<<

SECTION IV

TECHNICAL SPECIFICATIONS

GENERAL REQUIREMENTS

1.1 LOCATION AND DRAWINGS.

a. Location. The location of the work is Albany Municipal Airport. A vicinity map is shown on Sheet 1 of the Drawings.

b. Drawings. The Drawings for the construction of the "PERIMETER FENCE IMPROVEMENTS," Airport Improvements Program, AIP Project No. 3-41-0001-013, entitled "PERIMETER FENCE IMPROVEMENTS” and dated August 2013.

2.1 QUALITY CONTROL AND ACCEPTANCE TESTING.

All quality control and acceptance testing required under this contract will be the responsibility of the Contractor and shall be performed at no cost to the Owner. This testing shall include, but is not limited to:

a. All acceptance testing required under this contract shall be performed by a qualified independent testing laboratory retained by the Contractor. Certification of the laboratory resumes of personnel performing these tests shall be submitted to the Engineer. This testing shall include, but is not limited to:

• Gradations and all other conformance testing including cores for depth checks as required for soils and aggregates

• Moisture-density relationships for soils and aggregates as required to control compaction

• Compaction testing for soils, aggregates, and stabilized base materials

• Concrete mix design, strength, and conformance tests.

b. An independent testing laboratory meeting the requirements of ASTM D 3666 or other recognized state certification, as approved by the Engineer, is required to perform acceptance testing on the following.

• Mix design and all acceptance testing for bituminous pavements

c. The Contractor’s own qualified personnel shall perform all quality control testing required to satisfactorily monitor work quality and progress. However, all acceptance testing must be performed by independent testing laboratories as specified in Paragraphs 2.1a and 2.1b.

3.1 LAYOUT OF THE WORK.

a. The Contractor shall lay out the work according to the requirements of Section 50-06, "Construction Layout and Stakes," and shall be responsible for all measurements in connection therewith. Additional requirements are as follows:

1) All measuring for quantity calculations will be made by the Contractor and are subject to verification by the Engineer.

2) The Engineer may perform such checks as deemed necessary to verify the accuracy of the Contractor's layout work and ensure that the completed work complies with the Drawings and Specifications. The control staking provided by the Contractor shall be preserved and left undisturbed until the Engineer has completed

ALB002 Perimeter Fence Improvements 1 General Requirements

any checks he deems necessary. Staking that has been destroyed or disturbed prior to completion of the Engineer's checks shall be replaced by the Contractor at his expense.

3) If unforeseen difficulties, not due to the Contractor's operations, necessitate minor redesign of some portion of the work, the survey effort necessary to gather additional information for the redesign will be provided by the Engineer.

b. The Contractor shall furnish all stakes, templates, platform and equipment, and labor as are required to layout and control every part of the work from the reference control points.

c. Recognized and established construction survey practices and orders of accuracy shall be followed in all cases. Surveying equipment shall be in good operating order and kept in proper adjustment during the course of the work. The contractor shall survey through control points provided and confirm survey control data provided prior to construction survey.

d. It shall be the responsibility of the Contractor to maintain and preserve all permanent survey points including, but not limited to, reference control points, property corners, and witness monuments until authorized to remove them. If such points are destroyed or disturbed during construction, they shall be replaced by the Contractor. If replaced by the Owner, the expense of replacement will be deducted from any amounts due, or to become due the Contractor.

e. No direct payment for construction layout work shall be made. Payment for the various Contract bid items shall be understood to include the construction layout work and shall be full compensation for all labor, equipment, materials, tools, and incidentals required to provide the necessary layout and control of the work.

4.1 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS

The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. See the Construction Safety and Phasing Plan for details.

5.1 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 (300 m) from the work or from any building, road, or other place of human occupancy.

The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury.

The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property.

6.1 AIRPORT CLOSURES Refer to the Construction Safety and Phasing Plan for anticipated closures.

7.1 ELECTRICAL COORDINATION. The continuity of all existing electrical circuits shall be maintained during the course of the work. Any necessary interruption of circuits shall be scheduled through the Engineer and shall not proceed until approval has been given. The Contractor shall perform an operational check of each airport system each day a system is worked on or excavation operations occur.

ALB002 Perimeter Fence Improvements 2 General Requirements

8.1 CONTRACTOR'S STAGING AREA AND PLANT SITE. An area has been set aside on the Owner's property for the Contractor's use as a staging area for personnel, equipment, and materials. The approximate site location is shown on the Drawings. The Engineer will define the actual location in the field. The area shall be restored to its original condition at the conclusion of the work.

9.1 DISPOSAL. Excess soil shall be removed and disposed of offsite if not otherwise shown on plans or directed by the Engineer to onsite disposal location. Arrangements for the disposal of all other materials shall be made by the Contractor. No direct payment will be made for disposal of unused materials.

10.1 SITE INVESTIGATION AND REPRESENTATION. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling, and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters which can in any way affect the work or the cost thereof under this Contract.

a. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site, all exploratory work done by the Owner, as well as from information presented by the Drawings and Specifications made a part of this Contract. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from the responsibility for properly estimating the difficulty or cost of successfully performing the work.

b. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data, he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. Representations for which liability is not expressly assumed by the Owner in the Contract shall be deemed only for the information of the Contractor.

c. Dewatering. It is anticipated that dewatering will be required to lower the water table, remove standing water, or lower the moisture content of soils encountered to achieve workability and compaction. In addition, dewatering may be required to properly grade ditches, lay pipe or cable in trenches, or for making foundations suitable for embankment or base materials. Soft or yielding materials which can be stabilized by dewatering shall not be classified as unsuitable foundation. No direct payment for dewatering shall be made and all costs incurred shall be considered as incidental to the appropriate bid items.

11.1 INFORMATION ON SITE CONDITIONS. All information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information.

12.1 SUBSURFACE AND SITE INFORMATION. The submission of a proposal shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents.

13.1 UNDERGROUND UTILITIES Refer to the Construction Safety and Phasing Plan for details.

14.1 FIRE PREVENTION AND PROTECTION. The Contractor shall perform all work in a fire-safe manner. He shall supply and maintain on the site adequate fire-fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable local and state fire prevention regulations and where the regulations do not

ALB002 Perimeter Fence Improvements 3 General Requirements

cover, with applicable parts of the National Fire Prevention Standard for "Safeguarding Building Construction Operations," (NFPA No. 241).

15.1 TEMPORARY WATER. The Contractor shall make all arrangements for obtaining water and pay all costs for same.

16.1 TEMPORARY ELECTRIC POWER. The Contractor shall make all arrangements for electric power for use during the construction period until final acceptance by the Owner, and pay all costs for same.

17.1 STANDARD SPECIFICATIONS. Wherever in these Contract Documents reference is made to the "Standard Specifications," said reference shall be understood as referring to the latest edition, plus Addendums thereto, of the State of Oregon Standard Specifications for Highway Construction of the Oregon State Department of Transportation.

18.1 SEQUENCE OF OPERATIONS. Plan the construction work and carry out with a minimum of interference with the operation of the existing facilities or other construction work. Prior to starting the construction, confer with the Engineer, Owner's representative, and other contractors to develop a construction schedule which will permit the facilities to function as normally as practical during the construction period. It may be necessary to do certain parts of the construction work outside normal working hours in order to avoid undesirable conditions, and it shall be the obligation of the Contractor to do this work at such times as necessary.

19.1 WORK PROGRESS SCHEDULE.

a. Scope. The work specified in this subsection includes planning, scheduling, and reporting that is required to be performed by the Contractor.

b. Method. A bar graph type schedule shall be submitted to the Engineer for review by the apparent low Bidder within 10 calendar days after opening the bids. When the schedule has been reviewed, the Contractor shall submit five copies to the Engineer.

c. Schedule Requirements. The schedule shall clearly define and separate work stages and runway closure and displaced threshold periods. Within each work stage, distinct items of Contract work shall be defined and separated. As a minimum, the work item shall include each Contract pay item, mobilization, demobilization, and cleanup. Pay items that are partially subcontracted shall be split up to distinctly show the subcontracted work. These items of work shall be plotted on a graph with calendar days duration as a horizontal reference. Anticipated start and finish data for each work stage and for each of the work items within a stage shall be shown.

The project name, the Contractor's name, and the date of the schedule submittal shall be clearly shown on the submittal.

20.1 PROGRESS REPORTS. At the end of each month, the Contractor shall submit a summary report of the progress of the various schedule work items stating, for each item, the existing time status, estimated time of completion, and cause of delays, if any. If the work is behind the previously submitted schedule, the Contractor shall submit an updated bar graph schedule and a written plan acceptable to the Engineer for bringing the work up to schedule.

a. Updated schedules will be used by the Engineer in compiling partial payments and no such computations will be made until the reports have been received and reviewed by the Engineer.

b. The Engineer may request reports to be made on a more frequent schedule if he considers the substantial completion date to be in jeopardy because of activities behind schedule or for other valid reasons.

21.1 SANITARY FACILITIES. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and state departments of health.

ALB002 Perimeter Fence Improvements 4 General Requirements

22.1 GENERAL CONSTRUCTION RESPONSIBILITIES AND PROCEDURES.

a. Public Safety and Convenience. The Contractor shall use every reasonable precaution to safeguard aircraft and the persons and property of the public. It shall be the responsibility of the Contractor to furnish, place, and maintain those barricades, barriers, lights, flares, danger signals, and watchmen as are necessary to protect the persons and property of the public.

In the event of interruption to domestic water, sewer, storm drain, or to other utility services as a result of accidental breakage, or as a result of being exposed or unsupported, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is received.

Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the location of the underground utilities being other than that shown on the Drawings or for the existence of underground utilities not shown on the Drawings.

b. Site Restoration and Cleanup. Upon completion of the project, all areas used by the Contractor in connection with the work shall be finished as follows: Project site and storage areas properly cleared of all temporary structures, rubbish, and waste materials, and properly graded to drain and blend in with the abutting property. Any waste area obtained by the Contractor for deposit of waste materials shall be finished to properly drain and blend with the surrounding terrain.

c. Haul Routes and Maintenance. Any haul roads and access roads shall be constructed by the Contractor at his expense. The Contractor shall perform all necessary maintenance of haul routes during construction and shall perform all work as necessary to restore the routes used by his equipment to their original condition at the conclusion of construction. New roadways shall be obliterated and original vegetation reestablished. Existing roadways, runways, and taxiways shall be patched or overlaid as necessary to restore them to original condition.

Haul routes shall be sprinkled with water as necessary to prevent dust diffusion during the course of the work. Should soil conditions require gravel placement to maintain a satisfactory haul road, it shall be done at the Contractor's expense.

Turfed areas surrounding runways and taxiways that are disturbed as a result of the Contractor's operations shall be restored to their original condition.

All maintenance and restoration work shall be completed to the Engineer's satisfaction before final payment is awarded. No direct payment will be made for this work.

d. Responsibility for damage to existing structures. Where any existing structures or facilities which are intended to remain are damaged by the Contractor during demolition or construction, the Contractor shall promptly repair or replace the damaged portion or facility at his expense.

e. Storage of Materials. Materials shall be so stored as to ensure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the Owner or lessee.

f. Cleanup. The Contractor shall at all times during the work keep the premises clean and orderly. He shall promptly remove all waste materials and rubbish. All directions from authorized public officials having jurisdiction over health and safety shall be obeyed. Areas to be opened up to aircraft operations shall be swept thoroughly clean

ALB002 Perimeter Fence Improvements 5 General Requirements

with power broom equipment. Any debris resisting sweeping shall be removed by hand labor or other suitable means.

Upon completion of the work, all materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed structure or facility shall be completely removed from the Owner's property. All slop-over from paving operations and scatterings of unused materials shall be removed.

23.1 PAYMENT. No direct payment for work specified under Section GENERAL REQUIREMENTS shall be made. Payment for work specified under Section GENERAL REQUIREMENTS shall be considered incidental to the Contract price.

ALB002 Perimeter Fence Improvements 6 General Requirements

CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)

PERIMETER FENCE IMPROVEMENTS AIRPORT IMPROVEMENTS PROGRAM AIP NO. 3-41-0001-013

ALBANY MUNICIPAL AIRPORT Albany, Oregon

Prepared by:

PRECISION APPROACH ENGINEERING, INC.

August 2013

TABLE OF CONTENTS

CONSTRUCTION SAFETY AND PHASING PLAN

205. Coordination ...... 1 206. Phasing ...... 1 207. Areas and Operations Affected by Construction Activity ...... 2 208. Navigation Aid (NAVAID) Protection ...... 2 209. Contractor Access ...... 2 210. Wildlife Management ...... 5 211. Foreign Object Debris (FOD) Management ...... 5 212. Hazardous Materials (HAZMAT) Management ...... 5 213. Notification of Construction Activities ...... 5 214. Inspection Requirements ...... 6 215. Underground Utilities ...... 6 216. Penalties ...... 6 217. Special Conditions ...... 6 218. Runway and Taxiway Visual Aids ...... 6 219. Marking and Signs for Access Routes ...... 7 220. Hazard Marking, Lighting and Signing ...... 7 221. Protection of Runway and Taxiway Safety Areas...... 8 222. Other Limitations on Construction ...... 9

Construction Safety and Phasing Plan Checklist (CSPP) Construction Progress Daily Safety Checklist (CPDS) Phonetic Alphabet & Pronunciation

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements i

ALBANY MUNICIPAL AIRPORT PERIMETER FENCE IMPROVEMENTS CONSTRUCTION SAFETY AND PHASING PLAN

(Note – Paragraph numbers refer to Advisory Circular 150/5370-2F)

205. Coordination. Airport operational safety during construction will be discussed during the prebid and preconstruction conferences. In addition:

a. Contractor Progress Meetings. Operational safety shall be a standing agenda item for discussion during progress meetings throughout the project.

b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the Construction Safety and Phasing Plan (CSPP). All changes will be reviewed and approved by the airport operator and the FAA.

c. FAA ATO Coordination. Coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. The project has been coordinated with Cindy Hirsch, ADO Project Manager, Seattle ADO, and Seattle FPO Specialist, Seattle Flight Procedures. There will be no impact to NAVAIDS.

206. Phasing. The sequence of construction has been phased to gain maximum efficiency while allowing for the required operations. The construction phases have been coordinated with airport users. The sequenced construction phases have been incorporated into the project design and are reflected in the contract drawings and specifications.

••• Phase Elements. Refer to construction drawings:

• Areas closed to aircraft operations • Duration of closures • Taxi routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances • Hazard marking and lighting • Lead times for required notifications

••• Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas have been developed for each construction phase. See construction drawings. • Site Plan – Sheet 2 • Construction Safety and Phasing Plan – Sheet 3 • Construction Safety and Phasing Plan Notes – Sheet 4

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 1

207. Areas and Operations Affected by Construction Activity. The construction phasing plan has been developed to allow runways and taxiways to remain in use to the maximum extent possible without compromising safety. The plan was discussed with airport users during project design.

a. Identification of Affected Areas. Areas and operations affected by the construction are identified in construction drawings. The following items are addressed:

(1) Closing, or partial closing, of runways, taxiways and aprons

(2) Closing of Aircraft Rescue and Firefighting access routes

(3) Closing of access routes used by airport support vehicles

(4) Interruption of utilities, including water supplies for firefighting

(5) Approach/departure surfaces affected by heights of objects

(6) Construction areas

b. Mitigation of Effects. Specific procedures necessary to maintain the safety and efficiency of airport operations are identified in construction drawings. The following items are addressed:

(1) Temporary changes to runway and/or taxi operations

(2) Detours for ARFF and other airport vehicles

(3) Maintenance of essential utilities

(4) Temporary changes to air traffic control procedures

208. Navigation Aid (NAVAID) Protection. This project has been coordinated with the FAA ATO/Technical Operations office. There will be no impact to NAVAIDS.

Stockpiling material, as well as movement and parking of equipment is not allowed in the critical area. Appropriate NOTAMs will be filed for construction activities. This project is being coordinated with the Seattle ADO. Submittal of a separate Form 7460-1 is not required.

209. Contractor Access. The project drawings show the areas to which the contractor has access, and how contractor personnel will access those areas. Specifically addressed are:

a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA, OFZ or OFA of an operational runway. Stockpiled materials and equipment adjacent to these areas shall be prominently marked and lighted during hours of restricted visibility or darkness. This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage.

b. Vehicle and Pedestrian Operations. Vehicle and pedestrian access routes are shown on the project drawings and are designed to prevent inadvertent or unauthorized entry of persons,

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 2

vehicles, or animals onto the AOA. These routes have been coordinated with airport tenants. The following is included:

(1) Construction site parking. These areas provide reasonable contractor employee access to the job site. All vehicles not essential for construction, including contractor employee vehicles shall remain outside of air operations area. Parking shall be confined to the Contractor’s staging area.

(2) Construction equipment parking. Contractor employees shall park and service all construction vehicles in an area outside the OFZ and never in the safety area of an active runway or taxiway. Inactive equipment shall not be parked on a closed taxiway or runway. Employees shall park construction vehicles outside the OFA when not in use.

(3) Access and haul roads. The construction contractor shall not use any access or haul roads other than those approved. Access routes used by contractor vehicles shall be clearly marked to prevent inadvertent entry to areas open to airport operations.

(4) Marking and lighting of vehicles. Contractor vehicles shall be marked and lighted in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. To operate in the AOA during daylight hours, the vehicle must have a flag or amber flashing attached to it. Any vehicle operating in the AOA during hours of darkness or reduced visibility must be equipped with an amber flashing beacon.

(5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions: Vehicles operating within or crossing the AOA must have prior approval from the airport Owner. Additional operations requirements are included in the project specifications and drawings. If a vehicle becomes lost or has a radio failure, the operator should vacate the runways and taxiways as quickly and safely as possible and advise the Contractor’s safety office or superintendent of the situation and wait for further instruction. If an emergency condition occurs, the contractor’s staff should meet at a location designated by the contractor’s safety officer.

(6) Required escorts. Vehicular traffic located in or crossing an AOA must have a working two-way radio or be escorted by a vehicle with a radio. All drivers shall confirm that no aircraft is approaching the vehicle position. When any vehicle, other than one that has prior approval from the airport Owner, must travel within any portions of an AOA, it will be escorted and properly identified and lighted.

(7) Training requirements for vehicle drivers. To ensure compliance with the airport’s rules and regulations, the Contractor’s Safety Officer will responsible to ensure contractor’s operations are in compliance with the airport operator’s vehicle rules and regulations. The Contractor’s Safety Officer will be trained on the rules and regulations by Airport Staff prior to beginning the project.

The Contractor shall conduct training sessions to assure that all personnel who will be performing radio on the Unicom frequency or airport operations personnel thoroughly understand airport operations. Emphasis shall be placed on the importance of runway and taxiway safety areas and hold lines, notices to airmen (NOTAMs), radio operation, and understanding these specifications.

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 3

(8) Situational awareness. Vehicle drivers shall confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when crossing a runway, taxiway, or any other area open to airport operations. No vehicles shall pass in front of pedestrians or moving aircraft. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time.

(9) Two-way radio communication procedures.

(a) General. Construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas must observe the proper procedures for communications, including using the appropriate radio frequency. When operating vehicles on or near open runways or taxiways, construction personnel must announce their intentions and continue to monitor aircraft operations.

The contractor shall provide a minimum of 2 radios capable of communication on the assigned frequency and designate an individual to monitor aircraft operations during all construction activities. The individual operating the radio shall be trained in aviation radio communications.

Vehicular traffic located in or crossing an AOA must have a working two-way radio, be under the direction of contractor furnished flaggers, or be escorted by a vehicle with a radio. All drivers shall confirm that no aircraft is approaching the vehicle position. Contractor shall monitor the Common Traffic Advisory Frequency (CTAF) while working in closed areas.

(b) Areas requiring two-way radio communication with Aircraft and the FBO. Anywhere on Airport property.

(c) Frequencies to be used. The contractor shall use and monitor Frequency 122.8

(d) Proper radio usage, including read back requirements . Per established procedures at Albany Municipal Airport

(e) Radio operators . Radio operators shall use proper phraseology, including the International Phonetic Alphabet.

(f) Light gun signals . N/A

(10) Maintenance of the secured area of the airport, including:

(a) Fencing and gates. Contractors shall take care to maintain security during construction when access points are created in the security fencing 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. Procedures shall be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit “piggybacking” behind another person or vehicle.

Contractor shall be responsible to provide gate guard personnel any time material delivery, hauling, or other construction activities require leaving a gate open that provides access to the airport.

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 4

(b) Badging requirements. No badging required

(c) Airports subject to 49 CFR Part 1542, Airport Security. N/A

(11) Flagging. It is anticipated that construction traffic will be required to cross active taxiways and aprons. During operations, the contractor shall furnish flaggers for control of construction traffic. Flaggers are to be trained by Airport Operations Personnel on airport procedures prior to assuming their control duties. Vehicle traffic will be permitted to cross active taxiways only when flaggers are in the appropriate position. Flaggers at critical locations and as directed by Airport Operations Personnel will be required to maintain and monitor radio communications with the local air traffic. Under no circumstances is the Contractor to cross a runway open to air traffic.

210. Wildlife Management. The airport does not have a Wildlife Hazard Management Plan. The Contractor shall carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel shall be aware of and avoid construction activities that can create wildlife hazards on airports, such as:

a. Trash. Food scraps must be collected from construction personnel activity.

b. Standing Water.

c. Tall Grass and Seeds.

d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above.

e. Disruption of Existing Wildlife Habitat. Contractor personnel shall immediately notify the airport operator of wildlife sightings.

211. Foreign Object Debris (FOD) Management. The Contractor shall not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be removed immediately. Materials capable of creating FOD shall be continuously removed during the construction project. Fencing may be necessary to contain material that can be carried by wind into areas where aircraft operate.

212. Hazardous Materials (HAZMAT) Management. The contractors shall be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks

213. Notification of Construction Activities. The contractor shall immediately notify the airport operator or Engineer of any conditions adversely affecting the operational safety of the airport.

a. List of Responsible Representatives/Points of Contact. The contractor shall prepare and maintain an emergency contact list for all involved parties, and procedures for contacting each party, including after hours.

b. NOTAMs. Before beginning any construction activity which may impact the normal operations at the airport the contractor must ensure that the activity has been reported using the FAA’s Notice to Airmen (NOTAM) system. Upon completion of work and return of areas to standard conditions, the contractor must verify the cancellation of all applicable NOTAMs.

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 5

Only the airport operator may initiate or cancel NOTAMs, and is the only entity that can close or open a runway.

c. Emergency notification procedures for medical, firefighting, and police response. The first and immediate action will be for the Contractor to call 911. If airport staff is present, they will call 911 and then will immediately notify airport staff.

d. Coordination with ARFF. N/A

e. Notification to the FAA. All communication with the FAA will be accomplished by the airport operator.

214. Inspection Requirements.

a. Daily Inspections. Inspections will be conducted daily, or more frequently if necessary to ensure conformance with this CSPP. A Construction Progress Daily Safety (CPDS) checklist, enclosed as part of this document, will be used.

b. Final Inspection . A final inspection with the participation of the Owner, Engineer, and Contractor will be performed.

215. Underground Utilities. Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Drawings. There may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the airport or the Engineer for their accuracy or completeness.

Coordination among the FAA, airport management, utility companies, resident engineer, and contractors will be accomplished at the preconstruction conference. NAVAIDs, Weather Service facilities, electric cables, and other utilities must be fully protected during the entire construction time.

216. Penalties. Contractors are subject to suspension of work for noncompliance. Contractor Personnel who violate safety requirements may be removed from the project at the discretion of the Owner.

217. Special Conditions. None

218. Runway and Taxiway Visual Aids. The contractor shall insure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, the contractor shall verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational.

a. General. Airport markings, lighting, signs, and visual NAVAIDs shall be clearly visible to pilots, and not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact.

b. Markings. N/A

c. Signs. N/A

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 6

d. Lighting and Visual NAVAIDs. N/A

219. Marking and Signs for Access Routes. Pavement markings and signs will conform to AC 150/5340-18 and with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) or State highway specifications. Signs adjacent to areas used by aircraft will comply with the frangibility requirements of AC 150/5220-23, Frangible Connections.

220. Hazard Marking, Lighting and Signing.

a. Hazard Marking and Lighting . Hazardous areas in the AOA, including any area affected by construction that is normally accessible to aircraft, personnel, or vehicles, open manholes, areas under repair, stockpiled material, waste areas, and areas subject to jet blast, shall be marked with barricades. During periods of low visibility and at night, red flashing lights shall be operational on the barricades. The hazardous area marking and lighting shall be furnished and maintained by the contractor.

b. Equipment.

(1) Barricades. Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods to identify and define the limits of construction and hazardous areas. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades shall be such that a breach is physically prevented barring a deliberate act.

(2) Lights. Lights shall be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Lights shall be mounted on barricades and spaced at no more than 10 ft. Lights shall be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations.

(3) Signs. The contractor shall supplement barricades with signs (for example “No Entry,” “No Vehicles”) as necessary.

(4) Air Operations Area - General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, the contractor shall use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades shall be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they shall be frangible within 3 inches of the ground.

(5) Air Operations Area - Runway/Taxiway Intersections. The contractor shall use highly reflective barricades with lights to close taxiways leading to closed runways.

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 7

(6) Air Operations Area - Other. Beyond runway and taxiway object free areas and aprons, the contractor may use various materials, including railroad ties, sawhorses, jersey barriers, or barrels as barricades intended for construction vehicles and personnel.

(7) Maintenance. The construction specifications include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor shall 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.

221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, obstacle free zones (OFZ), object free areas (OFA), and approach surfaces shall be protected at all times by the contractor. This project is being coordinated with the Seattle ADO. Submittal of a separate Form 7460-1 is required. The project drawings show all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction.

a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway. Construction activities within the existing RSA are subject to the following conditions:

(1) No construction may occur within the RSA while the runway is open for aircraft operations.

(2) Excavations

(a) Open trenches or excavations are not permitted within the RSA while the runway is open. If the runway must be opened before excavations are backfilled, the contractor shall cover the excavations appropriately. Covering for open excavations shall be designed to allow the safe operation of the heaviest aircraft operating on the runway without damage to the aircraft.

(b) The contractor shall 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.

(3) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and 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.

b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material shall not be stockpiled in the ROFA.

c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. Construction activities within the TSA are subject to the following conditions:

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 8

(1) No construction may occur within the TSA while the taxiway is open for aircraft operations.

(2) Excavations.

(a) 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, the contractor shall cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway without damage to the aircraft.

(b) The contractor shall 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.

(3) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and be capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft.

d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus, the restrictions are more stringent. No construction may occur within the taxiway object free area while the taxiway is open for aircraft operations.

e. Obstacle Free Zone (OFZ). Personnel, material, or equipment may not penetrate the OFZ while the runway is open for aircraft operations.

f. Runway Approach/Departure Areas. Personnel, materials, and equipment shall remain clear of the applicable approach and departure surfaces.

(1) Construction activity in a runway approach/departure area. Runway 16-34 will remain open during construction. Construction operations will have limited activity within the Runway 34 approach/departure area. The height of all equipment used in this area shall be restricted to prevent penetrations to the approach or departure slopes of the runway. See project drawings for more information.

(2) Caution regarding partial runway closures. N/A

(3) Caution regarding displaced thresholds. N/A

222. Other Limitations on Construction:

a. Prohibitions.

(1) The use of tall equipment is prohibited unless a Form 7460-1 determination letter has been issued by FAA.

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 9

(2) Open flame welding or torches are not permitted unless fire safety precautions are provided and the airport operator has approved their use.

(3) The use of electrical blasting caps on or within 1,000 feet of the airport property is prohibited.

(4) The use of flare pots within the AOA is prohibited.

b. Restrictions.

(1) Construction suspension required during specific airport operations. The airport owner shall have the authority to suspend the work wholly, or in part, for such period as necessary, due to conditions considered unfavorable for the prosecution of the work, or due to the failure of the Contractor to carry out orders given or perform provisions of the contract.

(2) Areas that cannot be worked on simultaneously. The contractor shall refer to the Contract Drawings for a description of areas that cannot be worked on simultaneously.

(3) Day or night construction restrictions. Any vehicle operating in the AOA during hours of darkness or reduced visibility must be equipped with an amber flashing beacon. When used during periods of darkness, all barricades, warning signs, and hazard markings shall be suitably illuminated.

(4) Seasonal construction restrictions. N/A

p:\a\alb002-fence improvements\0600info\0670reports\constructionsafety&phasingplan\100% submittal\01 cspp doc_albany fence_alb002.docx

Albany Municipal Airport Construction Safety and Phasing Plan ALB002 Perimeter Fence Improvements 10 September 29, 2011 AC 150/5370-2F

Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not as a required submittal.

Coordination Reference Addressed Remarks General Considerations Requirements for predesign, prebid, and preconstruction conferences to introduce the 205 subject of airport operational safety during □ □ □ construction are specified. Yes No NA

Operational safety is a standing agenda item for 205 construction progress meetings. □ □ □ Yes No NA

Scheduling of the construction phases is properly 206 addressed. □ □ □ Yes No NA Areas and Operations Affected by Construction Activity

Drawings showing affected areas are included. 207.a □ □ □ Yes No NA

Closed or partially closed runways, taxiways, 207.a(1) and aprons are depicted on drawings. □ □ □ Yes No NA

Access routes used by ARFF vehicles affected 207.a(2) by the project are addressed. □ □ □ Yes No NA

Access routes used by airport and airline support 207.a(3) vehicles affected by the project are addressed. □ □ □ Yes No NA

Underground utilities, including water supplies 207.a(4) for fire fighting and drainage. □ □ □ Yes No NA

Approach/departure surfaces affected by heights 207.a(5) of temporary objects are addressed. □ □ □ Yes No NA Construction areas, storage areas, and access routes near runways, taxiways, aprons, or 207.a □ □ □ helipads are properly depicted on drawings. Yes No NA

Temporary changes to taxi operations are 207.b(1) addressed. □ □ □ Yes No NA

43 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011

Coordination Reference Addressed Remarks

Detours for ARFF and other airport vehicles are 207.b(2) identified. □ □ □ Yes No NA

Maintenance of essential utilities and 207.b(3) underground infrastructure is addressed. □ □ □ Yes No NA

Temporary changes to air traffic control 207.b(4) procedures are addressed. □ □ □ Yes No NA NAVAIDS

Critical areas for NAVAIDs are depicted on 208 drawings. □ □ □ Yes No NA Effects of construction activity on the performance of NAVAIDS, including 208 □ □ □ unanticipated power outages, are addressed. Yes No NA

Protection of NAVAID facilities is addressed. 208 □ □ □ Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted 208 □ □ □ on drawings. Yes No NA Procedures for coordination with FAA 208, 213.a, ATO/Technical Operations, including 213.e(3)(a), □ □ □ identification of points of contact, are included. 218.a Yes No NA Contractor Access The CSPP addresses areas to which contractor will have access and how the areas will be 209 □ □ □ accessed. Yes No NA

The application of 49 CFR Part 1542 Airport 209 Security, where appropriate, is addressed. □ □ □ Yes No NA

The location of stockpiled construction materials 209.a is depicted on drawings. □ □ □ Yes No NA

The requirement for stockpiles in the ROFA to 209.a be approved by FAA is included. □ □ □ Yes No NA

Requirements for proper stockpiling of materials 209.a are included. □ □ □ Yes No NA

Appendix 3 Safety and Phasing Plan Checklist 44 September 29, 2011 AC 150/5370-2F

Coordination Reference Addressed Remarks

Construction site parking is addressed. 209.b(1) □ □ □ Yes No NA

Construction equipment parking is addressed. 209.b(2) □ □ □ Yes No NA

Access and haul roads are addressed. 209.b(3) □ □ □ Yes No NA A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, 209.b(4) Painting, Marking and Lighting of Vehicles □ □ □ Used on an Airport, is included. Yes No NA

Proper vehicle operations, including 209.b(5), requirements for escorts, are described. 209.b(6) □ □ □ Yes No NA

Training requirements for vehicle drivers are 209.b(7) addressed. □ □ □ Yes No NA

Two-way radio communications procedures are 209.b(9) described. □ □ □ Yes No NA

Maintenance of the secured area of the airport is 209.b(10) addressed. □ □ □ Yes No NA Wildlife Management

The airport operator’s wildlife management 210 procedures are addressed. □ □ □ Yes No NA Foreign Object Debris Management

The airport operator’s FOD management 211 procedures are addressed. □ □ □ Yes No NA Hazardous Materials Management

The airport operator’s hazardous materials 212 management procedures are addressed. □ □ □ Yes No NA Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions 213 adversely affecting the operational safety of the □ □ □ airport are detailed. Yes No NA

45 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011

Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for 213.a □ □ □ contacting them 24 hours a day, seven days a Yes No NA week is specified.

A list of local ATO/Technical Operations 213.a personnel is included. □ □ □ Yes No NA

A list of ATCT managers on duty is included. 213.a □ □ □ Yes No NA

A list of authorized representatives to the OCC is 213.b included. □ □ □ Yes No NA Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of 208, 213.b,

NOTAMS about airport conditions resulting 218.b(4)(i) □ □ □ from construction are included. Yes No NA Provision of information on closed or hazardous conditions on airport movement areas by the 213.b □ □ □ airport operator to the OCC is specified. Yes No NA

Emergency notification procedures for medical, 213.c fire fighting, and police response are addressed. □ □ □ Yes No NA

Coordination with ARFF personnel for non- 213.d emergency issues is addressed. □ □ □ Yes No NA

Notification to the FAA under 14 CFR parts 77 213.e and 157 is addressed. □ □ □ Yes No NA Reimbursable agreements for flight checks and/or design and construction for FAA owned 213.e(3)(b) □ □ □ NAVAIDs are addressed. Yes No NA Inspection Requirements

Daily inspections by both the airport operator 214.a and contractor are specified. □ □ □ Yes No NA

Final inspections at certificated airports are 214.b specified when required. □ □ □ Yes No NA Underground Utilities

Procedures for protecting existing underground 215 facilities in excavation areas are described. □ □ □ Yes No NA

Appendix 3 Safety and Phasing Plan Checklist 46 September 29, 2011 AC 150/5370-2F

Coordination Reference Addressed Remarks Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans 216 □ □ □ are detailed. Yes No NA Special Conditions Any special conditions that affect the operation of the airport or require the activation of any 217 □ □ □ special procedures are addressed. Yes No NA Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs 218.a □ □ □ is addressed. Yes No NA

Frangibility of airport markings, lighting, signs, 218.a, 218.c, and visual NAVAIDs is specified. 219, 220.b(4) □ □ □ Yes No NA The requirement for markings to be in compliance with AC 150/5340-1, Standards for 218.b □ □ □ Airport Markings is specified. Yes No NA The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, 218.b(1)(f) Specification for Portable Runway and Taxiway □ □ □ Lights , and AC 150/5345-53 Airport Lighting Yes No NA Certification Program, is specified.

The use of a lighted X is specified where 218.b(1)(b), appropriate. 218.b(3) □ □ □ Yes No NA The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for 218.c Airport Sign Systems, and AC 150/5345-53, □ □ □ Airport Lighting Certification Program, is Yes No NA specified. Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent 219 □ □ □ practicable, with the MUTCD and/or State Yes No NA highway specifications. Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is 220.a normally accessible to aircraft, personnel, or □ □ □ vehicles are specified. Yes No NA

47 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011

Coordination Reference Addressed Remarks Hazard marking and lighting are specified to identify open manholes, small areas under repair, 220.a □ □ □ stockpiled material, and waste areas. Yes No NA

The CSPP considers less obvious construction- 220.a related hazards. □ □ □ Yes No NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.b(1) subjected to typical winds, prop wash and jet □ □ □ blast is specified. Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a 220.b(1) □ □ □ deliberate act. Yes No NA

Red lights meeting the luminance requirements 220.b(2) of the State Highway Department are specified. □ □ □ Yes No NA Barricades, temporary markers, and other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified 220.b(4) □ □ □ to be as low as possible to the ground, and no Yes No NA more than 18 in high. Barricades marked with diagonal, alternating orange and white stripes are specified to indicate 220.b(4) construction locations in which no part of an □ □ □ aircraft may enter. Yes No NA Highly reflective barriers with lights are specified to barricade taxiways leading to closed 220.b(5) □ □ □ runways. Yes No NA

Markings for temporary closures are specified. 220.b(5) □ □ □ Yes No NA The provision of a contractor’s representative on call 24 hours a day for emergency maintenance 220.b(7) of airport hazard lighting and barricades is □ □ □ specified. Yes No NA Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1), runway or taxiway is open for aircraft 221.c(1) □ □ □ operations. Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA 221.a(2), dimensions with the ATCT and the appropriate 221.c(2) □ □ □ FAA Airports Regional or District Office and Yes No NA issues a local NOTAM.

Appendix 3 Safety and Phasing Plan Checklist 48 September 29, 2011 AC 150/5370-2F

Coordination Reference Addressed Remarks Procedures for ensuring adequate distance for protection from blasting operations, if required 221.c(3) □ □ □ by operational considerations, are detailed. Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety 221.a(4) area while the associated runway or taxiway is □ □ □ open. Yes No NA Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the 221.a(4) □ □ □ associated runway or taxiway is open is detailed. Yes No NA The CSPP includes provisions for prominent marking of open trenches and excavations at the 221.a(4) □ □ □ construction site. Yes No NA

Grading and soil erosion control to maintain 221.c(5) RSA/TSA standards are addressed. □ □ □ Yes No NA

The CSPP specifies that equipment is to be 221.b removed from the ROFA when not in use. □ □ □ Yes No NA The CSPP clearly states that no construction may occur within a taxiway safety area while the 221.c □ □ □ taxiway is open for aircraft operations. Yes No NA Appropriate details are specified for any construction work to be accomplished in a 221.d □ □ □ taxiway object free area. Yes No NA Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or 221.e threshold siting surfaces while the runway is □ □ □ open for aircraft operations are included. Yes No NA Provisions for protection of runway approach/departure areas and clearways are 221.f □ □ □ included. Yes No NA Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety 222.a(2) precautions are provided and the airport operator □ □ □ has approved their use. Yes No NA

The CSPP prohibits the use of flare pots within 222.a(4) the AOA at any time. □ □ □ Yes No NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport 222.a(3) □ □ □ property. Yes No NA

49 Appendix 3 Safety and Phasing Plan Checklist September 29, 2011 AC 150/5370-2F

Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project.

Potentially Hazardous Conditions

Item Action Required or None

Excavation adjacent to runways, taxiways, and aprons improperly backfilled. □

Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area □ and aircraft approach or departure areas/zones; or obstructing any sign or marking.

Runway resurfacing projects resulting in lips exceeding

3 in (7.6 cm) from pavement edges and ends. □

Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ. □ Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized □ or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and similar objects — located in critical areas, such as OFZ □ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a □ related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in □ aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage.

51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F September 29, 2011

Item Action Required or None Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from □ open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of □ marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near □ airports. Obliterated or faded temporary markings on active operational areas. □ Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. □ Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. □ Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach □ aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. □ Lack of radio communications with construction vehicles in airport movement areas. □ Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to □ pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or □ diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. □

Appendix 4 Construction Project Daily Safety Inspection Checklist 52 September 29, 2011 AC 150/5370-2F

Item Action Required or None Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). □ Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on □ circuits. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. □ Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. □

Site burning, which can cause possible obscuration. □ Construction work taking place outside of designated work areas and out of phase. □

53 Appendix 4 Construction Project Daily Safety Inspection Checklist Phonetic Alphabet and P ronunciation Letter Word Pronunciation Alfa (ICAO, ITU, FAA) A Alpha (ANSI) AL FAH B Bravo BRAH VOH CHAR LEE C Charlie or SHAR LEE (ICAO, ITU) D Delta DELL TAH E Echo ECK OH F Foxtrot FOKS TROT G Golf GOLF HO TELL (ICAO) H Hotel HOH TELL (ITU, FAA) I India IN DEE AH Juliett (ICAO, ITU, FAA) J Juliet (ANSI) JEW LEE ETT K Kilo KEY LOH L Lima LEE MAH M Mike MIKE N November NO VEM BE R O Oscar OSS CAH P Papa PAH PAH Q Quebec KEH BECK R Romeo ROW ME OH SEE AIR RAH (ICAO, ITU) S Sierra SEE AIR AH (FAA) T Tango TANG GO YOU NEE FORM U Uniform or OO NEE FORM (ICAO, ITU) V Victor VIK TAH W Whiskey WISS KEY ECKS RAY (ICAO, ITU) X X-ray ECKS RAY (FAA) Y Yankee YANG KEY Z Zulu ZOO LOO Zero (ICAO, FAA) ZE RO (ICAO, FAA) 0 Nadazero (ITU) NAH-DAH-ZAY-ROH (ITU) One (ICAO, FAA) WUN (ICAO, FAA) 1 Unaone (ITU) OO-NAH-WUN (ITU) Two (ICAO, FAA) TOO (ICAO, FAA) 2 Bissotwo (ITU) BEES-SOH-TOO (ITU) Three (ICAO, FAA) TREE (ICAO, FAA) 3 Terrathree (ITU) TAY-RAH-TREE (ITU) Four (ICAO, FAA) FOW ER (ICAO, FAA) 4 Kartefour (ITU) KAR-TAY-FOWER (ITU) Five (ICAO, FAA) FIFE (ICAO, FAA) 5 Pantafive (ITU) PAN-TAH-FIVE (ITU) Six (ICAO, FAA) SIX (ICAO, FAA) 6 Soxisix (ITU) SOK-SEE-SIX (ITU) Seven (ICAO, FAA) SEV EN (ICAO, FAA) 7 Setteseven (ITU) SAY-TAY-SEVEN (ITU) Eight (ICAO, FAA) AIT (IC AO, FAA) 8 Oktoeight (ITU) OK-TOH-AIT (ITU) Nine (ICAO, FAA) NIN ER (ICAO, FAA) 9 Novenine (ITU) NO-VAY-NINER (ITU)

MOBILIZATION/DEMOBILIZATION

DESCRIPTION

1.1 This item shall consist of work necessary to relocate personnel and equipment; set up barricades; complete utility locates; obtain all applicable construction permits; perform all work for construction survey including preparation and submittal of all required survey documentation; set up and dismantle all temporary offices, buildings, facilities, and utilities; and perform site restoration and cleanup. This item shall also include any other items required for construction phasing and safety during construction of this project, whether specified on the drawings or not. In addition, included shall be all costs associated with shutdowns outlined on the drawings or shown in the specifications . No additional compensation shall be due to Contractor for planned shutdowns.

1.2 The approximate limits of the Contractor's designated area for temporary facilities are shown on the Drawings. In the event additional space is required for the Contractor's operations, the Contractor shall make arrangements with the Owner.

MATERIALS

2.1 TEMPORARY FACILITIES. The Contractor shall provide all temporary facilities as required for performing the work. See Section GENERAL REQUIREMENTS.

2.2 SECURITY FENCING. Construct a temporary security fence around the Contractor's staging area. Maintain the fence during construction period and provide security for the Contractor's existing materials and facilities.

2.3 PARKING FACILITIES. Provide parking facilities for personnel working on the project. Employee or equipment parking will be permitted only in areas specifically designated for the Contractor's use. No employee-owned vehicles shall be permitted within the airside area of the airport.

2.4 RECORD DRAWINGS. The Contractor shall maintain a set of full size drawings on site noting changes in project layout, details, and other information shown on the drawings.

2.5 TEMPORARY OFFICE FACILITY FOR RESIDENT INSPECTOR. [NOT REQUIRED]

2.6 SAFETY PLAN COMPLIANCE DOCUMENT. The Contractor shall submit a Safety Plan Compliance Document (SPCD) as required in the Construction Safety and Phasing Plan.

2.7 RADIO. The Contractor shall provide a minimum of two radios, one carried by the safety officer and the other by the Superintendent, unless otherwise agreed to with the Engineer and Owner. The radios shall have dual power source; i.e., battery and a car/truck plug in, and be capable of communication on the airport VHF frequency, 122.8. Radio checks shall be made daily as coordinated with the Engineer and Owner.

2.8 SURVEY. The Contractor shall perform all survey activities necessary to control the phases of work required to construct the project to the lines and grades as shown, established, or specified in the specifications or shown on the drawings.

CONSTRUCTION METHODS

3.1 LAYOUT OF TEMPORARY FACILITIES. Set up construction facilities in a neat and orderly manner within designated area. Accomplish all required work in accordance with applicable portions of these Specifications, or as approved. Confine operations to work area shown.

ALB002 Perimeter Fence Improvements 1 Mobilization/Demobilization

3.2 OBSTRUCTIONS. Some obstructions may not be shown. Bidders are advised to carefully inspect the existing facilities before preparing their bids (proposals). The removal of minor obstructions such as rocks and other debris shall be anticipated and accomplished, even though not shown or specifically mentioned.

3.3 TEMPORARY SHUTDOWN. The Contractor shall cease operations during periods indicated on the drawings. During this time, the Contractor shall secure all materials within the staging area, set up barricades, cones, or other safety measures as specified or as directed by the Engineer. No airport shutdown or runway closures will be permitted.

3.4 SITE RESTORATION AND CLEANUP. Upon completion of the project, all areas used by the Contractor in connection with the work shall be finished as follows: Project site and staging areas properly cleared of all temporary structures, rubbish, and waste materials, and properly graded to drain, and blended in with the abutting property. Any area used by the Contractor for deposit of waste materials shall be finished to properly drain and blend with the surrounding terrain. The Contractor shall perform all work necessary to restore any haul route used by his equipment to their original condition. Temporary roadways shall be obliterated and original vegetation reestablished. Existing roadways, runways, and taxiways shall be patched or overlaid as necessary to restore them to original condition.

3.5 RECORD DRAWINGS, TEST RESULTS AND SURVEY NOTES AND QUANTITY COMPUTATIONS. At the conclusion of the work, the Contractor shall furnish the Engineer with one set of record drawings. This shall be a full-size set of Contract drawing prints accurately marked to reflect current conditions or any changes in geometric layout of project items, changes in details, drainage structure grade and invert elevations, and changes in work that occurred during the course of the project. The Contractor shall provide a report containing all test results, separated by material type as required by the specifications and a copy of all survey notes and computations made in connection with the work to the Engineer.

The Contractor shall furnish the Engineer with survey notes of "finish grades" for all improvement in this project. The data shall include as a minimum:

1. Elevation and location of all survey reference points or any new disturbed, or replaced, benchmark or control points along the Fence line.

2. Any work performed by change order that can be reflected in the Drawings.

Final payment will not be made until the "record drawings", survey data, and all other items under this specification have been submitted and approved by the Engineer.

The Contractor shall provide a complete summary of all notes, calculations and computations used to determine measurement for pay quantities.

METHOD OF MEASUREMENT

4.1 The quantity of measurement for Mobilization and Demobilization shall be one item, complete.

4.2 The quantity of measurement for Construction Survey shall be one item, complete, including preparation and submittal of all required notes, reports, and all other documentation necessary or required for all phases of work to construct the project in its entirety.

ALB002 Perimeter Fence Improvements 2 Mobilization/Demobilization

BASIS OF PAYMENT

5.1 Payment shall be made at the Contract lump sum for Mobilization and Demobilization. This price shall be full compensation for all move in and move out costs, temporary shutdowns, testing, and for furnishing all materials; for all disposal costs, and for all site restoration and cleanup costs, labor, equipment, tools, submittal of all required documentation, and incidentals necessary to complete the item.

The amounts to be allowed for "Mobilization" in the partial payment to be made under the contract will be made as follows: 1. Mobilization will be paid based on the percent completion of the total amount bid for other bid items up to 75% of the amount bid for mobilization and demobilization.

2. Upon successful substantial completion of all work and acceptance of restoration work, submittal of record drawings, test results as required by the contract, and survey notes, the remaining 25% bid for mobilization and demobilization will be paid.

5.2 Payment shall be made at the Contract lump sum for Construction Survey. This price shall be full compensation for furnishing all equipment and materials, submittal of required documentation including reports, notes, labor, and incidentals necessary to complete the item.

Payment will be made under:

Bid Item No. 1 Mobilization and Demobilization--per Lump Sum

Bid Item No. 2 Construction Survey--per Lump Sum

ALB002 Perimeter Fence Improvements 3 Mobilization/Demobilization

ITEM F-162 CHAIN-LINK FENCE AND GATES

DESCRIPTION

162-1.1 This item shall consist of furnishing and installing an automated vehicle gate, double swing gates, pedestrian gate, chain-link fence, fence removal, tree/brush clearing and security light 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 in (50 mm) mesh and shall meet the requirements of ASTM A 392, Class 2. 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 3, 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. Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. Posts, rails, and braces, with the exception of galvanized steel conforming to F 1043 or ASTM F 1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: External: 1,000 hours with a maximum of 5% red rust. Internal: 650 hours with a maximum of 5% red rust. 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. 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. 162-6 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. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 3000 psi, maximum 5-inch slump, 4-percent to 6-percent air entrained. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. 162-2.9 SIGNS. When specified on the drawings, provide metal signs for vehicle gates, pedestrian gates, and security fencing as shown on the drawings. Sign size, color, type, and lettering shall be as shown on the drawings. Signs shall be permanently fixed to the gate or fence per the direction of the Owner with Stainless steel or galvanized hardware.

ALB002 Perimeter Fence Improvements 1 F-162 Chain-Link Fence and Gates

162-2.10 AUTOMATED VEHICLE GATE. a. Operator . Slide gate operators shall come equipped with computer-controlled solid state circuitry, a solid state control board with built-in time delay, option plug-in loop detectors, and a built-in power disconnect switch.

The operator shall have a 1-horsepower capacitor type heavy-duty motor with hydraulic drive, current or thermal overload sensing device, and instant reverse in any direction. The operator shall have an adjusted solenoid activated lock and manual disconnect. The operating voltage of the motor shall be 230 volts, 8 amps, and the phasing of the motor shall be single-phase.

b. Safety. Gate operation shall be UL-325 compliant, prewired, with Loop Detector No. 420-1019, ready to install to the manufacturer’s directions. Operator shall have an audible warning alarm system that provides a 3- to 5-second advance warning, and automatic reversing capability. The leading edge of the gate shall be equipped with a pressure sensitive safety strip that will immediately stop and then reverse the gate if contact is made during closure. 162-2.11 ACCESS CONTROL. Access control shall be numeric digital keyless entry system with key operation override compatible with the system installed at the airport. Access units shall be pole-mount units to be installed as shown on the Drawings, or approved equal. The keypad unit shall be able to have a unique numbers for each user, store data, have the data downloaded to an interim storage device, and have the data transferred to a computer. All necessary software to complete the data transfer shall be provided. Data shall be in a format that can be reviewed and manipulated in a spreadsheet or software provided at no additional cost to the Owner. Data transfer shall be compatible to the Owner’s computer system. Keypad storage must retain a minimum of 3,500 entries. 162-2.12 KEY SWITCH. An emergency access key switch shall be provided. Confirm access requirement with local fire department.

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 minimum 10 ft on Owner property from the new fence alignment before starting fencing operations. Removed material shall be disposed of off-site. All holes remaining after the clearing operation shall be filled with acceptable material, verify material with Engineer. The cost of removing and disposing of the material off site shall constitute to the Tree/Brush Clearing pay item. 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. 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 in (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 in (300 mm). 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. 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

ALB002 Perimeter Fence Improvements 2 F-162 Chain-Link Fence and Gates

contour of the ground, with the bottom of the fence fabric no less than 1 in (25 mm) or more than 4 in (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. 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 in (150 mm) or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence. The ground shall be accomplished with a copper clad rod 8 ft (240 cm) long and a minimum of 5/8 in (15 mm) in diameter driven vertically until the top is 6 in (150 mm) below the ground surface. A No. 6 copper conductor shall be irreversibly connected between the ground rod, line post, fabric and top rail in such a manner that each element of the fence is grounded. Grounding wire shall weave through the fence fabric adjacent to the line post and shall be irreversibly connected to the top rail. Where the power line passes over a gate, the gate shall be grounded using a flexible copper strap and connectors designed for that purpose; such equipment is subject to submittal and approval. Installation of grounding shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.7 GATE OPERATOR, KEYLESS ENTRY, KEY SWITCH, AND LOCK.

Installation shall be as follows:

a. Gate operator, switch, access unit, and lock shall all be installed according to the manufacturer’s directions and as shown on the drawings. b. Keyless entry shall be as specified. c. All power shall be supplied as required for the equipment from the locations shown on the drawings, or from other location(s) as directed by the Owner or Engineer. d. Underground electrical wiring shall be installed in PVC conduit. e. All costs for trenching, conduit, conductor, cable, splices, handholes, etc. from the electrical supply point to the equipment, including keypad, shall be considered incidental to the automated vehicle gate bid item.

162-3.8 FENCE AND GATE REMOVAL. Existing fencing and gates shall be removed in their entirety including all posts, fabric, foundations, wire, braces, and incidental parts and shall be disposed of off-site or as directed by the Owner. Remaining holes shall be backfilled and compacted with native or other approved material.

METHOD OF MEASUREMENT

162-4.1 Fence removal will be measured per linear foot of existing fence alignment removed. 162-4.2 Payment for Chain-Link Fence, 7-foot will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.3 Chain-Link Fence, H-Brace will be measured for payment by per each. Measurement for one unit shall be between two line posts or between line post and a gate post. 162-4.4 Pedestrian Gate, 4-foot measurement shall include installation of new gate, locking system, as specified and as shown on the drawings, and will be measured as complete unit to include applicable access unit. 162-4.5 Double Swing Gate, 16-foot measurement shall include installation of new gate, locking system, as specified and as shown on the drawings, and will be measured as complete unit to include applicable access unit. 162-4.6 Automated Vehicle Gate installation will be measured as complete unit to include applicable security light, key switches, gates, gate operator, access unit, ground loops, trenching, conduit, conductor, cable, splices, handholes, sealant, wiring, and all electrical equipment, and all hardware necessary for operation of the gate. 162-4.7 The quantity of Tree/Brush Clearing as shown by the limits on the plans or as ordered by the Engineer shall be measured per lump sum.

ALB002 Perimeter Fence Improvements 3 F-162 Chain-Link Fence and Gates

BASIS OF PAYMENT

162-5.1 Payment for Fence Removal will be made at the contract unit price per linear foot of fence removed. The price shall be full compensation for furnishing or disposal of all materials, including removal of concrete 3 inches below ground surface, and for all preparation, labor, equipment, tools, and incidentals necessary to complete the item accepted by the Engineer. 162-5.2 Payment for Chain-Link Fence, 7-foot will be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, testing, and for all equipment, labor, tools, and incidentals necessary to complete the item and accepted by the Engineer. 162-5.3 Payment for Chain-Link Fence, H-Brace will be made at the contract unit price per each. The price shall be full compensation for furnishing all materials, additional to ordinary fence sections, and for all preparation, erection, and installation of these materials, testing, and for all equipment, labor, tools, and incidentals necessary to complete the item and accepted by the Engineer. 162-5.4 Payment for Pedestrian Gate, 4-foot will be made at the contract unit price per each. The price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, testing, and for all equipment, labor, tools, and incidentals necessary to complete the item and accepted by the Engineer. 162-5.5 Payment for Double Swing Gate, 16-foot will be made at the contract unit price per each. The price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, testing, and for all equipment, labor, tools, and incidentals necessary to complete the item and accepted by the Engineer. 162-5.6 Payment for Automated Vehicle Gate will be made at the contract unit price per each. The price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, testing, and for all equipment, labor, tools, and incidentals necessary to complete the item and accepted by the Engineer.

162-5.7 Payment for Tree/Brush Clearing will be made at the contract unit price per lump sum. The 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:

Bid Item No. 3 Fence Removal--per Linear Foot

Bid Item No. 4 Chain-Link Fence, 7-Foot--per Linear Foot

Bid Item No. 5 Chain-Link Fence, H-Brace--per Each

Bid Item No. 6 Pedestrian Gate, 4-Foot--per Each

Bid Item No. 7 Double Swing Gate, 16-Foot--per Each

Bid Item No. 8 Automated Vehicle Gate--per Each

Bid Item No. 9 Tree/Brush Clearing--per Lump Sum

MATERIAL REQUIREMENTS

ASTM A 121 Zinc-Coated (Galvanized) Steel Barbed Wire

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

ALB002 Perimeter Fence Improvements 4 F-162 Chain-Link Fence and Gates

ASTM A 491 Aluminum-Coated Steel Chain-Link Fence Fabric

ASTM A 572 High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Steel Quality

ASTM A 653 Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process

ASTM A 824 Metallic-Coated Steel Marcelled Tension Wire for Use With Chain Link Fence

ASTM A 1011 Steel Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy and High- Strength Low-Alloy with Improved Formability

ASTM B 117 Standard Practice for Operating Salt Spray (Fog) Apparatus

ASTM B 221 Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire Shapes and Tubes

ASTM B 429 Aluminum-Alloy Extruded Structural Pipe and Tube

ASTM F 668 Poly(vinyl Chloride)(PVC) and other Organic Polymer-Coated Steel Chain-Link Fence Fabric

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

ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric

ASTM F 1345 Zinc-5% Aluminum-Mischmetal Alloy-Coated Steel Chain Link Fence Fabric

ASTM G 152 Operating Open Flame (Carbon-Arc) Light Apparatus for Exposure of Nonmetallic Materials

ASTM G 153 Operating Enclosed Carbon-Arc Light Apparatus for Exposure of Nonmetallic Materials

ASTM G 154 Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials

ASTM G 155 Operating (Xenon-Arc) Light Apparatus for Exposure of Nonmetallic Materials

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)

ALB002 Perimeter Fence Improvements 5 F-162 Chain-Link Fence and Gates

ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORTS

DESCRIPTION

108-1.1 This item shall consist of furnishing and installing power cables and installing power cables within conduit 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. 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 GENERAL.

a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, current version.

b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer.

c. 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.

d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Three copies of 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.

e. 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. Contractor may, with Engineer concurrence, provide submittals electronically to expedite review; printed and bound submittals are still required.

f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least 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. The Contractor shall be responsible to maintain an insulation resistance of 50 megohms minima, (1000V Megger) with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period.

ALB002 Perimeter Fence Improvements 1 L-108 Underground Power Cable for Airports

108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. 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- 5944 and shall be type XHHW-2. THWN-2 may be used with Engineer approval in above grade applications. Wire used in manufactured assemblies shall be per manufacturer standards.

Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. Where not indicated, Contractor shall install wire in compliance with NEC in consideration of reasonable voltage drop.

108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND, AND GROUND RODS). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG solid for counterpoise and or 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.

Ground rods shall be copper-clad steel unless otherwise indicated on the drawings. 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 of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections.

a. The Cast Splice. 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 used for potting the splice is acceptable.

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. 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. Splices made using split-bolts (or equivalent) and taped shall not be used.

e. Crimped Connections 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. Set-screw type in-line splices may be used with copper conductors for low voltage applications with Engineer approval and

ALB002 Perimeter Fence Improvements 2 L-108 Underground Power Cable for Airports

review of submittal. All L-823/L-824 splices and terminations shall be made in accordance with the manufacturer’s recommendations and listings.

f. Exothermic Welding All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved irreversible equivalent, except the base can ground clamp connector shall be used for attachment to the base can. 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 cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable.

108-2.6 CONCRETE. Concrete for cable markers shall be of a commercial grade with a minimum 28-day compressive strength of 3000 psi, maximum 5-inch slump, 4-percent to 6-percent air entrained.

108-2.7 FLOWABLE BACKFILL. [NOT USED]

108-2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall be made from a non-corrosive material with the circuit identification embossed, stamped, engraved, or etched onto the tag. The tags shall be of the type as detailed on the plans. Tags and attachment means are subject to submittal and review.

108-2.9 TAPE. Rubber (EPR) and plastic (vinyl) electrical tapes shall be Scotch Electrical Tape No's. 23 and 88, respectively, as manufactured by 3M, or an approved equal. All installation shall be per manufacturer recommendation.

108-2.10 ELECTRICAL COATING. Scotchkote shall be as manufactured by 3M 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. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. 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.

ALB002 Perimeter Fence Improvements 3 L-108 Underground Power Cable for Airports

In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed.

Provide not less than 5 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot 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 hand-winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall be governed by cable manufacturer’s recommendations. A non-hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required.

The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor’s option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and 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.

ALB002 Perimeter Fence Improvements 4 L-108 Underground Power Cable for Airports

108-3.3 INSTALLATION OF DIRECT-BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not direct bury cable or wire, and if approved, not use a cable plow for installing the cable. Cable(s) shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable(s) shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted.

Where cables must cross over each other, a minimum of 3-inch vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade.

Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, handholes, pullboxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than ¼ inch in size. The cable circuit identification shall match the circuits noted on the construction plans.

a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade, except as follows:

(1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified.

(2) Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise specified.

Dewatering necessary for cable installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item.

The Contractor shall excavate all cable trenches to a width not less than 6 inches. Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench.

When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be considered incidental to corresponding bid item.

Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required.

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.

ALB002 Perimeter Fence Improvements 5 L-108 Underground Power Cable for Airports

In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement.

b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. The remaining 3 rd and subsequent layers of backfill shall not exceed 8 inches of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter.

The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required.

Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of in accordance with the plans and specifications.

Underground electrical warning (caution) tape shall be installed in the trench above all direct-buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located six inches above the direct-buried cable or the counterpoise wire if present. A 4-6 inch wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 inches minimum below finished grade.

c. Restoration. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall be as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and shall be backfilled and compacted to 100% maximum density from ASTM D 698. Restoration shall be considered incidental to the pay item of which it is a component part.

108-3.4 CABLE MARKERS FOR DIRECT-BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 inches (100-150 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direction of cable run. All other direct-buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word “CABLE” and directional arrows on each cable marking slab. The letters shall be approximately 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.

The location of each underground cable connection, except at lighting units, or isolation transformers, or power adapters shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word “SPLICE” on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. Furnishing and installation of cable markers is incidental to the respective cable pay item.

108-3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows:

ALB002 Perimeter Fence Improvements 6 L-108 Underground Power Cable for Airports

a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer.

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.

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 Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint-free cloth. Do not use solvents.

Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. 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.

e. Heat-Shrinked Splices. 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.

108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare counterpoise copper wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables.

If so indicated on the drawings, where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or duct/conduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4 inches above the cable, conduit or duct bank, or as shown on the plans if greater. Additionally, counterpoise wire shall be installed at least 8 inches below the top of subgrade in paved areas or 10 inches below finished grade in un-paved areas. This dimension may be less than 4 inches where conduit is to be embedded in existing pavement.

Counterpoise wire shall not be installed in conduit.

ALB002 Perimeter Fence Improvements 7 L-108 Underground Power Cable for Airports

The counterpoise wire shall be routed around each light fixture base, mounting stake, or junction/access structures.

The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet (150 m) apart around the entire circuit.

The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode grounding system. The connections shall be made as shown on the plans and in the specifications.

If shown on the plans or stated in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire 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 conduit system and securely attached it to each light fixture base and to all metal surfaces at junction/access structures. This equipment ground conductor shall also be exothermically welded to ground rods installed not more than 500 feet (150 m) apart around the circuit.

a. Counterpoise Installation Above Multiple Conduits and Duct Banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete zone of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete zone of protection measured 22 ½ degrees each side of vertical.

Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans.

b. Counterpoise Installation at Existing Duct Banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system.

108-3.7 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process or as directed. Only personnel experienced in and regularly engaged in this type of work shall make these connections. With Engineer review and acceptance, irreversible crimp connections may be used for connections of grounded copper wire and copper-clad ground rods.

Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following:

All slag shall be removed from welds.

For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold-galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL-P-21035. Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations.

ALB002 Perimeter Fence Improvements 8 L-108 Underground Power Cable for Airports

All buried copper and weld material at 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."

108-3.8 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.

Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor.

Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor.

After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following:

a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits.

b. That all affected circuits (existing and new) are free from unspecified grounds.

c. That the insulation resistance to ground of all new non-grounded series circuits or cable segments is not less than 50 megohms.

d. That the insulation resistance to ground of all non-grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms.

e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams.

f. 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.

g. That the impedance to ground of the typical ground rod does not exceed 25 ohms. Ground rod testing shall be by sample and shall not be less than 10% of all rods installed. The fall-of-potential ground resistance test, or other test approved by Engineer, shall be utilized to verify this requirement.

Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit.

Correction of any defect identified above shall be per Engineer direction. The Engineer may require replacement of equipment at no cost to Owner. Correction of failed ground rod tests may include the installation of a second ground rod nearby, at no cost to the Owner.

ALB002 Perimeter Fence Improvements 9 L-108 Underground Power Cable for Airports

METHOD OF MEASUREMENT

108-4.1 No measurement will be made for direct payment, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the Automated Vehicle Gate bid item.

BASIS OF PAYMENT

108-5.1 No direct payment shall be made for this item as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the Automated Vehicle Gate bid item.

MATERIAL REQUIREMENTS

AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits

AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connectors

FED SPEC A-A-5944 Cable and Wire, Electrical Power, Fixed Installation (cancelled; replaced by 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)

ANSI/IEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System

ALB002 Perimeter Fence Improvements 10 L-108 Underground Power Cable for Airports

ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS

DESCRIPTION

110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification.

EQUIPMENT AND MATERIALS

110-2.1 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.

c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Three sets of 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. Contractor may provide submittals electronically to expedite review but printed and bound submittals are required.

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.

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, 514B, and 1242.

ALB002 Perimeter Fence Improvements 1 L-110 Airport Underground Electrical Duct Banks and Conduits

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 352 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.

c. Schedule 80 or SDR 11, black, smooth-wall high-density polyethylene (HDPE) suitable for use as electrical conduit, UL651B

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.

110-2.6 CONCRETE. Concrete shall use 1 inch maximum size coarse aggregate with a minimum 28 day compressive strength of 3,000 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part.

110-2.7 FLOWABLE BACKFILL. [NOT USED]

110-2.8 DETECTABLE WARNING TAPE Plastic, detectable, color as noted, magnetic tape shall be polyethylene film with a metallized foil core and shall be 4-6 inches (75-150 MM) wide. Detectable tape is incidental to the respective bid item. Contractor shall submit warning tape for review and acceptance.

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, nominal) 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.

ALB002 Perimeter Fence Improvements 2 L-110 Airport Underground Electrical Duct Banks and Conduits

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 interior diameter.

The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor’s expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts.

For pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose.

All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet.

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.

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. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be considered incidental to corresponding bid item.

Underground electrical warning (caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the 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.

ALB002 Perimeter Fence Improvements 3 L-110 Airport Underground Electrical Duct Banks and Conduits

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 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer.

All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item.

Unless 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 to 95% of the maximum density from ASTM D 698. No compaction will be required on top 4 inches.

It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows:

(1) Existing cables shall be located manually or by vacuum excavation; mechanical excavation shall not be used. 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 1-1/2 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 3 inches apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points.

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

ALB002 Perimeter Fence Improvements 4 L-110 Airport Underground Electrical Duct Banks and Conduits

encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use.

When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 foot (150 cm) intervals.

All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct.

Install a plastic, detectable, color as noted, 4-6 inch (75-150mm) wide WARNING tape 8 inches (200mm) 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. Trench for gas company gas line feed to the new EEB shall be meet the requirements of the gas company. Coordinate with the gas company.

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.

Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches (45 cm) below the finished grade.

When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction.

Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them.

Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches 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.

ALB002 Perimeter Fence Improvements 5 L-110 Airport Underground Electrical Duct Banks and Conduits

110-3.4 MARKERS . The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4-6 inches (100-150 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building.

The Contractor shall impress the word “DUCT” or “CONDUIT” on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2-inch (12 mm) and 1/4-inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item.

110-3.5 BACKFILLING FOR CONDUITS. For conduits, 4 inches (100 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 to 95% maximum density from ASTM D 698, material used for back fill shall be select material not larger than 4 inches in diameter.

Trenches shall not contain pools of water during back, filling operations.

The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement.

Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer.

110-3.6 BACKFILLING FOR DUCT BANKS . After the concrete has cured, the remaining trench shall be backfilled and compacted to 100% maximum density from ASTM D 698, except that the material used for backfill shall be select material not larger than 4 inches in diameter. In addition to the requirements, 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.

Backfill shall be with the materials as specified on the drawings to the requirements specified and if not otherwise specified to 95% of ASTM D 698 in non-pavement areas and 100% of ASTM D 698 for paved areas

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 restoration shall be as shown on the plans. 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.

ALB002 Perimeter Fence Improvements 6 L-110 Airport Underground Electrical Duct Banks and Conduits

METHOD OF MEASUREMENT

110-4.1 No measurement will be made for direct payment, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the Automated Vehicle Gate bid item.

BASIS OF PAYMENT

110-5.1 No direct payment shall be made for this item as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the Automated Vehicle Gate bid item.

MATERIAL REQUIREMENTS

Fed.Spec.W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit, Type EB & A Rigid PVC)

Underwriters Laboratories Rigid Metal Conduit Standard 6

Underwriters Laboratories Fittings for Cable and Conduit Standard 514B

Underwriters Laboratories Intermediate Metal Conduit Standard 1242

Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Standard 651

Underwriters Laboratories Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete Standard 651A encasement)

ALB002 Perimeter Fence Improvements 7 L-110 Airport Underground Electrical Duct Banks and Conduits

SECTION V

PREVAILING WAGE RATES

THIS PROJECT IS A PUBLIC WORK SUBJECT TO ORS 279C.800 TO 279C.870 AND THE DAVIS-BACON ACT (40 U.S.C. 276A).

ORS 279C.838 REQUIRES STATE PREVAILING WAGE RATES TO BE PAID ON PROJECTS SUBJECT TO BOTH THE STATE PREVAILING WAGE RATE LAW AND THE FEDERAL DAVIS-BACON ACT, IF THE STATE PREVAILING RATE OF WAGE IS HIGHER THAN THE FEDERAL PREVAILING RATE OF WAGE.

STATE PREVAILING WAGE RATES STATE PREVAILING WAGE RATES, AS SET FORTH IN THE JULY 1, 2013, BUREAU OF LABOR AND INDUSTRY (BOLI) PUBLICATION “PREVAILING WAGE RATES FOR PUBLIC CONTRACTS IN OREGON SUBJECT TO BOTH STATE PWR LAW AND THE FEDERAL DAVIS-BACON ACT” ARE INCORPORATED INTO THIS PACKET BY REFERENCE AND APPLICABLE RATES (INCLUDING CURRENT AMENDMENTS AND CORRECTIONS TO THAT PUBLICATION) ARE AVAILABLE AT: HTTP://WWW.OREGON.GOV/BOLI/WHD/PWR/PAGES/INDEX.ASPX

FEDERAL DAVIS-BACON WAGE RATES ARE ATTACHED

General Decision Number: OR130001 08/02/2013 OR1

Superseded General Decision Number: OR20120001

State: Oregon

Construction Type: Highway

Counties: Oregon Statewide.

HIGHWAY CONSTRUCTION PROJECTS

Modification Number Publication Date 0 01/04/2013 1 01/11/2013 2 01/18/2013 3 01/25/2013 4 02/08/2013 5 03/08/2013 6 04/12/2013 7 07/05/2013 8 07/12/2013 9 08/02/2013

BROR0001-006 06/01/2012

BAKER, BENTON (NORTH), CLACKAMAS, CLATSOP, COLUMBIA, GILLIAM, HARNEY, HOOD RIVER, LINCOLN (NORTH), LINN (NORTH), MALHEUR (NORTH), MARION, MORROW, MULTNOMAH, POLK, SHERMAN, TILLAMOOK, UMATILLA, UNION, WALLOWA, WASCO (NORTH), WASHINGTON AND YAMHILL COUNTIES

Rates Fringes

BRICKLAYER...... $ 32.75 15.80 ------BROR0001-007 06/01/2012

BENTON (SOUTH), CROOK, DESCHUTES, GRANT, JACKSON, JEFFERSON, KLAMATH, LAKE, LANE, LINCOLN (SOUTH), LINN (SOUTH), MALHEUR (SOUTH), WASCO (SOUTH) AND WHEELER COUNTIES

Rates Fringes

BRICKLAYER...... $ 31.53 15.80 ------CARP9001-001 06/01/2012

ZONE 1:

Rates Fringes

ALB002 Perimeter Fence Improvements 1 OR130001 08/02/2013 - Highway - Statewide

Carpenters: CARPENTERS...... $ 32.61 14.44 DIVER STANDBY...... $ 34.42 14.44 DIVERS TENDERS...... $ 36.97 14.44 DIVERS...... $ 78.38 14.44 MANIFOLD AND/OR DECOMPRESSION CHAMBER OPERATORS...... $ 30.28 14.44 MILLWRIGHTS...... $ 33.11 14.44 PILEDRIVERS...... $ 33.61 14.44

DEPTH PAY: 50 to 100 feet $1.00 per foot over 50 feet 101 to 150 feet 1.50 per foot over 101 feet 151 to 200 feet 2.00 per foot over 151 feet

Zone Differential (Add to Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00

ZONE 1 - All jobs or projects located within 30 miles of the respective City Hall

ZONE 2 - More than 30 miles and less than 40 miles from the respective City Hall

ZONE 3 - More than 40 miles and less than 50 miles from the respective City Hall

ZONE 4 - More than 50 miles and less than 60 miles from the respective City Hall

ZONE 5 - More than 60 miles and less than 70 miles from the respective City Hall

ZONE 6 - More than 70 miles from the respective City Hall.

BASEPOINTS CITIES FOR CARPENTERS (EXCLUDING MILLWRIGHTS, PILEDRIVERS AND DIVERS)

ALBANY ASTORIA BAKER BEND BROOKINGS BURNS COOS BAY CORVALLIS EUGENE GOLDENDALE GRANTS PASS HERMISTON HOOD RIVER KLAMATH FALLS LAGRANDE LAKEVIEW LONGVIEW MADRAS MEDFORD McMINNVILLE NEWPORT OREGON CITY ONTARIO PENDLETON PORTLAND PORT ORFORD REEDSPORT ROSEBURG SALEM ST. HELENS THE DALLES TILLAMOOK VANCOUVER

ALB002 Perimeter Fence Improvements 2 OR130001 08/02/2013 - Highway - Statewide

BASEPOINTS FOR MILLWRIGHTS

EUGENE NORTH BEND LONGVIEW PORTLAND MEDFORD THE DALLES VANCOUVER

BASEPOINTS FOR PILEDRIVERS AND DIVERS

ASTORIA BEND COOS BAY EUGENE KLAMATH FALLS LONGVIEW MEDFORD NEWPORT PORTLAND ROSEBURG SALEM THE DALLES

------* ELEC0048-006 01/01/2013

CLACKAMAS, CLATSOP, COLUMBIA, HOOD RIVER, MULTNOMAH, TILLAMOOK, WASCO, WASHINGTON, SHERMAN AND YAMHILL (NORTH) COUNTIES

Rates Fringes

CABLE SPLICER...... $ 41.85 18.44 ELECTRICIAN...... $ 38.05 18.44

HOURLY ZONE PAY:

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria

Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour

*These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus.

------ELEC0112-001 07/01/2013

BAKER, GILLIAM, GRANT, MORROW, UMATILLA, UNION, WALLOWA, AND WHEELER COUNTIES

Rates Fringes

CABLE SPLICER...... $ 38.90 17.35

ALB002 Perimeter Fence Improvements 3 OR130001 08/02/2013 - Highway - Statewide

ELECTRICIAN...... $ 37.05 17.29 ------* ELEC0280-003 07/01/2013

BENTON, CROOK, DESCHUTES, JEFFERSON, LANE (EAST OF A LINE RUNNING NORTH AND SOUTH FROM THE NORTHEAST CORNER OF COOS COUNTY TO THE SOUTHEAST CORNER OF LINCOLN COUNTY), LINN, MARION, POLK AND YAMHILL (SOUTHERN HALF) COUNTIES

Rates Fringes

CABLE SPLICER...... $ 40.88 16.44 ELECTRICIAN...... $ 37.16 16.44 ------ELEC0291-006 06/01/2012

MALHEUR COUNTY

Rates Fringes

CABLE SPLICER...... $ 30.47 5%+10.76 ELECTRICIAN...... $ 27.70 5%+10.76 ------* ELEC0659-004 01/01/2012

DOUGLAS (EAST OF A LINE RUNNING NORTH AND SOUTH FROM THE NE CORNER OF COOS COUNTY TO THE SE CORNER OF LINCOLN COUNTY), HARNEY, JACKSON, JOSEPHINE, KLAMATH AND LAKE COUNTIES

Rates Fringes

CABLE SPLICER...... $ 33.02 14.45 ELECTRICIAN...... $ 30.02 14.45

ZONE PAY: BASE POINTS ARE FROM THE DOWNTOWN POST OFFICE IN GRANTS PASS, KLAMATH FALLS, ROSEBURG AND MEDFORD.

ZONE 1: 0-20 MILES $0.00 PER HOUR ZONE 2: > 20-30 MILES $1.50 PER HOUR ZONE 3: >30-40 MILES $3.30 PER HOUR ZONE 4: >40-50 MILES $5.00 PER HOUR ZONE 5: >50-60 MILES $6.80 PER HOUR ZONE 6: >60 MILES $9.50 PER HOUR

*THESE ARE NOT MILES DRIVEN. zONES ARE BASED ON DELORNE STREET ATLAS USA 5.0.

------ELEC0932-004 01/01/2013

COOS, CURRY, LINCOLN, DOUGLAS AND LANE COUNTIES (AREA LYING WEST OF A LINE NORTH AND SOUTH FROM THE N.E. CORNER OF COOS

ALB002 Perimeter Fence Improvements 4 OR130001 08/02/2013 - Highway - Statewide

COUNTY TO THE S.E. CORNER OF LINCOLN COUNTY)

Rates Fringes

ELECTRICIAN...... $ 33.15 14.34 ------ENGI0701-005 01/01/2013

ZONE 1:

POWER EQUIPMENT OPERATORS (See Footnote C)

Rates Fringes

Power equipment operators: GROUP 1...... $ 37.63 13.55 GROUP 1A...... $ 39.51 13.55 GROUP 1B...... $ 41.39 13.55 GROUP 2...... $ 35.97 13.55 GROUP 3...... $ 34.96 13.55 GROUP 4...... $ 34.00 13.55 GROUP 5...... $ 32.88 13.55 GROUP 6...... $ 29.84 13.55

Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00

For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED:

All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications.

All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications.

ALB002 Perimeter Fence Improvements 5 OR130001 08/02/2013 - Highway - Statewide

For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG

All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications.

All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton

GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over

GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over

GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.

ALB002 Perimeter Fence Improvements 6 OR130001 08/02/2013 - Highway - Statewide

and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment);

GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds.

GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side-boom Operator; Cable-Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive,

ALB002 Perimeter Fence Improvements 7 OR130001 08/02/2013 - Highway - Statewide

Gantry, Overhead; Cherry Picker or similar type crane hoist five (5) ton capacity or less; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel- Electric Engineer; Grizzley Operator; DRILLING: Drill Doctor; Boring Machine Operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self-unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator,single engine, single scraper; Self-loading, paddle wheel, auger type under 15 cu. yds.; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push-pull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade-all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber-tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber-tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator;

ALB002 Perimeter Fence Improvements 8 OR130001 08/02/2013 - Highway - Statewide

TUNNEL: Mucking machine operator

GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto-Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumpcrete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Lull Hi-Lift Operator or similar type; Fork Lift, over 5 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber-tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader oeprator, Athey and similar types; OILERS: Service Oiler (Greaser); PIPELINE-SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJB's Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR-RUBBER

ALB002 Perimeter Fence Improvements 9 OR130001 08/02/2013 - Highway - Statewide

TIRED: Tractor operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey

GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator

FOOTNOTE C: HANDLING OF HAZARDOUS WAST MATERIALS - Personnel in all craft classifications subject to working inside a federally designated Hazardous Waste perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of Hazardous Waste as outline in the specific Hazardous Waste Project Site Safety Plan:

H-1 Base Wage Rate when on a hazardous waste site when not

ALB002 Perimeter Fence Improvements 10 OR130001 08/02/2013 - Highway - Statewide

outfitted with protective clothing. H-2 Class "C" Suit - Basic hourly wage rate plus $1.00 per hour, fringes plus $0.15. H-3 Class "B" Suit - Basic hourly wage rate plus $1.50 per hour, fringes plus $0.15. H-4 Class "A" Suit -Basic hourly wage rate plus $2.00 per hour, fringes plus $0.15.

------IRON0029-004 07/01/2013

Rates Fringes

IRONWORKER...... $ 34.12 21.35 ------LABO0001-006 06/01/2012

Rates Fringes

Mason Tender/Hod Carrier Tenders to Bricklayers, Tile Setters, Marble Setters and Terrazzo Workers, Topping for Cement Finishers and Mortar Mixers...... $ 31.31 9.45 ------LABO0003-003 06/29/2012

ZONE 1:

LABORERS (SEE FOOTNOTE C)

Rates Fringes

Laborers: GROUP 1...... $ 25.27 12.85 GROUP 2...... $ 26.27 12.85 GROUP 3...... $ 25.85 12.85 GROUP 4...... $ 26.25 12.85 GROUP 5...... $ 21.61 12.85

Zone Differential (Add to Zone 1 rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75

ZONE 1 - All jobs or projects located within 30 miles of the respective City Hall

ZONE 2 - More than 30 miles and less than 40 miles from the respective City Hall

ALB002 Perimeter Fence Improvements 11 OR130001 08/02/2013 - Highway - Statewide

ZONE 3 - More than 40 miles and less than 50 miles from the respective City Hall

ZONE 4 - More than 50 miles and less than 80 miles from the respective City Hall

ZONE 5 - More than 80 miles from the respective City Hall.

BASEPOINTS: ALBANY ASTORIA BAKER CITY BEND BURNS COOS BAY EUGENE GRANTS PASS HERMISTON KLAMATH FALLS MEDFORD PENDLETON PORTLAND ROSEBURG SALEM THE DALLES

LABORER CLASSIFICATIONS

GROUP 1: Asphalt Spreaders; Asphalt Plant Laborers; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choke Setter; Cleanup Laborers; Curing, Concrete; Demolition, Wrecking, and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Fine Graders; Fence Builders; Form Strippers (not swinging stages); Guard Rail, Median Rail, Guide Post; Reference Post, Right-of-way Marker; Hazardous Waste Laborers; Landscaping or Planting Laborer; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or similar types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at jobsite); Weight-Man-Crusher (aggregate when used); General Laborer

GROUP 2: Applicator (including Pot Tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean-up Nozzleman-Green-Cutter (concrete, rock, etc.); Concrete Laborer; Concrete Power Buggyman; Crusher Feeder; Demolition and Wrecking Charred Materials; Dropping and Wrapping Pipe; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all materials of an irritating nature (including cement and lime); Post Hole Diggers, Air, Gas or Electric; Sand Blasting (wet); Tampers; Tool Operators (includes but not limited to: Dry Pack Machine, Jackhammer, Chipping Guns, Paving Breakers)

GROUP 3: Asbestos removal (structural removal only); Bit

ALB002 Perimeter Fence Improvements 12 OR130001 08/02/2013 - Highway - Statewide

Grinder; Concrete Saw Operator; Drill Doctor; Drill Operators (Air Tracks, Cat Drills, Wagon Drills, Rubber-mounted Drills, and other similar types, including at crusher plants); Manhole Builder; Nippers and Timbermen; Power Saw Operators (bucking and falling); Sand Blasting (dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks; Tugger Operator; Vibrator-all types; Vibrating Screed; Water Blaster

GROUP 4: Asphalt Rakers; Concrete Nozzleman; Grade Checker; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping); Pipe Layers-All types; Powdermen; Pumpcrete Nozzlemen; Loop Installation; Tunnel-miner; Tunner- powderman; Motorman-Dinky Locomotive; Shield Operator; Tunnel Bullgang (above ground); Tunnel Chuck Tenders; Tunnel-Muckers, Brakemen, Concrete Crew, Bull Gang (underground)

GROUP 5: Traffic Flaggers

FOOTNOTE C:

HANDLING OF HAZARDOUS WAST MATERIALS - Personnel in all craft classifications subject to working inside a federally designated Hazardous Waste perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of Hazardous Waste as outline in the specific Hazardous Waste Project Site Safety Plan:

H-1 Base Wage Rate when on a hazardous waste site when not outfitted with protective clothing.

H-2 Class "C" Suit - Basic hourly wage rate plus $1.00 per hour, fringes plus $0.15.

H-3 Class "B" Suit - Basic hourly wage rate plus $1.50 per hour, fringes plus $0.15.

H-4 Class "A" Suit -Basic hourly wage rate plus $2.00 per hour, fringes plus $0.15.

------* PAIN0055-005 07/01/2011

Rates Fringes

PAINTER HIGHWAY & PARKING LOT STRIPER...... $ 33.19 9.05 ------

ALB002 Perimeter Fence Improvements 13 OR130001 08/02/2013 - Highway - Statewide

* PAIN0055-036 07/01/2013

Rates Fringes

Painters: BAKER, BENTON, CLATSOP, CROOK, DESCHUTES, GRANT, GILLIAM, HARNEY, JEFFERSON, LAKE, LANE, LINN, LINCOLN, MALHEUR, MARION, POLK, TILLAMOOK, SHERMAN, UNION, WHEELER AND YAMHILL COUNTIES High work-All work 60 feet or higher...... $ 20.76 8.83 Painters...... $ 20.01 8.83 CLACKAMAS, COLUMBIA, HOOD RIVER, MULTNOMAH, MORROW, UMATILLA, WALLOWA, WASCO AND WASHINTON COUNTIES High work-All work 60 feet or higher...... $ 21.01 8.83 Painters...... $ 21.76 8.83 JACKSON AND KLAMATH COUNTIES High Work-All Work 60 feet or higher...... $ 18.76 8.83 Painters...... $ 18.01 8.83 ------PLAS0555-001 06/01/2012

ZONE 1:

Rates Fringes

Cement Masons: (ZONE 1) CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 29.98 17.76 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD...... $ 30.58 17.76 CEMENT MASONS...... $ 30.58 17.76 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 31.18 17.76

Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00

BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,

ALB002 Perimeter Fence Improvements 14 OR130001 08/02/2013 - Highway - Statewide

SALEM, THE DALLES, VANCOUVER

ZONE 1: Projects within 30 miles of the respective city hall

ZONE 2: More than 30 miles but less than 40 miles from the respective city hall.

ZONE 3: More than 40 miles but less than 50 miles from the respective city hall.

ZONE 4: More than 50 miles but less than 80 miles from the respective city hall.

ZONE 5: More than 80 miles from the respective city hall

------TEAM0037-004 06/01/2012

ZONE 1:

TRUCK DRIVERS (See Footnote C):

Rates Fringes

Truck drivers: GROUP 1...... $ 26.90 13.25 GROUP 2...... $ 27.02 13.25 GROUP 3...... $ 27.15 13.25 GROUP 4...... $ 27.41 13.25 GROUP 5...... $ 27.63 13.25 GROUP 6...... $ 27.99 13.25 GROUP 7...... $ 27.99 13.25

Zone Differential (add to Zone 1 rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75

Zone 1 - All jobs or projects located within 30 miles of the respective City Hall

Zone 2 - More than 30 miles and less than 40 miles from the respective City Hall

Zone 3 - More than 40 miles and less than 50 miles from the respective City Hall

Zone 4 - More than 50 miles and less than 80 miles from the respective City Hall

Zone 5 - More than 80 miles from the respective City Hall

BASEPOINTS:

ALB002 Perimeter Fence Improvements 15 OR130001 08/02/2013 - Highway - Statewide

ALBANY ASTORIA BAKER BEND BINGEN BROOKINGS BURNS COOS BAY CORVALLIS EUGENE GOLDENDALE GRANTS PASS HERMISTON HOOD RIVER KLAMATH FALLS LAGRANDE LAKEVIEW LONGVIEW MADRAS MEDFORD MCMINNVILLE OREGON CITY NEWPORT ONTARIO PENDLETON PORTLAND PORT ORFORD REEDSPORT ROSEBURG SALEM THE DALLES TILLAMOOK VANCOUVER

TRUCK DRIVER CLASSIFICATIONS

GROUP 1: A-frame or hydra-lift truck w/load bearing surface; Articulated dump truck; Battery rebuilders; Bus or manhaul driver; Concrete buggies (power operated); Concrete pump truck; Dump trucks, side, end and bottom dumps, including semi-trucks and trains or combinations thereof: up to and including 10 cu. yds.; Lift jitneys, fork lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or leverman on concrete dry batch plant (manually operated); Lubrication man, fuel truck driver, tireman, wash rack, steam cleaner or combination; Pilot car; Pickup truck; Slurry truck driver or leverman; Solo flat bed and misc. body truck, 0-10 tons; Team drivers; Tireman; Transit mix and wet or dry mix trucks: 5 cu yds. and under; Water wagons (rated capacity) up to 3,000 gallons

GROUP 2: Boom truck/hydra-lift or retracting crane; Challenger; Dumpsters or similar equipment-all sizes; Dump trucks/articulated dumps 6 cu to 10 cu.; Flaherty spreader driver or leverman; Low bed equipment, flat bed semi-truck and trailer or doubles transporting equipment or wet or dry materials; Lumber carrier, driver-straddle carrier (used in loading, unloading and transporting of materials on job site); Oil distributor driver or leverman; Transit mix and wet or dry mix trucks: over 5 cy yds and including 7 cu. yds; Vacuum trucks; Water Wagons (rated capacity) over 3,000 to 5,000 gallons

GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including semi-trucks and trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds., includes articulated dump trucks; Self-Propelled street sweeper; Transit mix and wet or dry mix trucks, over 7 cu. yds. and including 11 cu. yds.; truck mechanic-Welder-Body repairman; Utility and clean-up truck; Water wagons (rated capacity) 5,000 to 10,000 gallons.

GROUP 4: Asphalt Bruner; Dump trucks, side, end and bottom dumps, including semi-trucks and trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds.

ALB002 Perimeter Fence Improvements 16 OR130001 08/02/2013 - Highway - Statewide

includes articulated dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons

GROUP 5: Composite Crewman; Dump trucks, side, end and bottom dumps, including semi-trucks and trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds., includes articulated dump trucks

GROUP 6: Bulk cement spreader w/o auger; Dry Pre-Batch concrete mix trucks; Dump trucks, side, end and bottom dumps, including semi-trucks and trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. and includes articulated dump trucks; Skid truck

GROUP 7: Dump trucks, side, end and bottom dumps, including semi-trucks and trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds. includes articulated dump trucks; Industrial lift truck (mechanical tailgate)

FOOTNOTE C:

HANDLING OF HAZARDOUS WAST MATERIALS -(LABORERS, POWER EQUIPMENT OPERATORS, AND TRUCK DRIVERS): Personnel in all craft classifications subject to working inside a federally designated Hazardous Waste perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of Hazardous Waste as outline in the specific Hazardous Waste Project Site Safety Plan:

H-1 Base Wage Rate when on a hazardous waste site when not outfitted with protective clothing.

H-2 Class "C" Suit - Basic hourly wage rate plus $1.00 per hour, fringes plus $0.15.

H-3 Class "B" Suit - Basic hourly wage rate plus $1.50 per hour, fringes plus $0.15.

H-4 Class "A" Suit -Basic hourly wage rate plus $2.00 per hour, fringes plus $0.15.

------SUOR1991-003 04/01/1991

Rates Fringes

Timber Sales Roads: LABORERS...... $ 8.35 4.30 OPERATING ENGINEERS...... $ 10.37 4.15 POWER SAW, DRILLER, POWDERMAN...... $ 9.12 4.30

ALB002 Perimeter Fence Improvements 17 OR130001 08/02/2013 - Highway - Statewide

TEAMSTERS...... $ 9.74 3.74 ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union.

Union Identifiers

An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example.

Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates.

0000/9999: weighted union wage rates will be published annually each January.

Non-Union Identifiers

Classifications listed under an "SU" identifier were derived

ALB002 Perimeter Fence Improvements 18 OR130001 08/02/2013 - Highway - Statewide

from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date.

Survey wage rates will remain in effect and will not change until a new survey is conducted.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

ALB002 Perimeter Fence Improvements 19 OR130001 08/02/2013 - Highway - Statewide

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

ALB002 Perimeter Fence Improvements 20 OR130001 08/02/2013 - Highway - Statewide

General Decision Number: OR130073 08/02/2013 OR73

Superseded General Decision Number: OR20120073

State: Oregon

Construction Type: Heavy

County: Linn County in Oregon.

HEAVY CONSTRUCTION PROJECTS

Modification Number Publication Date 0 01/04/2013 1 01/11/2013 2 01/18/2013 3 04/05/2013 4 07/12/2013 5 07/26/2013 6 08/02/2013

CARP0001-037 06/01/2012

Rates Fringes

CARPENTER (Including Form Work)...... $ 32.61 14.44 MILLWRIGHT...... $ 33.11 14.44 ------ELEC0125-002 02/01/2013

Rates Fringes

LINE CONSTRUCTION LINEMAN...... $ 45.62 4%+12.90 ------* ELEC0280-010 07/01/2013

Rates Fringes

ELECTRICIAN...... $ 37.16 16.44 ------ENGI0701-036 01/01/2013

Rates Fringes

Power equipment operators: GROUP 1...... $ 37.63 13.55 GROUP 1A...... $ 39.51 13.55 GROUP 1B...... $ 41.39 13.55 GROUP 2...... $ 35.97 13.55 GROUP 3...... $ 34.96 13.55 GROUP 4...... $ 34.00 13.55 GROUP 5...... $ 32.88 13.55

ALB002 Perimeter Fence Improvements 1 OR130073 08/02/2013 – Heavy – Linn County

GROUP 6...... $ 29.84 13.55

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments;

GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom;

GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over

GROUP 2: CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); Rubber tired scraper with tandom scrapers; Loader 120,000 lbs and above; BLADE: Auto Grader; Blade Operator-Robotic; Bulldozer over 120,000 lbs and above;

GROUP 3: HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom); Rubber Tired Scraper: with tandom scrapers; self loading, paddle wheel, auger type, finish and/or 2 or more units; Loader 60,000 lbs and less than 120,000 lbs; Bulldozer over 70,000 lbs up to and including 120,000 lbs;

GROUP 4: CRANE: Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; TRACKHOE/BACKHOE-ROBOTIC: track and wheel type, up to and including 20,0000 lbs. with any or all attachments; BLADE: Blade Operator; Tractor operator with boom attachment; DRILLING: Churm Drill and Earth Boring Machine Operator; Directional Drill Operator over 20,000 lbs pullback; CRANE: Chicago boom and similar types; Boom type lifting device, 5 ton capacity or less; Rubber-Tired Scraper, single engine, single scraper; Compactor-Self Propelled; Loaders 25,000 lbs and less than 60,000 lbs; Bulldozer over 20,000 lbs and more than 100 horse up to 70,000 lbs; Screed; Compactor with blade

GROUP 5: TRACKHOE/BACKHOE HYDRAULIC: Track type up to and

ALB002 Perimeter Fence Improvements 2 OR130073 08/02/2013 – Heavy – Linn County

including 20,000 lbs, Wheel type (Ford, John Deer, Case Type); Boom truck operator; DRILLING: Churm Drill and Earth Boring Machine Operator; Directional Drill Operator less than 20,000 lbs pullback; Loaders, rubber tired type , less than 25,00 lbs; Forklift over 5 ton, Bulldozer 20,000 lbs or 100 horses or less; Roller; Compactor without blade

GROUP 6: LOADERS: (less than 1 cu yd.); Oiler; Grade Checker; Crane oiler;Forklift; Roller (non-asphalt)

Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00

For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED:

All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications.

All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications.

For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG

All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications.

All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications.

ALB002 Perimeter Fence Improvements 3 OR130073 08/02/2013 – Heavy – Linn County

------ENGI0701-037 01/01/2013

Rates Fringes

POWER EQUIPMENT OPERATOR: (PIPELINE) GROUP 2...... $ 35.97 13.55 GROUP 3...... $ 34.96 13.55 GROUP 4...... $ 34.00 13.55 GROUP 5...... $ 32.88 13.55

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 2: Bulldozer over 120,000 lbs and above;

GROUP 3: Bulldozer over 70,000 lbs up to and including 120,000 lbs;

GROUP 4: TRACKHOE/BACKHOE-ROBOTIC: track and wheel type, up to and including 20,0000 lbs. with any or all attachments; Bulldozer over 20,000 lbs and more than 100 horse up to 70,000 lbs

GROUP 5: TRACKHOE/BACKHOE HYDRAULIC: Track type up to and including 20,000 lbs, Wheel type (Ford, John Deer, Case Type); Bulldozer 20,000 lbs or 100 horses or less

Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00

For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED:

All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications.

All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications.

ALB002 Perimeter Fence Improvements 4 OR130073 08/02/2013 – Heavy – Linn County

All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications.

For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG

All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications.

All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications.

------IRON0029-013 07/01/2013

Rates Fringes

IRONWORKER (Reinforcing and Structural)...... $ 34.12 21.35 ------LABO0003-025 06/01/2010

Rates Fringes

Laborers: GROUP 1...... $ 24.76 12.10 GROUP 4...... $ 26.25 12.10

LABORER CLASSIFICATIONS

GROUP 1: Asphalt Spreader

GROUP 4: Grade Checker

------PAIN0055-023 07/01/2009

Rates Fringes

Painters: Brush, Roller and Spray.....$ 18.59 7.24 ------PLAS0555-006 06/01/2012

Rates Fringes

ALB002 Perimeter Fence Improvements 5 OR130073 08/02/2013 – Heavy – Linn County

CEMENT MASON/CONCRETE FINISHER...$ 29.98 17.76 ------TEAM0037-012 06/01/2012

Rates Fringes

TRUCK DRIVER GROUP 1...... $ 26.90 13.25 GROUP 2...... $ 27.02 13.25 GROUP 3...... $ 27.15 13.25 GROUP 4...... $ 27.41 13.25

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Water Truck up to 3,000 gallons

GROUP 2: Water Truck over 3,000 to 5,000 gallons

GROUP 3: Water Truck over 5,000 to 10,000 gallons

GROUP 4: Water Truck over 10,000 to 15,000 gallons

------SUOR2009-071 11/23/2009

Rates Fringes

LABORER: Common or General...... $ 18.76 4.72

LABORER: Flagger...... $ 18.76 6.15

LABORER: Mason Tender - Cement/Concrete...... $ 21.27 5.35

LABORER: Pipelayer...... $ 20.77 6.51

OPERATOR: Bobcat/Skid Steer/Skid Loader...... $ 22.77 7.90

OPERATOR: Broom/Sweeper...... $ 32.31 6.43

OPERATOR: Excavator...... $ 21.73 5.86

OPERATOR: Mechanic...... $ 20.64 5.58

OPERATOR: Paver (Asphalt, Aggregate, and Concrete)...... $ 27.59 2.96

TRUCK DRIVER: Dump Truck...... $ 15.01 3.04

TRUCK DRIVER: Off the Road Truck...... $ 31.81 6.33 ------

ALB002 Perimeter Fence Improvements 6 OR130073 08/02/2013 – Heavy – Linn County

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union.

Union Identifiers

An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example.

Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates.

0000/9999: weighted union wage rates will be published annually each January.

Non-Union Identifiers

Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007

ALB002 Perimeter Fence Improvements 7 OR130073 08/02/2013 – Heavy – Linn County

5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date.

Survey wage rates will remain in effect and will not change until a new survey is conducted.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage

ALB002 Perimeter Fence Improvements 8 OR130073 08/02/2013 – Heavy – Linn County

payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

ALB002 Perimeter Fence Improvements 9 OR130073 08/02/2013 – Heavy – Linn County