) to remove all loose residual debris. (Based on 90 percent removal of existing markings.) 620 -3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. Renton Municipal Airport P -620 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1 IThermoplastic markings with glass beads include the following: 1. All taxiway centerline markings. 2. Taxiway holding markings. 3. Intermediate holding position markings. 4. Taxiway edge markings. 5. Non - movement Area boundary markings. Painted markings shall not receive glass beads. 620 -3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and marking dimensions and spacings shall be within the following � g tolerances: Dimension and Spacing Tolerance 36 in or less ±1/2 in greater than 36 in to 6 ft ± 1 in greater than 6 ft to 60 ft ± 2 in greater than 60 ft ± 3 in The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 115 square feet per gallon. The addition of thinner will not be permitted. A period of 24 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. An initial light application of paint shall be applied at 33 percent of the application rate. A period of 30 days shall elapse between placement of the initial light paint application and the second application of paint, unless otherwise directed by the Engineer. The second application of paint shall be at the full application rate of 115 square feet per gallon. Glass beads shall not be applied. 620 -3.6 APPLICATION -- PREFORMED AIRPORT PAVEMENT MARKINGS. a. Asphalt and Portland Cement. To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self - propelled mobile heater with an effective heating width of no less than 16 ft and a free span between supporting wheels of no less than 18 ft. The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches wide linear segments in the direction of heater travel must be within 5 percent of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35 °F without any preheating of the Renton Municipal Airport P -620 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non -VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. b. Crack and Joint Sealant Considerations: The following considerations must be made when planning preformed pavement marking applications whenever crack and or joint sealant is present on the pavement surface. These considerations are required because crack sealant used in asphalt repair is typically tar based, which will strike through the preformed pavement marking material during heating. Additionally, the long -term durability is degraded since this sealant is fairly liquid and mobile, allowing the preformed pavement marking material to shift over the asphalt substrate. While the approved PCC joint sealant will not strike through preformed pavement marking material during heating, no bond is possible between these two materials. 1) Any sealant on any substrate surface must be removed prior to the application of the preformed pavement marking material using an approved removal technique. One such method requires the applicator to heat the sealant on the surface adjacent to the crack or joint to its softening point. Then, using a flat -edged shovel, scrape the excess sealant off of the surface. Once the bulk of the excess sealant has been scraped off of the surface, use line removing equipment to eradicate the remainder of the sealant. Care must be taken to ensure that the integrity of the sealant in the crack or joint is not jeopardized. 2) It is possible to apply over sealant which is below the substrate surface as long as the crack or joint width does not exceed 1 inch. Concrete joints are prepared 3/ inch wide; however, subbase shifting can cause these joints to expand beyond 1 inch. If a joint (or crack) exceeds 1 inch in width, then the preformed pavement marking material that falls into these joints during application must be removed. As mentioned above, since the preformed pavement marking to sealant bond is inadequate, removal is a safety measure against debris generation. Removal of preformed pavement marking material can be accomplished by running a box cutter or sharp cutting tool along each side of the joint. The cut material can then be lifted out of the joint using a chisel or spatula. 620 -3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by- products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. Renton Municipal Airport P -620 -6 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 Any existing paint markings damaged, covered up, or permanently obscured as a result of the Contractor's operations, that are not identified to be repainted as part of this contract, shall be r repainted as directed by the Engineer, at no additional cost to the City. 620 -3.8 CERTIFICATION. The Contractor must be certified by the manufacturer to apply preformed thermoplastic airfield markings. 620 -3.9 TRAINING. The Contractor shall provide manufacturer - certified training for Airport maintenance personnel for maintaining and repairing preformed pavement markings. 620 -3.10 STOCK. The Contractor shall furnish thirty (30) square feet (of each color — red, white, black, yellow) of preformed marking material, sealer material, sealer dispenser gun, and magnum torch to the airport/owner to use for future repairs. 620 -3.11 ONE -YEAR WARRANTY — PREFORMED PAVEMENT MARKINGS. Preformed thermoplastic pavement marking products shall be warranted against material and workmanship defects for a period of one year from the date of substantial completion of the project. This warranty does not apply to items that have been altered or subjected to misuse or �. negligence. Should a product prove to be defective based on bond, nighttime visibility (retroreflectivity), or color (chromaticity) as detailed below, it is understood that the Contractor shall repair the defective product or provide an equivalent quantity of replacement product. At the end of the 12 -month (one -year) service life, the thermoplastic material shall meet the following thresholds in the areas of bonding, nighttime visibility (retroreflectivity), and color (chromaticity). a. BONDING. No more than 1 percent of the surface area shall become loose from the so pavement within the warranty period. b. RETROREFLECTIVITY. White: Minimum 100 mcd m -21x -1 Yellow: Minimum 70 mcd m -21x 1 These values are in compliance with the minimum values documented by the FAA on page 18 of the May 2008 report "DOT/FAA /AR- TN08/22, Evaluation of Thermoplastic Marking Materials." Retroreflectivity shall be defined by ASTM E1710 (Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN- Prescribed Geometry Using a Portable Retroreflectometer). Retroreflectivity readings shall be taken with a DELTA LTL -X instrument or a similar instrument having the same accuracy, repeatability, and reproducibility. The markings being evaluated shall be clean and dry according to ASTM "Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand - Operated Instruments." Renton Municipal Airport P -620 -7 p iP Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) Loose dirt shall be removed by pressure washing, perhaps using soap, brushing, or high - pressure air. However, these techniques are usually insufficient to remove dirt that is packed into the marking surface, asphalt oil, and rubber skid marks. Evaluation shall be done on areas that are typical of the marking section; avoid areas of paint tracking or contamination. It may be useful to take photographs using a digital camera and a good macro lens to be able to see the contamination on or between the glass beads. c. CHROMATICITY. The CIE x, y chromaticity coordinates for white and yellow markings shall be within the CIE in- service color box established by using the methodology documented by the FAA on page A -7/A -8 of the March 2003 report "DOT/FAA/AR- TN03/22, Development Methods for Determining Airport Pavement Marking Effectiveness;" i.e., the in- service color box for red has been obtained by extending the orange and purple boundary lines of the red color box in Figure A -2 on page A -2 to the line y = 0.750 — x. The chromaticity coordinates for this in- service color box are: 1 2 3 4 x y x y x y x y 0.6940 0.3100 0.6580 0.3450 0.4159 0.3341 0.4264 0.3236 d. SAMPLING. The sampling procedure for both retroreflectivity and chromaticity shall be consistent with "Retroreflectivity Check" and "Chromaticity Check," respectively, as documented on pages 4 and 5 of the March 2003 report "DOT/FAA /AR- TN03/22; Development Methods for Determining Airport Pavement Marking Effectiveness." However, for warranty purposes, the simple average of the chromaticity readings per color shall be the final x, y data point. Chromaticity shall be defined by ASTM E308 (Standard Practice for Computing the Colors of Objects by Using the CIE System). Chromaticity readings shall be taken with a BYK Gardner color -guide instrument or a similar instrument having the same accuracy, repeatability, and reproducibility. Chromaticity readings shall be taken on dry and clean markings as defined in ASTM WK19195 (see above following STM E1164 (Standard Practice for Obtaining Spectrophotometric Data for Object -Color Evaluation). 620 -3.12 PAINT REMOVAL. The removal of paint shall be accomplished by water blasting or a method approved by the Engineer. Paint removal shall not damage the existing pavement, shall not create a FOD hazard to aircraft, and shall restore clear and acceptable visual contrast between pavement and new marking. Damage of existing pavement is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of off site, in compliance with applicable state, local, and federal requirements. Renton Municipal Airport P -620 -8 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) METHOD OF MEASUREMENT 620 -4.1 The quantity of pavement marking to be paid for shall be the number of square feet of painted pavement marking and preformed pavement markings, performed in accordance with the specifications and accepted by the Engineer. The number of square feet of painted pavement marking includes 2 applications of paint. The square foot quantity measured for painted and preformed pavement marking is defined by the physical area covered with marking, regardless of the number of coats applied to this area. The quantity of area painted shall not be counted or paid multiple times for each individual coat of paint applied to the same area. 620 -4.2 The quantity of pavement marking removal shall be the number of square feet of painted pavement markings removed. BASIS OF PAYMENT 620 -5.1 Temporary pavement marking and temporary pavement marking removal shall not be paid for directly but shall be incidental to other bid items. Payment for pavement marking shall be made at the respective contract price per square foot for painted pavement marking and preformed pavement markings. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. The pay item for painted pavement marking includes 2 applications per square foot of paint. Separate payment for the square foot quantity of each coat will not be made. The unit price per square foot of painted pavement marking includes both coats of paint. 620 -5.2 Payment for pavement marking removal shall be made at the contract price per square ' foot. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P- 620 -5.1 Preformed Pavement Marking — per square foot Item P- 620 -5.2 Painted Pavement Marking - per square foot Item P- 620 -5.3 Pavement Marking Removal — per square foot TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders Renton rP Municipal Airport P -620 -9 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cu p , ASTM D 711 No- Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1213 -54 (1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products - Durometer Hardness ASTM G 15453 Operating Light and Water- Exposure Apparatus (Fluorescent Light Apparatus UV- Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141 D /GEN Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal 40 CFR Part 60, Appendix A — Definition of Traverse Point Regulations Number and Location Code of Federal 29 CFR Part 1910.1200 — Hazard Communications Regulations FED SPEC TT- B -1325D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT- P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description Paint, Traffic, Solvent Based (CID) A- A -2886B FED STD 595 Colors used in Government Procurement END OF ITEM P -620 Renton Municipal Airport P- 620 -10 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) IITEM P -698 STABILIZATION FABRIC DESCRIPTION P- 698 -1.1 This item shall consist of furnishing and placing stabilization fabric as detailed on the plans and as directed by the Engineer. MATERIALS P- 698 -2.1 The stabilization fabric shall be a woven material having the following minimum roll average property values: Grab Strength (lb) Puncture Strength (psi) Trapezoidal Tear (lb) ' Burst Strength (psi) Apparent Opening Size (AOS) LII US #100 Sieve max. All material shall be packaged and labeled according to ASTM procedures. The Contractor shall provide certifications for all materials. CONSTRUCTION METHODS P- 698 -3.1 All materials shall be placed as directed by the Engineer during construction. Estimated coverage area is indicated on plans. Actual coverage area shall be subject to conditions encountered during construction. METHOD OF MEASUREMENT P- 698 -4.1 Stabilization fabric is incidental to other items of work. BASIS OF PAYMENT P- 698 -5.1 Stabilization fabric shall not be paid for directly but shall be considered a subsidiary obligation of the Contractor covered under other contract items. END OF ITEM P -698 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction Test Method 180 min. ASTM D 1682 75 min. ASTM D 751 50 min. ASTM D 1777 290 min. ASTM D 751 US #100 Sieve max. All material shall be packaged and labeled according to ASTM procedures. The Contractor shall provide certifications for all materials. CONSTRUCTION METHODS P- 698 -3.1 All materials shall be placed as directed by the Engineer during construction. Estimated coverage area is indicated on plans. Actual coverage area shall be subject to conditions encountered during construction. METHOD OF MEASUREMENT P- 698 -4.1 Stabilization fabric is incidental to other items of work. BASIS OF PAYMENT P- 698 -5.1 Stabilization fabric shall not be paid for directly but shall be considered a subsidiary obligation of the Contractor covered under other contract items. END OF ITEM P -698 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction 1 1 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM P -699 REINFORCING FABRIC DESCRIPTION P- 699 -1.1 This item shall consist of furnishing and placing of reinforcing fabric prior to asphalt overlay. Fabric shall be placed at the locations designated by the Engineer. P- 699 -2.1 The fabric shall be a needle - punched, non -woven polypropylene material coated with asphalt cement and a rubberized asphalt adhesive, having the following minimum roll average property values: Strip Tensile 50 lb /in. min. ASTM D -882 Puncture Resistance 200 lb. ASTM E -154 Permeance 0.10 perms (max) ASTM E -96 Pliability No cracks in fabric ASTM D -146 or rubberized asphalt All fabric shall be packaged and labeled according to ASTM procedures. The Contractor shall provide certifications for all materials. CONSTRUCTION METHODS P- 699 -3.1 All materials shall be placed in accordance with the details on the plans. The fabric strip shall be centered over joints and cracks to be treated and shall be rolled after placement. Should a crack require more than one strip, the strips shall be overlapped at least 4 inches in the direction of paving. After initial placement, if the alignment of the fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. All joints shall be overlapped 1 inch and in the direction of traffic. For lapped joints, the top fabric shall be folded back to allow application of a light coat of asphalt. The top fabric shall then be folded back onto the asphalt, broomed and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can best be accomplished by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints as approved by the Engineer. The Contractor shall pneumatically roll the fabric until it is well imbedded into the pavement. Before rolling it may be necessary to sand (dust) the fabric to break the tackiness of the sealant so that the roller does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. Before placing the asphalt concrete pavement, the surface shall be broomed to remove the excess sand as approved by the Engineer. The sand shall meet the requirements of this specification and shall be incidental to the bid. Renton Municipal Airport P -699 -1 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) The fabric manufacturer's recommendations shall be thoroughly considered in the application of the asphalt concrete overlay, particularly as to the type of paving machine, laydown temperature of the asphalt concrete, protection of fabric reinforcement while paving, rolling temperature and technique and other items unique to the fabric. Differences in application procedure shall be resolved by the Engineer. The Contractor shall not place more fabric on the traveled roadway than can be overlaid the same day with asphalt concrete. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation, the fabric that has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess and as directed by the Engineer. The sand shall meet the following gradation requirements: GRADING P- 699 -4.1 Fine aggregate shall be graded to conform to the following requirements expressed as percentages by weight: Sieve Size Percent Passing Min. Max. 3/8" Square 100 U.S. No. 4 95 100 U.S. No. 8 68 86 U.S. No. 16 47 65 U.S. No. 30 27 42 U.S. No. 50 9 20 U.S. No. 100 0 7 U.S. No. 200 0 2.5 Individual test variations under the minimum or over the maximum will be permitted as follows, provided the average of three consecutive tests is within the specification limits. Number of Sieve Permissible Percent of Variation in Individual Tests U.S. No. 30 and Coarser 2 U.S. No. 50 and Finer 0.5 METHOD OF MEASUREMENT P- 699 -5.1 Reinforcing fabric is incidental to other items of work. Renton Municipal Airport P -699 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) BASIS OF PAYMENT P- 699 -6.1 Reinforcing fabric shall not be paid for directly but shall be considered a subsidiary obligation of the Contractor covered under other work items. END OF ITEM P -699 Renton Municipal Airport P -699 -3 Taxiway B System Rehabilitation — South Portion Reconstruction i 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ITEM T -902 SEEDING AND FERTILIZING DESCRIPTION T- 902 -1.1 EROSION CONTROL. Where indicated on the plans, notes, details, or where specified by the Engineer, after final grading has been completed, all cut and fill slopes and /or all graded or disturbed areas shall be hydroseeded or planted and protected from erosion in accordance with Sections 8 -01 and 8 -02 of the Washington State Department of Transportation "Standard Specifications for Road, Bridge, and Municipal Construction, 2012 (SSS)." MATERIALS T- 902 -2.1 SEED. The seed mix shall be a combination of endophyte treated or non - wildlife attractant fescues that perform well in poor soil conditions. The seed mix shall not contain species inappropriate for use in airport settings such as those identified in Table A -3 of the WSDOT Aviation Stormwater Design Manual. The rate of application shall be determined as part of the Contractor's submittal. The installation within the general infield area shall provide a composition, proportion, and quality required for a thorough coverage of the seeded area. Seed mixtures within biofiltration swales shall comply with King County's 2009 Surface Water Design Manual, Table 6.3. LC (Mix 1) and Table 6.3.1.D. The mixes shall consist of grass seeds, excluding foxtails or other undesirable materials for airport settings. The mixes shall be applied ' throughout the swale within the water quality treatment area at a minimum application rate of 80 pounds per acre. A horticultural or erosion control specialist shall be used to determine the appropriate seed specifications. T- 902 -2.2 MIXED FERTILIZER. A commercially prepared organic, nutrient -rich fertilizer of 16 -16 -16 shall be furnished. All fertilizer shall be premixed prior to bringing on the job. The fertilizer shall be applied at the rate of 250 pounds per acre. T- 902 -2.3 BONDED FIBER MATRIX. Bonded fiber matrix shall be applied at the rate of 3,000 pounds per acre. T- 902 -2.4 PLANT MATERIALS. Plant materials shall meet the requirements of SSS Section 9 -14.6. CONSTRUCTION T- 902 -3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying the hydroseed mixture, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass- covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of the hydroseed mixture, the Contractor shall ' Renton iP Municipal Airport T -902 -1 . Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil are loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing or by use of cultipackers, rollers, drags, harrows, or other appropriate means. T- 902 -3.2 APPLICATION OF SEED, FERTILIZER, AND BONDED FIBER MATRIX. The seed, fertilizer, and bonded fiber matrix can be applied in one application provided that the fertilizer is placed in the hydroseeder tank no more than one hour prior to application. If applied hydraulically, a nontoxic tracer shall be added to facilitate visual inspection of seed. T- 902 -3.3 PAVEMENT REMOVAL AREAS. In areas of pavement removal, the underlying subgrade remaining after removal shall be mechanically loosened and the soil turned over prior to hydroseeding of these areas. The subgrade shall be loosened and turned over to a minimum depth of 12 inches or as directed by the Engineer. Loosening and turning over subgrade under pavement removal areas shall be incidental to hydroseeding and will not be paid for separately. T- 902 -3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall water as necessary and /or as directed and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. It is required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3 percent of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. Any reseeding necessary to meet these requirements will be done at no additional cost to the Owner. T- 902 -3.5 PLANTING REQUIREMENTS. The Contractor shall prepare the planting area, lay out planting, and plant all plants in accordance with SSS Section 8 -02.3. Renton Municipal Airport T -902 -2 Taxiway B System Rehabilitation — South Portion Reconstruction a 12/2011 AC 150 /5370 -10F (NOTICE F -1) MEASUREMENT T- 902 -4.1 The quantity of hydroseeding to be paid for shall be by the ground slope measure in acres of actual hydroseeding completed and accepted. Measurement and payment for hydroseeding will be made for all graded or disturbed areas within design grading and pavement removal limits. All disturbed areas outside design grading and pavement removal limits shall be hydroseeded at no cost to the Owner. The price shall be full compensation for all labor, equipment, tools, and incidentals necessary for planting area preparation, fine grading, planting, plant storage and protection, fertilizer, staking, cleaning, and water necessary to complete planting operations as specified. PAYMENT T- 902 -5.1 Payment will be made under: Item T- 902 -5.1 Hydroseeding — per acre END OF ITEM T -902 Renton Municipal Airport T -902 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) �I ITEM T -905 TOPSOILING DESCRIPTION 905 -1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905 -2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), and clay lumps or similar objects in the general infield area. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3 percent or more than 20 percent as determined by the wet - combustion method (chromic acid reduction). There shall be not less than 20 percent or more than 80 percent of the material passing the 200 mesh sieve as ' determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905 -2.2 BIOFILTRATION SWALE AND FILTER STRIP SOIL AMENDMENT. In preparation for hydroseeding within the biofiltration Swale area and filter strip, 2 inches of well - rotted compost shall be tilled into 6 inches of native soil to prevent the compost from being washed out or creating a defined layer of different soil types that can prevent downward percolation of water. The compost shall not contain any sawdust, straw, green or under - composted organic matter, unsterilized manure, or toxic or otherwise harmful materials. The installation shall be in accordance with King County's 2009 Surface Water Design Manual, Section 6.3.1.2. 905 -2.3 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in 905 -2.1. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T -905 -1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) CONSTRUCTION METHODS 905 -3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, off -site stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905 -3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to. proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth - graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 905 -3.3 OBTAINING TOPSOIL. Topsoil shall be secured off the airport site and the Contractor shall locate and obtain the supply, subject to Engineer approval. The Contractor shall notify the Engineer sufficiently in advance of operations so that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth directed. The topsoil shall be hauled to the work site and placed for spreading or spread as required. Any topsoil hauled to the work site and stockpiled shall be rehandled and placed without additional compensation. 905 -3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 inches after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. Renton Municipal Airport T -905 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) METHOD OF MEASUREMENT 905 -4.1 Topsoil obtained off the site shall be measured by the number of cubic yards of topsoil, and soil amendment within the biofiltration Swale, measured in the conveyance vehicle. Truck tickets for topsoil shall be provided daily by the Contractor. Load volumes in the trucks hauling the topsoil will be verified by the Engineer. BASIS OF PAYMENT 905 -5.1 Payment will be made at the contract unit price per cubic yard for topsoiling (obtained off the site). This price shall be full compensation for furnishing all materials and for all preparation, loading, hauling, windrowing, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T- 905 -5.1 Topsoiling — per cubic yard TESTING MATERIALS ASTM C 117 Materials Finer than 75 -µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T -905 Renton Municipal Airport T -905 -3 Taxiway B System Rehabilitation — South Portion Reconstruction i r 12/2011 AC 150/5370-1 OF (NOTICE F -1) ITEM T -909 HERBICIDE IDESCRIPTION T- 909 -1.1 This section shall consist of herbicide for under paved areas. 1 APPLICATION T- 909 -2.1 Under areas to be paved, the Contractor shall apply one application of a WSDOT- approved under pavement herbicide at the concentration and application rate recommended by the manufacturer of the product for under pavement herbicide. ' Under areas to be paved, the application shall be done immediately prior to the paving operation. The herbicide shall be applied uniformly in accordance with the manufacturer's ' recommendations and shall be .applied by a licensed applicator. MATERIALS T- 909 -3.1 The materials to be used shall be registered for use under pavement in the State of g p Washington by the Washington State Department of Agriculture. The materials shall be ones that effectively combat the type of vegetation typically found within airport property. Before use, the Contractor shall receive from the Engineer approval of the materials to be used and proposed rates of application. The request for approval of the materials shall include the name of the material, state registration number, manufacturer, and proposed rate of application. MEASUREMENT T- 909 -4.1 The quantity of herbicide shall be per square yard. PAYMENT T- 909 -5.1 Payment for herbicide shall be made at the contract unit price per square yard. This price shall be full compensation for furnishing all material, labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: ' Item T- 909 -5.1 Under Pavement Herbicide — per square yard END OF ITEM T -909 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T -909 -1 t i �� '� 12/2011 AC 150 /5370 -1OF (NOTICE F -1 ITEM T -4000 WATER UTILITIES DESCRIPTION 4000 -1.1 This section shall apply to the removal, furnishing, and installation of water distribution mains, fittings, valves, hydrants, vaults, and appurtenances. This section also covers the connections to existing water mains, flushing, disinfection, and pressure testing activities. 4000 -1.2 SEQUENCING AND SCHEDULING A. Coordinate with the Boeing Fire Department Dispatch to shut off or turn on valves that ' will affect the fire suppression system. The Contractor shall provide Boeing Fire Department Dispatch at least 24 -hour notice prior to proposed shutdowns. Boeing representatives will perform all shut -offs and /or turning on of any existing valves. ' B. Notify the Owner, City of Renton Water Utility and Maintenance Departments, and Boeing Fire Department Dispatch at least two (2) working days prior to making connections to the existing water system. C. Maintain water services to buildings occupied during construction. Provide temporary ' services as required to maintain water service. 4000 -1.3 SUBMITTALS A. Product Data: All products specified in this section. t Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T- 4000 -1 B. Quality Assurance /Control Submittals: 1. Copy of State Fire Sprinkler Certificate (Level U) of Competency for Crew ' Foreman. 2. Design Data: Any system components designed by Contractor. If structural items are designed by the Contractor, the Contractor shall submit design calculations stamped by a registered Washington State Professional Engineer. 3. Design calculations and shop drawings for all precast concrete items. Submitted drawings shall show all dimensions, location of lifting inserts, details of reinforcement, connection embeds, joints, covers or hatches, ladders, and grating. All design calculations for precast concrete items shall be stamped by a registered ' Washington State Professional Engineer. ' 4. Certification of accuracy for test gage. 5. Manufacturer's instructions for valves and any other appurtenances. t Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T- 4000 -1 i 12/2011 C. Closeout Submittals AC 150 /5370 -10F (NOTICE F -1 1. Operation and Maintenance Data for gate valves, check valves, air release valves, etc. 2. Warranties 3. Record Documents: a. Comply with the City of Renton Standard Plans. b. Record actual locations of pipe runs, connections, valves, invert elevations, etc. C. Record location of utilities and structures encountered and not shown or not in agreement with Drawings. d. Record changes in soil conditions not noted on Drawings. D. Acceptance: Secure letter of acceptance from the City of Renton. MATERIALS 4000 -2.1 GENERAL A. Comply with the City of Renton's Standard Plans. B. Comply with the Washington State Department of Transportation (WSDOT) Standard Specifications and Plans. 4000 -2.2 DELIVERY, STORAGE, AND HANDLING A. Comply with Manufacturer's Recommendations. B. Handle pipe, fittings, and specials to ensure delivery to site and final installation is in an undamaged condition. Do not damage pipe coating and lining. Keep pipe clean. Load and unload pipe and fittings using hoists in a manner to avoid shock or damage. Do not drop, skid, or roll pipe against other pipe. Repair any part of damaged coating or lining. Separate rejected pipe immediately from undamaged pipe. Remove damaged pipe from site within 24 hours. 4000 -2.3 DUCTILE IRON PIPE AND FITTINGS A. Ductile Iron Pipe 1. Centrifugal cast in 18 -foot nominal lengths conforming to AWWA C151; cement - mortar lined and a 1 -mil thick seal coat conforming to AWWA C 104 (factory installed only); bituminous exterior coating conforming to AWWA C151; Standard Thickness Class 53 for flanged pipe spools and Class 52 for all other instances, unless otherwise specified. Renton Municipal Airport T- 4000 -2 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 2. For any instances of potable water services, the piping system shall conform to the National Sanitary Foundation (NSF) 61 certification. 3. Restrained joints shall be as specified below. B. Restrained Joints All ductile iron pipe shall be restrained push -on joint ( "Tyton Joint" type only). Pipe with push -on joints shall be furnished with a single rubber gasket. All gaskets, including MJ, shall be lubricated to affect the seal. Pipe with mechanical joints shall be furnished with a mechanical joint of the stuffing box type, including rubber gasket, cast -iron gland, and tee - headed bolts and nuts. 2. All push -on and mechanical type joints shall conform to AWWA Standard C111. Flanged ductile iron pipe shall conform to AWWA Standards C110 and C115. 3. All couplings installed underground to connect ductile iron pipe shall be manufactured of ductile iron. C. Polyethylene Encasement: All ductile iron pipe and fittings shall be wrapped with 8 mil black, tube -type, polyethylene plastic conforming to AWWA C105. Color shall be natural or black. D. Pipe Fittings: Ductile iron short/compact body, conforming to ANSI /AWWA Cl 53/A21.53 standards, cement mortar -lined per AWWA C104. Joints shall meet the requirements of AWWA CI 11. Mechanical joint pressure rating shall meet 350 psi. E. Flanges: Shall conform to ANSI /AWWA Cl 15/A21.15 and ANSI /AWWA C1 10 /A21.10, or either B16.1, Class 125, or ANSI B16.5 150 -pound flanges for pressure ratings between 150 and 250 psi. Flanges meeting ANSI B16.1, Class 250, shall not be utilized, unless approved in writing by the Engineer. Gaskets shall be constructed of neoprene or chlorinated butyl and be full- faced. Flange joint pressure rating shall meet 350 psi. F. Bolted, Sleeve -Type Couplings for Plain End Pipe: Bolted, sleeve -type couplings, reducing or transition couplings, and flanged coupling adapters used to join plain -end pipe shall meet the requirements of AWWA C219. Buried couplings to connect ductile iron, gray cast iron, or PVC pipe shall be ductile iron. Buried couplings for connecting steel pipe to steel pipe shall be steel. G. Bolts, Nuts, and Washers 1. Bolts, nuts, and washers used for securing fittings shall be of similar materials. 2. Steel bolts shall meet the requirements of ASTM A307 or ASTM F436M for carbon steel, or ASTM F593 or ASTM F738M for stainless steel. Renton Municipal Airport T- 4000 -3 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 3. Nuts shall meet the requirements of ASTM A563 for carbon steel, or ASTM F594 or ASTM F836 for stainless steel. 4. Iron bolts and nuts shall meet the requirements of ASTM A536, Grade 65 -45 -12 4000 -2.4 TRANSITION AND REDUCTION COUPLINGS A. Conform to the City of Renton Standard Plans. B. Transition couplings shall be constructed with ductile iron sleeves and ductile iron followers. Bolts and nuts shall be carbon steel, Grade 5, or as identified on the Plans. 4000 -2.5 VALVES A. General: Use the same brand /manufacturer of valve throughout the project. B. Gate Valves 1. Comply with the City of Renton Standard Plans. 2. Resilient, wedge -type manufactured and tested in conformance with AWWA C509. UL Listed and FM Approved. 3. Stem: Non -rising stem shall be made of forged manganese bronze bar stock. Stem seal plates shall be machined or finished in a manner that will provide smooth surfaces. O -ring stem shall be in accordance with SAE AS -568A. 4. Stem Seal Replacement: Non -rising stem shall be designed so that the seal above the stem collar can be replaced with the valve under pressure in the fully opened position. 5. Joints: Mechanical or flanged as noted on Plans. Restrained joints where indicated on Plans. 6. Pressure Rating: 200 psig working and 400 psig test pressure. 7. Opening direction: Counterclockwise as viewed from the top. 8. Internal coating: Iron surfaces and valve body with epoxy to AWWA C550 and certified to ANSI/NSF 61. 9. Wedge: Fully encapsulated in molded rubber in conformance with ASTM D2000. 10. Marking: Name of manufacturer, year of manufacture, maximum working pressure, and valve size. Renton Municipal Airport T- 4000 -4 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 C. Valve Boxes AC 150 /5370 -1OF (NOTICE F -1) 1. Cast iron, two -piece slip -type standard design with a base corresponding to size of valve, coat -tar painted by manufacturer using its standard coating; cast the word "WATER" in the cover or as identified on the plans. Valve nut extensions as required and as identified on the City of Renton Standard Plan 330.1. 2. Valve box covers shall be designed with lugs (ears) to prevent dislodging and rotation from traffic and shall be the type to allow a hand - held.pry bar to be applied for easy removal. 3. All valve boxes shall have a maintenance padiblock poured around top of the structure. Valve pads/blocks shall be 2'x2'x6" poured -in -place concrete. D. Valve Operators 1. Valve operators shall be as shown or as specified for a valve type. 2. Extensions shall be a minimum of one (1) foot long with a % -inch thick steel plate welded to the stem as a rock stop for the direct buried valves. Only one extension shall be used per valve. 3. All extensions shall be made of steel, sized as noted in the City of Renton's Standard Plan 330.1, and painted with two coats of metal paint, per the City of Renton's Standard Plans and as specified herein. E. Bolts, Gaskets, Glands, and Nuts 1. Bolts and nuts for flanged connections shall be as specified elsewhere with American Standard regular unfinished square or hex heads. 2. Gaskets for flanged connections shall be full- faced, centered, and the connecting flanges drawn up watertight without unnecessary stressing of the flanges. 3. Jointing materials for mechanical joints shall conform to AWWA C111. F. Valve Labeling 1. A label shall be provided for all isolation valves as identified on the Plans. The label shall be stainless steel, a minimum of two (2) inches by four (4) inches in size, stamped lettering only, and shall be permanently affixed to the valve box or block. 2. Valve number shall be provided on the Plans and/or provided by the Owner. Renton Municipal Airport T- 4000 -5 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 4000 -2.6 FIRE HYDRANTS AC 150 /5370 -10F (NOTICE F -1 A. Hydrants shall be furnished in accordance with the Plans, APWA, AWWA, and the City of Renton's Standard Plans. Hydrants shall be flush -type dry barrel design and conform to the latest revision of ANSI /A)WA C502. Use the same brand /manufacturer of fire hydrant throughout the project. B. Hydrants shall be furnished with a minimum 5 -1/4 -inch main valve opening, 6 -inch mechanical joint outlet, 6 -inch auxiliary gate valve and valve box; riser pipe to suit trench depth and finished grade at each installation. C. Hydrants shall also be furnished with the following: Two (2) 2 -1/2 inch hose connections; one (1) 4-1/2 inch pumper port; 1-1/4 inch pentagon- operating nut, counter- clockwise direction opening; and positive and automatic barrel drain. D. Hydrant laterals shall consist of 6 -inch- diameter, Class 52 ductile iron pipe at locations shown on the Plans. The maximum length of 6- inch - diameter pipe from the main line to the hydrant is 50 feet. Lengths greater than 50 feet require 80- inch - diameter lateral piping. E. Nozzles shall be fitted with renewable bronze nipples locked in place. F. Hose Connection Ports: 2 -1/2 inch National Standard Thread. G. Pumper Connection Port: 4 -1/2 inch fitted with a 4 -inch pumper nozzle with Seattle Thread. The nozzle shall be fitted with a Storz adapter and cap, 4.875 -inch Seattle Thread by 5 -inch Storz. The threaded end portion shall have no lugs and two set screws 180 degrees apart. Storz face to be metal, no gasket to weather. Storz cap shall have synthetic molded rubber gasket and shall be attached to hydrant adapter with 1/8 inch, coated, stainless steel, aircraft cable. Storz adapter shall be all brass. H. Angle Adapters: 5 by 5 inch Storz 30 degree angle adapter. Storz angle adapter shall be all brass. An angle adapter shall be provided with each flush -type fire hydrant furnished and installed. The adapter may sit within the bottom of each vault. I. Operating Nut: National Standard 1 -1/4 -inch pentagon with counterclockwise opening marked clearly. J. Factory Finish: Coating shall conform to AWWA C550 -81. 4000 -2.7 PRECAST CONCRETE A. General The design and construction of precast items shall conform to the requirements of ACI 301, ACI 315, ACI 318, and ASTM C478. Renton Municipal Airport T- 4000 -6 Taxiway B System Rehabilitation — South Portion Reconstruction r Y 12/2011 AC 150 /5370 -10F (NOTICE F -1 2. The items in this section shall included valve vaults, meter boxes, fire hydrant boxes, and any appurtenances requiring precast structures. B. Loading 1. Vertical: All precast concrete vaults or boxes shall be capable of supporting the loading requirements outlined in latest edition of Appendix 3, Design of Structures for Heavy Airplanes, in Advisory Circular (AC) 150/5320 -6. 2. Lateral: Lateral loads on all walls of structures shall be as follows: Static 105 x H (PSF) triangular equivalent fluid pressure plus a surcharge of an ' additional three (3) feet of soil depth Where H = depth of fill Seismic acceleration — UBC Zone 3 requirements where I =im ortance factor, q P I =1.25, but not less than 0.30 g acting on structure mass. Seismic loading need not ' be considered simultaneously with traffic surcharge. ' C. Material: Concrete used for manufactured vaults shall be a minimum 3,000 psi compressive strength at 28 days. Cement used shall be ASTM C150, Type II. Concrete shall have a maximum water - cement ratio of 0.50 and an air content of four (4) to six (6) ' percent. D. Construction: The vaults may be formed with separate top and bottom slabs. Walls shall be cast in a manner that all sides are continuous at corners and their full length without blockouts or knockouts. Horizontal joints may be provided so that walls can be placed in horizontal segments. All horizontal joints shall be keyed to prevent offsets and shall be ' provided with a watertight gasket. E. Finish: Formed surfaces shall be smooth and uniform with no fins, bulges, or other ' irregularities. Any void greater in width than 1/2 -inch or deeper than 3/8 -inch shall be repaired. Unformed interior slab surfaces shall have a smooth steel trowel finish. Unformed exterior slab surfaces shall have a light broom finish applied to a steel trowel ' finish. F. Accessories: Accessories such as ladders, sumps, or miscellaneous items shall be provided as shown on the Plans or as required for a complete system. 4000 -2.8 FRAMES AND HATCH COVERS A. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support loadings, aircraft gear configurations, and/or direct loading as specified. Renton � Municipal Airport T- 4000 -7 p Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 B. The vault manufacturer shall provide an access hatch as identified on the plans. The hatch shall be aluminum, self - draining, diamond plated, spring assisted, and load rated to conform to Appendix 3 of AC 150/5320 -6. The hatch shall be equipped with heavy forged brass or stainless steel hinges, stainless steel pins, and any other miscellaneous stainless steel hardware. The hatch door(s) shall automatically lock in the vertical position and be equipped with recessed handles. C. When leveling bolts are used to set the vault top sections, the Contractor shall ensure that the load from the top slab is transferred through the grout to the vault walls, and will not be carried by the leveling bolts. D. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to the meet the requirements of ASTM A123 and the other applicable standards identified below. 4000 -2.9 CONCRETE. Plain and reinforced concrete utilized in structures and the support of structures or frames shall conform to the requirements of Item P -610. CONSTRUCTION METHODS 4000 -3.1 EXAMINATION A. Verify surfaces are ready to receive Work. B. Verify erosion control is installed and functioning. C. Verify field measurements are as shown on Plans. D. Verify location, size, and type of existing utilities at points of connection and at points of crossing other utilities. Pothole, expose pipes, determine invert elevations, pipe material and diameter, verify with design, and inform the Owner's Representative of deviations affecting design prior to mobilizing crews and beginning construction. 4000 -3.2 PREPARATION A. Protect surrounding Work from damage or disfiguration. B. Field locate and mark existing utilities, whether shown or not, prior to construction, to avoid damage or disturbance. Protect, maintain, and repair utilities where damaged. C. Employ and pay for a locator service to locate and mark utilities. D. Protect existing utilities from damage and disturbance. Provide shoring to support existing utilities and their support prism, or remove and replace utilities where shoring is not practical. Removing and replacing utilities to be performed per utility owner's standards. Renton Municipal Airport T- 4000 -8 Taxiway B System Rehabilitation — South Portion Reconstruction i i i 12/2011 AC 150 /5370 -1OF (NOTICE F -1) E. Protect survey monuments and markers, including benchmarks, horizontal control points, and property corners. F. The site of open cut excavation shall be first cleared of all obstructions in preparation to the excavation. Wherever paved surfaces are cut, a saw wheel or approved cutting device ' shall be used. Width of pavement cut shall not be less than 12 inches greater than the trench width. Any cut or broken pavement shall be removed from the site during excavation. ' G. Protect existing structures and improvements. ' H. No tracked vehicles shall be allowed on the pavement outside of the construction area, unless adequate provisions are made to prevent damages to the pavement and with the approval of the Owner's Representative. I. Protect existing vegetation to remain. Protect streams, drainage swales, wetlands and their buffers. 4000 -3.3 EXECUTION A. Excavation and Backfill: Extend trench width as necessary wherever deflecting pipe. Excavate to depths required to provide minimum cover as indicated on Plans. Excavate deeper as required to accommodate changes in grade, vaults, connections, or to install pipe under existing pipelines or other utilities. Adjust pipe depth at connection to existing main. Adjust pipe profile to pass below conflicting utilities. Provide minimum 12 -inch clearance to other utilities or as shown on the Plans. Whenever water lines cross underneath drainage culverts, the Contractor shall be responsible for providing adequate shoring of the culvert during the waterline installation. Trench backfill within 1 foot on both sides of the crossing shall be Controlled Density Fill (CDF). All pipes being exposed to CDF shall be wrapped with 8 -mil polyethylene plastic. All trench backfill shall be compacted to 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor Test Method within the Taxiways and Taxiway shoulders, and 85 percent MDD in unpaved areas. All pipe compaction shall be 95 percent MDD. B. Depth Adjustments: 2 feet or less at no adjustment in cost. C. Installation of Pipe and Fittings Provide pipe, polyethylene encasement, and fittings required for a complete system. Lengths shown on the Plans are approximate. 2. Inspect pipe for structural defects and defects in coating and lining before it is placed in trench. Clean pipe fittings and valves of dirt and foreign material as they are placed. Plug open ends of pipe and fittings with temporary watertight plug whenever Work is stopped or when water in trench threatens to enter pipe. Keep Renton Municipal Airport T- 4000 -9 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1 groundwater, soil, and debris from entering pipe. Lay and maintain pipe to required lines with fittings and valves at required locations and with valve stems plumb. Install polyethylene encasement per the requirements of AWWA C 105. Lay pipe in accordance with manufacturer's instructions and to AWWA standards for type of pipe being installed. Lay piping in finished trenches free from water or debris. 4. Construct pipelines to provide a minimum cover from the crown of the main to finished grade of 3 -feet for pipe diameter of 10- inches or less and 4 -feet for pipe diameter 12- inches or larger. Maximum cover for all water mains shall be 60- inches. 5. The slope need not be constant, but install pipelines so no high or low points exist in finished line except at locations of fire hydrants, blow offs, air /vacuum valves, or future pipe extensions. 6. Alignment of Pipe: At conflicts with other utilities, such as telephone, storm drains, and existing water mains and services, realign pipe subject to approval of Owner's Representative. 7. Cutting Pipe: Cut pipe smooth, even, and square. Remove chips and cuttings from interior of pipe. Bevel cut pipe ends to prevent damage to gaskets during installation. 8. Polyethylene Encasement a. Remove all lumps of sediment or foreign material from the pipe surface prior to placement of the polyethylene encasement tube. b. The polyethylene tube should be cut approximately two (2) feet longer than the section of the pipe or fitting. Adjust and allow for a one (1) foot overhang on each end of the pipe. C. Take up slack in the tube to make snug but not tight. Fold excess back over the top of the pipe and secure with adhesive tape or plastic ties. Place adhesive tape or plastic ties at 2 -foot intervals. d. Overlap the polyethylene wrap at all pipe joints and securely fasten to pipe with adhesive tape or plastic ties. e. When lifting polyethylene wrapped pipe with equipment, use fabric -type sling or padded cable to protect the wrapping. f. Repair all rips, tears, or other tube damage with adhesive tape. 9. Laying of Pipe on Curves: Long radius curves, either horizontal or vertical, may be laid with standard pipe by deflecting joints. If pipe is shown curved on Plans and no special fittings are shown, assume curves can be made by deflecting joints with standard lengths of pipe. Do not exceed one -half of the pipe manufacturer's Renton Municipal Airport T- 4000 -10 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 1 i l 7 i I AC 150 /5370 -1OF (NOTICE F -1 printed recommended deflection at each pipe joint when pipe is laid on a horizontal or vertical curve. Where field conditions require deflection or curves not anticipated by Plans, Owner will determine methods to be used. Additional payment will not be made for laying pipe on curves or for field changes involving standard lengths of pipe deflected at joints. When rubber gasketed pipe is laid on a curve, join pipe in a straight alignment and deflect to the curved alignment. Make trenches wider on curves for this purpose. D. Installation of Valves and Valve Boxes 1. Upon delivery to the job site, open the valves to prevent collection of water in valve. Clean valve interior of foreign matter and inspect both in open and closed position prior to installation. 2. Set valves and valve boxes plumb except where otherwise indicated on the Plans, and place valve boxes over valve or valve operator so valve box does not transmit shock or stress to valve. Tamp backfill carefully around valve box to a distance of three (3) feet on sides or to undisturbed face of trench if it is closer. 3. Where the depth to the valve exceeds three (3) feet, provide operator extensions to a minimum of 12- inches and a maximum of 18- inches of the finished grade. 4. Bolts, gaskets, glands, retainer glands, nuts, and miscellaneous accessories required to install all valves and associated fittings shall be furnished and installed. All bolts shall be tightened in a progressive diametrically opposite sequence and torque with a suitable, approved method outlined by the manufacturer. E. Thrust Blocking 1. Furnish and install cast -in -place concrete thrust blocking, as shown on the Plans or otherwise directed by the Owner's Representative, at all hydrants, fittings (dead -ends, crosses, plugs, caps, tees, bends deflecting more than 11 degrees) and at horizontal or vertical angle points. Cast concrete directly against undisturbed trench wall. 2. All fittings to be blocked shall be wrapped with 8 -mil polyethylene sheeting between pipe and concrete. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall be poured around joints and should not obstruct access to pipe joints or fittings. 3. Size thrust block per the City of Renton Standard Plans 330.2 and 330.3. Increase thrust blocking size for existing soils conditions as directed by Owner's Representative and/or Owner. No additional payment will be made for increased thrust block sizes that may be required due to low bearing capacity of native soils. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T- 4000 -11 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 4. At locations identified on the plans, furnish and install thrust collars over existing piping to allow for cut -in connections. F. Restrained Joints: All joints shall be restrained push -on or mechanical joint. Install per manufacturers' recommendations. G. Connection to Existing Water Mains Arrange and schedule for connection work with the Owner's Representative and contact Boeing Fire Department Dispatch. 2. The Owner and/or Owner's Representative shall observe the connection to existing water mains. 3. Expose existing piping at locations designated for connection points on the Plans. Field- adjust line, grade, or fittings as necessary to make the connection. 4. Make connections to existing piping after sections of the new piping that are to be connected have been tested and found satisfactory. 5. Provide the necessary fittings and adaptors required to make the connection between the existing and new piping. H. Flexible Couplings Install in accordance with manufacturer's instructions. 2. Wrap buried flex couplings with two layers of polyethylene encasement extending minimum of 3 feet each side of center of flexible coupling. Overlap joints in film minimum 6 inches. I. Vertical Bends: Fabricate vertical bends on water main 4 inches in diameter and larger with restrained joint ductile iron pipe and install concrete blocking per the requirements of the City of Renton Standard Plan 330.3. J. Fire Hydrants Hydrants shall be furnished and installed in accordance with these Specifications, Plans, APWA, AWWA, and the City of Renton's Standard Plans. 2. All hydrants shall be inspected upon delivery in the field to ensure proper working order. After installation, fire hydrants, auxiliary gate valves, and other appurtenances shall be subjected to hydrostatic test and disinfection procedures as outlined herein and in conformance with the City of Renton Standard Plans. 3. All hydrants shall be set on concrete blocks as shown on the Plans. The hydrant barrel drain shall waste into a pit of porous gravel material situated at the base of the hydrant and wrapped with a non -woven geotextile fabric Renton Municipal Airport T- 4000 -12 Taxiway B System Rehabilitation — South Portion Reconstruction t fl 12/2011 AC 150 /5370 -1OF (NOTICE F -1 4. The thrust created in the hydrant lateral shall be restrained as identified in the Plans. This requires the use of restrained fittings and suitably sized thrust blocks. 5. After installing all hydrants, the Contractor shall cover the units with burlap bags or other suitable coverings until accepted by the Owner and /or Owner's Representative. 6. As identified on the Plans, all flush -type fire hydrants shall be installed within a precast concrete box that is equipped with a spring- assisted hatch. 7. Remove and salvage existing flush -type hydrants and deliver all materials to the Owner. Coordinate with the Owner on the designated delivery location for the hydrants. 4000 -3.4 ABANDONING AND DEMOLITION OF WATER MAINS AND SERVICES A. The Contractor shall remove and /or abandon all utilities as shown on the Plans and as necessary to complete the work. The Contractor shall field -verify the location of utilities prior to any excavation activities. The Contractor is advised that the Plans may not show all underground utilities and structures in the areas of construction and that location, depth, and condition of utilities and structures may not be as shown or implied. In advance of construction activities, the Contractor shall make reasonable efforts to verify the presence, or absence, and location of utilities and structures as deemed necessary or prudent by potholing or other physical investigation. B. As identified above, potential obstructions may exist that are not shown on the Plans. The removal and replacement of minor obstructions shall be anticipated and accomplished by the Contractor. Major obstructions encountered that are not shown on the Plans, or could not have been foreseen by visual inspection of the site prior to bidding, should be brought to the attention of the Owner's Representative in writing. The Owner's Representative will make a determination on the proper course of action prior to the Contractor proceeding with the work. C. Where shown on the Plans or as directed by the Owner's Representative, the Contractor shall excavate, remove, and dispose of existing piping, structures, and appurtenances. Excavated areas shall be backfilled and compacted as specified elsewhere in the Technical Specifications. Backfilling and compaction shall be incidental to and included in the unit price for removing the particular item involved. D. The Contractor shall remove all valve boxes for abandoned water mains and patch pavement where required after new water main is in service and existing water is abandoned/removed. E. Plugging of existing pipe shall be in accordance with WSDOT Standard Specification Section 7- 08.3(4). Renton Municipal Airport T- 4000 -13 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) 4000 -3.5 PIPE CLEANING A. All new water main pipes and fittings shall have a cylindrical polypig (open cell polyurethane foam) run through them prior to being flushed, disinfected, and tested. The cleaning shall be conducted under the presence of and under the supervision of the Owner's Representative. B. A vertical cross with blind flanges shall be installed at the end of each new pipe run to allow for installing and removing the pig. C. The Contractor shall supply, install and remove plugs, corporation stops, blow -off assemblies, thrust restraint/blocking, or miscellaneous other items required for cleaning the new waterline. 4000 -3.6 PRESSURE TESTS A. Perform all tests in accordance with City of Renton's Standard Plans. B. Notify the Owner's Representative 48 hours prior to required inspection time. C. Provide all test equipment and personnel to prepare for and perform test. Furnish pumps, test gages, plugs, saddles, corporation stops, miscellaneous hose, piping, and other equipment necessary to fill pipeline with water and complete hydrostatic test. Furnish 4.5 -inch minimum diameter, oil -filled test gage having 0 to 300 psi range with 1/4 of 1 percent accuracy accompanied with certifications of accuracy from a laboratory approved by Owner. Fill water main only through a back flow prevention device supplied by Contractor and approved by Owner. D. Backfill and block pipeline sufficiently to prevent movement of pipe under pressure. Repair damage due to failures at no cost to Owner. E. Prior to notifying Owner's Representative to witness pressure test, have equipment set up completely, ready for operation, and have tested successfully to ensure pipe is in satisfactory condition. F. Prior to testing, fill pipeline with water and allow to stand under pressure for a sufficient time to allow the evacuation of air and, if applicable, allow pipe lining to absorb water. Add sufficient makeup water to maintain pipe under pressure. 1 i i G. Test pipelines and connecting piping in sections between temporary caps or valves by i admitting water to the line gradually to full test pressure. Testing against closed valves will be permitted provided pressure differential across valve does not exceed rated working pressure of valve. H. Hydrostatically test water mains and appurtenances 6 inch diameter and larger at a static pressure of 150 psi above the working pressure with a minimum of 225 psi for 120 minutes. Test acceptability will be determined as follows: a maximum of 5 -psi pressure drop during the entire test period is allowed. The quantity of water lost from the main Renton Municipal Airport T- 4000 -14 Taxiway B System Rehabilitation — South Portion Reconstruction Y ' 12/2011 AC 150 /5370 -10F (NOTICE F -1) shall not exceed the number of gallons per hour as listed in WSDOT Standard Specifications 7- 09.3(23).There shall not be an appreciable or abrupt loss in pressure during one -hour test period. Apply test pressure at low end of section of water main being tested. Vent air in pipe prior to test. I. Observe section being tested to detect any visible leakage. Use clean container for holding water for pressurizing main being tested. Sterilize makeup water by adding chlorine to concentration of 50 mg /1. Accurately determine water quantity required to restore pressure by pumping through positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. Use meter approved by the City of Renton. Limit sections to be tested normally to 1,600 feet. The City of Renton may require the first section of pipe, not less than 1,000 feet in length, be tested in order to qualify crew and material. Do not continue pipe laying more than an additional 1,000 feet until first section has been tested successfully. K. Perform hydrostatic and leakage tests on every complete section of water main between valves, or as directed by the City of Renton. Each valve side shall withstand same test pressure as pipe, with no active pressure in pipe section beyond closed valves. Make tests with hydrant auxiliary gate valves open and pressure against hydrant valve. After test is completed, each gate valve will be acceptable if there is no immediate loss of pressure on gage when pressure is applied to valve being checked. Verify pressure differential across valve does not exceed rated test pressure of valve. L. When hydrants are included with section of main pipe to be tested, conduct testing in two separate tests as follows: 1. Test No. 1 — Water main gate valves and hydrant auxiliary gate valves closed, with hydrant operating stem valves and hose ports wide open. 2. Test No. 2 — Water main gate valves and hydrant operating stem valves tightly closed but hydrant auxiliary gate valves and hose ports wide open. 3. Test No. 3 — Each hydrant shall be tested to the pressure indicated above with the hydrant auxiliary gate valve and hose ports closed and the hydrant operating stem valve wide open. M. Correct visible leakage detected regardless of allowable leakage specified above. Should tested section fail to meet pressure test successfully as specified, locate and repair defects and retest pipeline at no cost to Owner. 4000 -3.7 FLUSHING AND DISINFECTION OF WATER MAINS A. Before being placed in service, flush new water mains or extensions to existing mains, disinfect with chlorine solution, and obtain satisfactory coliform bacteria test reports. Submit procedure(s) for flushing and disinfection in accordance with this specification. At minimum, submittal shall include: Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T- 4000 -15 12/2011 AC 150/5370-1 OF (NOTICE F -1 1. Location of taps and appurtenance to be used for chlorination and flushing. 2. Location of sample collection taps. 3. Disposal location and treatment procedure for chlorinated water discharged from mains. 4. Procedure for disinfection, including application method, point of application, and target concentrations for contact interval to be used. B. Before flushing sections of pipe to be disinfected, first remove solids or contaminated material that may have become lodged in pipe. If no hydrant is installed at end of main, provide tap sufficient to provide flush velocity inside main of at least 2.5 fps. At minimum, flush shall discharge one entire pipe volume of water from new main. Continue flushing until no material or color is visible in discharge. C. Provide taps or other appurtenance required for temporary release of air, chlorination, or flushing purposes as part of construction of water mains. D. Protect_ aquatic life in receiving waters by disposing of chlorinated water flushed from mains and neutralizing chlorine contained in wastewater before disposing into natural drainage channel or feature draining to a natural channel. Dispose of disinfecting solutions to satisfaction of the City of Renton and Washington State Department of Ecology (DOE). If approved by the City of Renton, disposal may be made to available sanitary sewer, provided rate of disposal will not overload sewer. E. When flushing following repair of a main break and main segment containing repaired section cannot be isolated hydraulically to nearest hydrant, install 2 inch tap and gate valve at repaired section to provide proper flushing. F. Preventing Reverse Flow: Do not make connections between existing distribution system and pipelines not disinfected and constructed under this Contract without a Washington State Department of Health approved backflow preventer installed in connecting line. G. Chlorinating Water Mains and Connections to Existing Water Mains: Follow chlorinating procedure as specified in AWWA C651. Swab closure fittings with a very strong chlorine solution (5 to 6 percent Cl). H. Chlorinating Valves, Hydrants, and Appurtenances: During disinfectant contact interval for newly laid pipe, operate valves, hydrants, and other appurtenances while pipeline is filled with disinfectant chlorine solution and while main is under normal operating pressure, which is defined as pressure that can be provided by temporary backflow protected supply from existing distribution system. 4000 -3.8 FINAL FLUSHING AND TESTING Renton Municipal Airport T- 4000 -16 Taxiway B System Rehabilitation — South Portion Reconstruction 1 1 1 i 12/2011 AC 150 /5370 -1OF (NOTICE F -1) A. Following chlorination, flush treated water from newly laid pipe until replacement water throughout its length shows, upon test, absence of chlorine. In the event chlorine is normally used in supply source, then tests shall show a residual not in excess of that carried in system. B. As identified above, dispose of chlorinated water per DOE and Department of Fish and Wildlife requirements. Neutralize water for protection of aquatic life in the receiving water before disposal into drainage system. At an absolute minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to storm sewer system that drains to surface waters of the state. C. Before placing lines into service, a satisfactory bacteriological test report shall be received from a certified test lab on samples collected from representative points in the new system. Samples shall be collected and bacteriological tests obtained by the Owner. D. Should initial treatment result in an unsatisfactory bacteriological test, repeat original chlorination procedure until satisfactory results are obtained. Failure to obtain a satisfactory bacteriological test will be considered as failure to keep pipe clean during construction or to chlorinate the main as specified. Additional chlorination required to obtain satisfactory test result shall be completed at no additional cost to Owner. 4000 -3.9 FIELD QUALITY CONTROL A. All construction of water mains and appurtenances shall conform to the City of Renton Standard Plans, the American Water Works Association (AWWA) Specifications, State of Washington Department of Health (DOH), International Building Code, Uniform Plumbing Code, National Sprinkler Association, National Institute for Certification in Engineering Technologies (NICET), the Office of the State Fire Marshal, National Fire Protection Association (NFPA), and this section of the Technical Specifications. B. Site Tests: Provide for the following tests: Pressure test as noted above. Test shall be observed by Owner's Representative. 2. Bacteriological Test. As noted above, the initial sample shall be collected and bacteriological tests obtained by the Owner. C. Inspection: Owner's Representative will observe work after completion of water main and appurtenances and before backfilling or covering pipe. I4000 -3.10 QUALITY ASSURANCE J A. Qualifications Company: Company registered with the state of Washington for minimum eight years and eight years' working experience performing similar work. Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction T- 4000 -17 12/2011 2. AC 150/5370-1 OF (NOTICE F -1 Construction crew supervisor: a. Minimum eight years' working experience and six years' experience as supervisor performing similar work. b. The Contractor shall possess a Level U Certification for persons installing the underground piping portion of all fire sprinkler systems in accordance with the National Sprinkler Association, NICET, the Office of the State Fire Marshal, NFPA, and other state codes. Under the Revised Code of Washington (RCW) 18.160 and the Washington Administrative Code (WAC) 212 -80, the licensing program for the Fire Sprinkler Contractors and Fire Sprinkler Certificate of Competency Holder certification is administered by the Washington State Patrol Fire Protection Bureau. B. Regulatory Requirements 1. Comply with the City of Renton Standard Plans and requirements. 2. Comply with WSDOT Standard Specifications. C. Pre - Installation Meetings Schedule and attend meeting prior to beginning work. 2. Meeting to comply with the City of Renton Standard Plans and requirements. METHOD OF MEASUREMENT 4000 -4.1 The length of pipe to be installed shall be measured in linear feet of pipe in place, including excavation, bedding, backfill, asphalt pavement patch, and landscape restoration, tested, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The classes, types, and sizes shall be measured separately. All fittings, restraint systems, polyethylene wrap protection, blocking, and appurtenances shall be included in the footage as typical pipe sections in the pipe being measured. 4000 -4.2 Gate valves, flush -type fire hydrants, fire hydrant vaults, and connections to existing mains shall be measured shall be per each. 4000 -4.3 Thrust collars shall be measured by the lump sum per phase for all work including but not limited to furnishing and installing formwork, rebar, concrete, excavating, hauling, structural fill, and backfilling. 4000 -4.4 The length of pipe to be removed shall be measured in linear feet of pipe through fittings, valves, and couplings. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. Renton Municipal Airport T- 4000 -18 Taxiway B System Rehabilitation — South Portion Reconstruction 1 12/2011 AC 150 /5370 -1OF (NOTICE F -1 BASIS OF PAYMENT 4000 -5.1 Payment will be made at the contract unit price per linear foot for pipe installed of the type, class, and size designated. These prices shall be full compensation for pipe, trench excavation, bedding, asphalt pavement patch, landscape restoration, temporary blocking and fittings, trench backfill, and moisture and compaction testing of backfill material; for furnishing all materials and for all preparation, restrained fittings, thrust blocking, polyethylene wrap protection, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. 4000 -5.2 Payment will be made at the contract unit price per each for gate valves, fire hydrants, vaults, and connecting to existing mains. The price shall be full compensation for providing the required materials and for all labor, equipment, tools, permanent and temporary fittings, removal and disposal of pipe for connections, preparations and incidentals necessary to excavate, install, bed, filter fabric, porous backfill, backfill, and compact backfill materials. ' 4000 -5.3 Payment will be made at the contract lump sum price for placing thrust collars as specified in the contract documents. The price shall be full compensation for providing the required materials and for all labor, equipment, tools, preparations and incidentals necessary to excavate, place concrete, backfill, and compact backfill materials. 4000 -5.4 Payment will be made at the contract unit price per linear foot of pipe removed. These prices shall be full compensation for the removal of pipe, valves, fittings, hydrants, hatches, excavation, backfill, manholes, disposal of waste materials, protection of existing utilities and services, asphalt pavement patch, and landscape restoration. 4000 -5.5 No separate payment shall be made trench dewatering, haul and disposal of waste materials, protection of existing utilities and services, testing, flushing, cleaning /piping, disinfection, dechlorination, disposal of treated water or other related work elements and /or activities for which a specific pay item is not listed. These items shall be considered as incidental to the work of construction the water main and all costs thereof shall be included in the payment as specified in Section 4000 -5. Payment will be made under: Item. T- 4000 -5.1 Ductile Iron Pipe for Water Main, 12 -inch — per linear foot Item T- 4000 -5.2 Ductile Iron Pipe for Water Main, 10 -inch — per linear foot Item T- 4000 -5.3 Ductile Iron Pipe for Water Main, 8 -inch — per linear foot Item T- 4000 -5.4 Ductile Iron Pipe for Water Main, 6 -inch — per linear foot Item T- 4000 -5.5 Gate Valve, 12 -inch — per each Item T- 4000 -5.6 Gate Valve, 6 -inch — per each Item T- 4000 -5.7 Flush -type Fire Hydrant — per each Item T- 4000 -5.8 Fire Hydrant Vault — per each Item T- 4000 -5.9 Thrust Collars — per lump sum Item T- 4000 -5.10 Connect to Existing Main — per each Item T- 4000 -5.11 Removal of Existing Pipe and Appurtenances — per linear foot Renton Municipal Airport T- 4000 -19 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1). MATERIAL REQUIREMENTS ACI 301 Specifications for Structural Concrete ACI 315 Details and Detailing for Concrete Reinforcement ACI 318 Building Code Requirements for Structural Concrete ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A307 Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C 150 Standard Specification for Portland Cement ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C578 Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals ASTM D2000 Standard Classification System for Rubber Products in Automotive Applications ASTM F436M Standard Specification for Hardened Steel Washers ASTM F593 Standard Specification for Stainless Steel Bolts, Hex Cap Screws, , and Studs ASTM F594 Standard Specification for Stainless Steel Nuts Renton Municipal Airport T- 4000 -20 � Taxiway B System Rehabilitation —South Portion. Reconstruction 12/2011 AC 150 /5370 -1OF (NOTICE F -1) ASTM F738M Standard Specification for Stainless Steel Metric Bolts, Screws, and Studs AWWA C104 Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water AWWA C105 Polyethylene Encasement for Ductile -Iron Pipe Systems AWWA C110 Ductile -Iron and Gray -Iron Fittings, 3 -inch Through 48 -inch for Water and Other Liquids AWWA C111 Rubber - Gasket Joints for Ductile -Iron and Fittings AWWA C115 Flanged Ductile Iron Pipe with Ductile Iron or Gray Iron Threaded Flanges AWWA C116 Protective Fusion - Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings AWWA C150 Thickness Design of Ductile Iron Pipe AWWA C151 Ductile -Iron Pipe, Centrifugally Cast AWWA C153 Ductile -Iron Compact Fittings for Water Service AWWA C209 Cold- Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C219 Bolted, Sleeve -Type Couplings for Plain -End Pipe AWWA C500 Metal- Seated Gate Valves for Water Supply Service AWWA C502 Dry - Barrel Fire Hydrants AWWA C509 Resilient - Seated Gate Valves for Water Supply Service AWWA C515 Reduced -Wall, Resilient - Seated Gate Valves for Water Supply Service AWWA C550 Protective Interior Coatings for Valves and Hydrants AWWA C600 Installation of Ductile -Iron Mains and Their Appurtenances AWWA C651 Disinfecting Water Mains AWWA C901 AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, '/2 In. (13 mm) through 3 In. (76 mm), for Water Service CRD C -621 U.S. Army Corps of Engineers, Concrete Research Division (CRD) Specification for Non -shrink Grout Renton Municipal Airport T- 4000 -21 Taxiway B System Rehabilitation — South Portion Reconstruction 12/2011 AC 150 /5370 -10F (NOTICE F -1) NFPA 24 Installation of Private Fire Service Mains and their Appurtenances END OF ITEM T -4000 Renton Municipal Airport T- 4000 -22 Taxiway B System Rehabilitation — South Portion Reconstruction r r P, 1] I 1 1 APPENDIX A CITY OF RENTON NOISE WAIVER Renton Municipal Airport p � Taxiway B System Rehabilitation — South_ Portion Reconstruction De' Ma ora City Of Y� AM . d d Department of C05 ommunity and Economic Development Alex Pietsch,Administrator December 18, 2012 Mr. Jonathan Wilson, Assista nt. Airport. Manager y Renton Municipal Airport ' Clayton Scott Field 616 West Perimeter Road, Unit A Renton, Washington .98057 RE: Variance from Noise Ordinance 1" Taxiway -Bravo System Rehabilitation Project Dear Mr. Wilson: On' December17, 2012; the,Devetopment Services Director presided over a,public' hearing in r{ t which the Renton Municipal.Airport requested,a variance from the City'of Renton Noise Ordinance for 35'non- consecutive,nights of construction work. This work is scheduled to be completed between June 1,• 2013 and August 31, 2013. The variance request is granted, subject to conditions. The Renton Municipal Airport submitted a request for a variance from the Noise Ordinance to allow the contractor to perform rehabilitation and,safety, improvements on Taxiway Bravo. Taxiway access around the project area for aircraft operational movements must.be maintained throughout the duration of the,project in order to maintain AirportLfunctioriality. To accommodate these aircraft movements,ahe project will 'be phased into six distinct work windowsto.allow'foraafe movement of aircraft adjacent to the construction areas. The amount of work is substantial enough that normal City construction -hours are insufficient to-allowfor + - completion �ofthe work. Nighttime.work is necessary to facilili tate completion of the project` within contract time`, while minimizing disruption to The Boeing Company and other airport "t tenants,4nd maintain safe Airport operations.' ' The 4ro'ect sco a includes but is not I'imitedtto: p . J. p • Pavement grinding, removal, resurfacing and restriping Stormwater drainage improvements, °including underdrain work •, Rehabilitation.of afire. waterline system . e Taxiway shoulder grading, lighting and-signage improvements The Development Services Director grants the request for the noise variance for a total of 35 non= consecutive `nights, subject to the below`listed conditions. The Director may require additional mitigation measures if warranted. The Director °may increase the time focusing the allotted nights and may.increase the number of nights subject to the noise variance if the-need exists forthe additional time or nights. CONDITIONS OF VARIANCE APPROVAL Renton City Hall 0 1055 South Grady Way • Renton Washington 98057 • r'entonwa.gov Renton Airport Runway Paving Project December 18, 2012 Page 2 of 2 1. All vehicles shall be equipped with amb_ lent- sensitive type back -up warning devices. The contractor may use back -up observers in lieu of back- up.warning devices for all equipment except dump.trucks,.in compliance with WAC Chapters 296 - 155 -610 and 296 -155 -615. The contractor shall use back -up observers and back -up warning devices-for dump trucks in -compliance with WAC Chapter 296 - 155 -610. 2. Truck tailgate banging is prohibited. All truck tailgates must be secured to prevent excessive noise from'barigi ig. , 3. Construction and stationary equipment such as light plants, generators, compressors ;and jackhammers shall utilize approved noise.imitigation shields such as noise blankets, skirts, or other means available as approved by the engineer. 4. A copy of the noise variance and associated conditions shall be kept on the project 'construction site at all times. 5. The contractor or applicant shall provide a 24 -hour complaint number, as well as a list of designated contact persons to whom to register complaints or voice concerns. 6. Initial resident complaints shall be responded to promptly by the designated contact person required in the above condition. If the same resident continues to have complaints about the noise levels, the contractor shall provide additional mitigation measures such as, but not limited to; shielding of noise source, or reducing use of certain' -types of -equipment, or providing motel accommodations. 7. Any unwanted material shall be removed by sweeping. No scraping type equipment shall be used during nighttime work. 8. The contractor shall provide written notification to area residents about. nighttime construction prior to beginning the nighttime construction. If the nature of the•nighttime construction changes; -the contractor shall also notify.area residents regarding the new activities. The notification will include a project phone number and web site. This notice will also include the work location, start and end dates, and noise mitigation measures. You have. 14 days from the date of this letter to appeal the administrative determination in accordance with City code.{ Appeals are to be filed in writing, With the City Clerk and require a filing fee -in the amount of $250.00. Appeals must be filed with.the City Clerk before Friday January 4, 2013, at 5:00 p.m. You may contact Jan Illian, Plan Reviewer, at (425) 430 -7216 if you have any questions or need additional information. Sincerely, Neil Watts Development Services Director cc: i Gregg Zimmerman, Public Works Administrator Doug Jacobson, Deputy PW Administrator, Transportation Ryan Zulauf, Airport Manager Kurt Addicott, P.E ; Reid Middleton ti Jan Illian, Plan Reviewer Parties of Record File i 1 1 1 1 1 r i u P APPENDIX B CITY OF RENTON STANDARD PLANS 11 Renton Municipal Airport Taxiway B System Rehabilitation — South Portion Reconstruction TEMPORARY 2" GALVANIZED PIPE AND 2" GATE VALVE FINISHED GRADE ELEVATION INSTALL 2° PLUG ON TOP BLIND FLANGE AFTER REMOVAL OF POLYPIG 3 FT MIN. COVER (10 —INCH DIAMETER AND UNDER) 4 FT MIN. COVER (12 —INCH DIAMETER AND OVER) a NEW WATER MAIN POLYPIG / a VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2° TEMPORARY BLOW -OFF ASSEMBLY (REMOVE BLOW -OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY- PIG ") ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN Y STD. PLAN - 300.6 PUBLIC WORKS POLY PIG STATION FOR CLEANING OF DEPARTMENT WATER MAINS N1� MARCH 2010 12° M] 18" MF 6y110 A A PLAN VIE WATER SECTION A -A VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT "WATER" CAST INTO IT CONCRETE COLLAR FOR LVES IN PAVED AREAS 4 -1/4" DIA. 1/8" MIN. THICKNESS NIECE CAST IRON VALVE X, RICH - SEATTLE TYPE OLYMPIC FOUNDRY 1" STEEL LENGTH AS REQUIRED 1/8" MIN. THICKNESS 2 -1/4" INSIDE MEASUREMENT 2 -1/4" DEPTH VALVE OPERATING NUT EXTENSION 3\ VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW 3" FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN. MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH EXTENSION TO BE USED PER VALVE. WHITE P NOTE: ALL EXTENSIONS ARE TO BE MADE 62" OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. illyllI IIII VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST MAIN LINE VALVES OUTSIDE PAVED AREAS r y STD. PLAN - 330.1 ; PUBLIC WORKS VALVE BOX, MARKER &OPERATING FR DEPARTMENT NUT EXTENSION Nip MARCH 2010 n v n n 11 -1/4° BEND CAP 22 -1/2" BEND TEE 45' BEND 90° BEND THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS SOIL FIRM SILT OR FIRM SILTY SAND COMPACT SAND COMPACT SAND & GRAVEL 90' 1 45' BEND 11 1/4' 90' 45' BEND 11 1/4' 90' 45' BEND 11 1/4' FITTING BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 1/2' BEND BEND BEND 4" 7.0 4.2 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0 6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4 8" 23.3 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5 12" 53.0 37.5 37.5 15.0 26.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6 AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3' -0" MIN. COVER FOR WATERMAIN LESS THAN 12 ". 4' -0" MIN. COVER FOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 x DEPTH OF TRENCH MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0' iRUST BLOCK BE REA REFERS TO 10E OF BLOCK M IN SQUARE FEET NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12 "DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1- 1/2 "): 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. CONCRETE BLOCKING FOR STD. PLAN - 330.2 n t' PUBLIC WORKS + HORIZONTAL AND DOWNWARD DEPARTMENT VERTICAL BENDS MARCH 2010 SHACKLE RODS S TYPE B A'Y o CONCRETE BLOCKING FOR VERTICAL STD. PLAN - 330.3 PUBLIC WORKS FITTINGS DEPARTMENT 'CivIvo MARCH 2010 TYPE A BLOCKING r— " . i. 0. 17. i,- I=Tln Al orninc S TYPE B A'Y o CONCRETE BLOCKING FOR VERTICAL STD. PLAN - 330.3 PUBLIC WORKS FITTINGS DEPARTMENT 'CivIvo MARCH 2010 t lcm Materials C } ' (dba of CPN Oevelapment orp. Section 00420 PROPOSED SUBCONTRACTORS Comply with requirements of Section 00801, Special Provisions. Note that this form contains two parts: Part I is for work to be performed; Part 11 is for work quoted or bid but not to be performed. PART I — LIST WORK TO BE PERFORMED BY BIDDER AND SUBCONTRACTORS 5,23 ,559. Subtotals .$ 96 % This Form Shall Acco)npany Biel Renton Municipal Airport Taxiway B System Rehabilitation — South Podi. on Reconstruction 'Page.29 Section 00420 Proposed Subcontractors Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale !i� 1 Work a ;,� fj List Subcontractors (Nam es, - Contract % of Certified Age *GRS Category C o a, Addresses Business License Value Contract DBE of (Values 3 Numbers) Price (Y or N) Firm 1— 5) Work to be performed by BIDDER BIDDER 5,058,378.91 $ 92 6 `0 NO 53 Years 5 Own Forces Name Pleating NO WORK Address $ ° �O Subcontractor City, ST zip Business Lic # Name . Ventilation find NO WORK Address Air Conditioning $ Subcontractor City, ST zip Business lie # Name. Plumbing NO Subcontractor WORK Address (as described in City, ST zip 9° RCw 18.106) Business Lic # Name Innovative Electric, Inc Electrical Address PO Box 4399 14 Subcontractor $ 111,180.30 2.1 % NO Years 3 (as described in City, ST iip Everett, WA 98204 RCW 19.28) I Business Lic # NNOVE1014NP Name Apex Engineering, PLLC Type of Work: Construction Staking Address2601 South 35th St. Suite 200 City, ST zip Tacoma, WA 98409 $ 41,000.00 .9 % NO 17 Years 3 Business Lic # Not On Quote Name Antigo Construction, Inc Type of Work: . Address 1973 Commerce Ave NO 23 5 Pavement Removal City, ST tip Boise, ID 83705 $ 28,000.00 .5 % Years Business Lic # ANTIGCI101 NL 5,23 ,559. Subtotals .$ 96 % This Form Shall Acco)npany Biel Renton Municipal Airport Taxiway B System Rehabilitation — South Podi. on Reconstruction 'Page.29 Section 00420 Proposed Subcontractors Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale !i� 1 iCON Matedais (dba of CPM Development Corp.) Section 00420 PROPOSED SUBCONTRACTORS 0 PART I (continued) Work a = o List Subcontractors (Names, Contract % of Certified Age *GRS Category a w -d Addresses Business License Value Contract DBE of (Values N umbers) Price (Y or N) Firm t-5) 5,238,559.21 Subtotals Carried Forward from page 00420 -1 $ 96 o Name Global Concrete Cutting, Inc Type of Work: Address 12938 SE Kent Kangley Rd, 2 2 Milling &Planing Suite CityST zip Kent, WA 98050 , $ 31,083.00 .57 No Years Business Lic # GLOBACC894CG Name Materials Testing & Consulting, In Type of Work: Address 777 Chrysler Drive 3 Quality Control City, S7' zip Burlington, WA 98233 $ 36,625.00 .67 qo' No Years & Testing Business Lic # Not On Quote Name Hicks Striping & Curbing, Inc Type of Work: Address PO Box 9127 2 Pavement Marking City, ST zip Brooks, OR 97305 $ 95,237.00 1.6 q No Years Business Lic# HICKSSCO21LE Name PR Systems,, Inc __ Type of Work: Address 8351 30th Ave NE Milling City, ST zip Lacey, WA 98516 $ 49,900.00 ,9 % NO 22 Years 5 Business Lic # PRSYSI *099DM Name All Star Hydroseeding Type of Work: Address 22816 Old Owen Road 15 Hydroseeding .. Monroe, WA 98272 City, S7' zip $ 9,020.00 .16 % NO Years 2 Busin ess Lic # Not On Quote 5,460,424.21 ' GRAND TOTALS $ 100% @ In compliance with RCW Chapters 18. 106 and 19:28, Bidder shall write "No Work" if Bidder believes such work is not part of scope of project ` ORS - Annual Gross Receipts I = Less than $] Million 2 = More than $I Million, Less than $5 Million 3 = More than $5 Million, Less than $10 Million 4 = More than $10 Million, Less than $15 Million 5 = More than $15 Million This FW;in Shall Accompany .Bid Renton Municipal Airport Taxiway B System Rehabilitation —South Poftiori Reconstruction Page 30 w ' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see ww.bxwa.com -.Always Verify Scale 00420-2 1 1 1 1 1 i 1 t�pf,�t N'iaterais is of CPA Devetoprnent Corp.) Section 00420 PROPOSED SUBCONTRACTORS PART II — LIST SUBCONTRACTORS QUOTING OR BIDDING BUT WHOSE WORK WILL NOT BE PERFORMED Ol J T14TC PRnipr r This Foim Shull Aceompaq Bid Renton Municipal .Airport Taxiway B System Rehabilitation — South Portion Reconstrtiction ?a ge 3i Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see VMW.bxwa.corn - Always Verify Scale 1JAM, 1 Certified 'MGRS DBE Age of (Values Suhcontractors not performing work on project (Y or N) Firm 1 -5) Company Name Pacific Surveying & Engineering, Inc Address 1812 Corwall Street NO 3 City, ST zip Bellingham, WA 98225 Years Business Lid # Not On Quote Type of Work Construction Surveying Company Name. River City Land Services Address PO Box 171 NO 26+ Years 2 City, ST iip Snohomish, WA 98291 Business Lic # . Not On Quote Type of Work Construction Surveying Company Name American Surveying & Engineering LLC, dba American Address 224 143rd PINE Engineering Corporation City, ST zip Bellevue, WA 98007 1 2 Business. Lic # Not On Quote NO Year Type of Work . Construction Staking Company NAnie Baseline Engineering, Inc Address 1910 64th Ave West. NO 15 Years 2 City, ST zip Fircrest, WA 98466 Business Lic # BL036303 UBI #601- 404 -286 Type of Work Construction Staking Company Name WE Coates Surveying, LLC Address 9825 Glory Dr SE 8 2 City, ST zip Olympia, WA 98513 _ YES Years Business Lic # Not on Quote Type of Work Surveying This Foim Shull Aceompaq Bid Renton Municipal .Airport Taxiway B System Rehabilitation — South Portion Reconstrtiction ?a ge 3i Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see VMW.bxwa.corn - Always Verify Scale 1JAM, 1 ,,CON Materials (dba of CPM 08"topment Corp.) PART I1 fcontinue ) Section 00420 PROPOSED SUBCONTRACTORS Subcontractors not performing work on project Certified DBE (Y or N) Age of Firm *GRS (Values 1 -5) Company Name Salinas Sawing & Sealing, Inc Address 7804 40th Ave W NO 17 Years 3 .City, ST zip Muliteo, WA Business tic # SALINSSO44LO Type of Work Sawcutting Company Name Penhall Company Address . 11001 East Marginal Way S City, ST zip . Tukwila, WA98168 NO 23 Years 5 Business Lic # . Not On Quote Type of Work Sawcutting Company Name Del -Mar Concrete Cutting & Coring Address 152 100th St S. NO 10 Years 2 City, ST zip Tacoma, WA 98444 Business Lic # DELMACC973CG Type of Work Sawcutting Company Name Address City; ST zip. Bpsiness.Lic # Type of Work 1 = Less than $1 Million ' 2 = More than $1 Million, Less than $5 Million 3 = More than $5 Million, Less than $10 Million 4= More than $10 Million, Less than $15 Million 5 = Mor .15 Prepared By: Printed Name: David Gent ' Title: Vice President ` Date: February 28, 2013 wn / 3d� 020!3 yystQl� This Form Shall Accompany Bid Renton Municipal Airport Takiway B System Rehabilitation — South Portion Reconstruction ?age 32 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwvw.bxwa.com - Always Verify Scale 00420 -4