<<

State of Department of Transportation & Public Facilities

Northern Region

Bid Form, Contract, Bond, and Special Provisions for:

Parks Highway MP 356-362 Resurfacing & Automated Vehicle Classifier Upgrades & Construction & Old Airport Road Resurfacing

Project Nos. 0A45029/NFHWY00019 & 0106081/NFHWY00005a & 0002359/NFHWY00018

As Advertised: March 7, 2019

To be used in conjunction with State of Alaska Standard Specifications for Highway Construction dated 2017, and the Plans for the above referenced project. Department of Labor and Workforce Development P.O. Box 111 t49 Juneau, Alaska 9981 l- t 149 i\lain: 907.465.2700, Fax: 907.46.1.2784 COVERNOR MICHA.EI r DUULEA\rt· Department of Transportation and Public Facilities P.O. Box l 12500 Juneau, Alaska 99811 -2500 ~fain: 907.465.3900, Fax: 907.586.8365

Dear Prospective Contractor:

If you are considering bidding on an Alaska public works project, please remember the positive benefits of hiring locally. Construction, maintenance, and operation of public works projects are vital to the local economy. Alaska Hire helps contractors too-your neighbors are more invested in our community than non-residents, they are more likely to show up to work on time and finish the job.

If you want to hire more Alaskans, we're here to help. Hiring local workers is cost-effective and can benefit your business in many ways. The Alaska Department of Labor and Workforce Development's Job Center staff can connect you with qualified, skilled Alaskan workers through the Alaska Labor Exchange (ALEXsys) employee/ employer database. Call (907) 465-2712 to get connected with a Job Center and potential employees in your community.

Work Opportunity Tax Credits (WOTC) are available to employers who hire qualified new employees who are unemployed disabled veterans, recipients of Temporary Assistance or food stamps, ex-offenders, and residents of Empowerment Zones or Renewal Communities. The WOTC program saved employers operating in Alaska over $3.2 million last year. For information on the tax credit program call (907) 465-5952 or visit the WOTC website, www.job .alas ka.gov/worc.htm.

The Department of Transportation and Public Facilities, the Department of Labor and Workforce Development, the Alaska Native Coalition on Employment and Training (ANCET), and other industry training providers work closely together to recruit women, Alaska Natives, minorities and veterans for training and job referral. We can assist your business in finding qualified employees right now, as well as help you institute training programs to ensure a stable and skilled workforce over the long term. There are many high school and adult training programs across the state that prepare Alaska residents for construction jobs and to learn a trade as registered apprentice. Alaska has over 1,500 registered apprentices and our Job Centers can assist employers that want to hire apprentices. Alaska's prevailing wage is adjusted to allow employers to pay apprentices a reduced rate while they are learning their trade, offsetting your costs of training the apprentice. Additionally, there are on-the-job training wage incentives available for employers that hire apprentices.

If you are awarded a contract, we will send you additional information on the business benefit of hiring locally and how to use the free Alaska Labor Exchange System to find qualified Alaska residents. Your effort to hire locally is appreciated very much. We wish you well in the upcoming construction season and thank you for putting Alaskans to work. c;~ Dr. Tamika L. Ledbetter, Commissioner ohn MacKinnon, Commissioner Department of Labor Department of Transportation and Workforce Development and Public Facilities

''A!asku Hil'r.: -Alaska Jobs For Alaskans First" "Keep Alaska Moving through service and infrastructure " TABLE OF CONTENTS

1. Invitation

INVITATION TO BID 25D-7 (7/18)

2. Bid Notices

REQUIRED DOCUMENTS 25D-4H_NR (9/18) FEDERAL EEO BID CONDITIONS 25A-301 (12/14)

3. Forms

SUBCONTRACTOR LIST 25D-5 (5/17) BIDDER REGISTRATION 25D-6 (1/16) CONTRACTOR'S QUESTIONNAIRE 25D-8 (8/01) BID FORMS 1-9 a. BID COVER SHEET b. BID SCHEDULE c. BID ATTACHMENTS (AS APPLICABLE) d. ADDENDA ACKNOWLEDGEMENT e. BIDDER’S ACKNOWLEDGEMENT AND CERTIFICATION CONSTRUCTION CONTRACT 25D-10H (1/15) PAYMENT BOND 25D-12 (8/01) PERFORMANCE BOND 25D-13 (8/01) BID BOND 25D-14 (8/01) BID MODIFICATION 25D-16 (7/18) MATERIAL ORIGIN CERTIFICATE 25D-60 (5/17) EEO-1 CERTIFICATION 25A-304 (8/01) DOT&PF TRAINING PROGRAM REQUEST 25A-310 (5/13) TRAINING UTILIZATION REPORT 25A-311 (1/16) CONTACT REPORT 25A-321A (10/16) DBE UTILIZATION REPORT 25A-325C_RN (7/15) PRIME CONTRACTOR'S WRITTEN DBE COMMITMENT 25A-326 (8/01) SUMMARY OF GOOD FAITH EFFORT DOCUMENTATION 25A-332A_NR (3/16)

4. Contract Provisions and Specifications

STANDARD MODIFICATIONS 1-14 SPECIAL PROVISIONS 1-73 APPENDIX A - PERMITS APPENDIX B - MATERIAL CERTIFICATION LIST APPENDIX C – EROSION AND SEDIMENT CONTROL PLAN REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID (FHWA) CONSTRUCTION CONTRACTS 25D-55 H (2/16)

5. Federal Wage Rates Federal wage rates can be obtained at http://www.wdol.gov/dba.aspx#0 for the State of Alaska. Use the federal wage rates that are in effect 10 days before Bid Opening. The Department will include a paper copy of the federal wage rates in the signed Contract.

6. State Wage Rates State wage rates can be obtained at http://www.labor.state.ak.us/lss/pamp600.htm. Use the State wage rates that are in effect 10 days before Bid Opening. The Department will include a paper copy of the State wage rates in the signed Contract.

Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

INVITATION TO BID for Construction Contract

Date March 7, 2019 Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number The Department invites bidders to submit bids for furnishing all labor, equipment, and materials and performing all work for the project described below. The Department will only consider bids received before 2:00 PM local time (per the Department’s time source) on the 28th day of March 2019. On that date, the Department will assemble, open, and then publicly announce the timely- received bids at Engineering Services Building, Room 4, 2301 Peger Road, Fairbanks, Alaska at 2:15 PM, or as soon thereafter as practicable.

Location of Project: Fairbanks, Alaska Contracting Officer: Ryan F. Anderson, P.E., Regional Director Issuing Office: Northern Region DOT&PF State Funded ☐ Federal Aid ☒ Description of Work: Resurface the Parks Highway between MP 356-362, including all ramps. Project work will include pavement preservation, bridge work, roadside hardware, drainage improvements, ADA improvements, and utilities.

Install Automatic Vehicle Classifier (AVC). Work includes roadside hardware and utilities.

Resurface Old Airport Road between the Mitchell Expressway off-ramp and the intersection with the Fred Meyer's driveway. Project work will include pavement preservation, roadside hardware, drainage improvements and intersection improvements. Project DBE Utilization Goal: ☒ Race-Neutral, Goal is N/A ☐ Race-Conscious, Goal is XX.X%

The Engineer’s Estimate is between $10,000,000 and $20,000,000 All work shall be completed in n/a Calendar Days, or by October 31, 2019. The Department will identify interim completion dates, if any, in the Special Provisions.

The apparent successful bidder must furnish a payment bond in the amount of 50% of the contract and a performance bond in the amount of 50% of the contract as security conditioned for the full, complete and faithful performance of the contract. The apparent successful bidder must execute the said contract and bonds within fifteen calendar days, or such further time as may be allowed in writing by the Contracting Officer, after receiving notification of the acceptance of their bid. Submission of Bidding Documents Bidders may submit bidding documents electronically via the Department’s approved online bidding service, through the mail or hand delivered. For mailed or hand delivered bids and for electronically submitted bids with a paper bid guaranty, documents shall be submitted in a sealed envelope marked as follows:

Bidding Documents for Project: ATTN: Chief of Contracts 0A45029/NFHWY00019, Parks Highway MP 356-362 State of Alaska Resurfacing & 0106081/NFHWY00005a, Region Department of Transportation & Public Facilities Automated Vehicle Classifier Upgrades & 2301 Peger Road Construction & 0002359/NFHWY00018, Old Airport Fairbanks, Alaska 99709-5316 Road Resurfacing It is incumbent upon the bidder to ensure its bid, any amendments, and/or withdrawal arrive, in its entirety, at the location and before the deadline stated above. A bidder sending a bid amendment or withdrawal via email or fax must transmit its documentation to the Department at this email address: [email protected] or fax number: (907) 451-5390. To be responsive, a bid must include a bid guaranty equal to 5% of the amount bid. (When calculating the bid amount for purposes of determining the 5% value of the bid guaranty, a bidder shall include its base bid amount, plus the amount bid for alternate and supplemental bid items, if any.) The Department hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this Invitation, Disadvantaged Business Enterprises will be afforded full opportunity to submit bids and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

Form 25D-7 (7/18) Page 1 of 2

NOTICE TO BIDDERS

Bidders must have a Vendor ID or your bid may not be accepted. More information can be obtained at the following website: http://dot.alaska.gov/aashtoware/docs/AWP-Vendor-List-Guidance.pdf

The following data may assist a bidder in preparing its bid: • Quantity Calculations • As Builts • Other applicable information

All supplemental information can be found under the letting for this project which may be selected using the following link: https://www.bidx.com/ak/lettings

A bidder may obtain hard copy project plans and specifications for the price of $100, from: Engineering Services Building, Room 3 2301 Peger Road Fairbanks, Alaska 99709 Phone: (907) 451-2247 TDD (for Hearing Impaired, required special equipment): (907) 451-2362

If a bidder has a question relating to design features, constructability, quantities, or other technical aspects of the project, it may direct its inquiry to the questions and answers area of the Bid Express proposal page: https://www.bidx.com/ak/lettings

A bidder requesting assistance in viewing the project site must make arrangements at least 48 hours in advance.

The point of contact for inquiries for this project is Caroline Maniaci, P.E. Email: [email protected] Phone: (907) 451-5449

For questions relating to electronic bidding or for assistance with your Bid Express account, contact Bid Express customer support at [email protected] or call toll free (888)352-BIDX(2439) Monday through Friday 7:00am to 8:00pm (Eastern).

A bidder may direct questions concerning bidding procedures and requirements to: Construction Contracts Coordinator

Email: [email protected] Phone: (907) 451-2219

Other Information: CROSS-REFERENCE FOR PAY ITEM NUMBERS

Pay item numbers in the Bid Schedule are cross-referenced to the pay item numbers in all other contract documents. The cross-reference for pay item numbers is included in the Estimate of Quantities table on the plans.

To report bid rigging activities call: 1-800-424-9071

The U.S. Department of Transportation (DOT) operates the above toll-free “hotline” Monday thru Friday. 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report such activities.

The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

Form 25D-7 (7/18) Page 2 of 2 SPECIAL NOTICE TO BIDDERS

• All questions must be submitted in writing in sufficient time to receive a reply prior to submitting a bid (Reference Standard Specification for Highway Construction 102-1.04). Questions submitted within two business days of bid opening may or may not be considered at the Department’s discretion. If a significant question is asked just prior to bid opening, the Department will determine whether the issue raised is significant enough to delay the bid opening and issue an addendum or proceed with the scheduled bid opening.

• Bidders submitting questions will not receive individual responses.

• At increments of time determined by the Department, questions and answers on the project will be published to the Bid Express website. Questions and answers are informational only and as such are not contractual.

• All questions must be submitted through Bid Express website, or to the Construction Manager identified on the Invitation to Bid. Questions submitted to the Bidder Registration Inbox, or location other than through Bid Express or the identified Construction Manager, will not be answered.

• The Department will publish only questions and answers. The Department will not publish contractor’s name or contact information. The Department may edit submitted questions as necessary, for clarity or content.

Special Notice to Bidders

CARGO PREFERENCE ACT REQUIREMENTS

The provisions of the Cargo Preference Act (CPA) must be physically incorporated into all Federal-aid Projects awarded after February 15, 2016, and must be physically incorporated in all agreements with subcontractors and lower tier subcontractors.

Form 25D-55 (2/16) is revised to include the CPA provisions to the Required Contract Provisions for Federal-Aid Construction Contracts. See the last page of Form 25D-55 for the CPA requirements.

For additional details, please visit http://www.marad.dot.gov/ships-and- shipping/cargo-preference/laws-and-regulations/

Special Notice to Bidders

On December 22, 2015, U.S. District Court for the District of Columbia issued a decision vacating the Federal Highway Administration (FHWA) 90 percent threshold exemption for manufactured steel and iron products and the miscellaneous steel or iron components, subcomponents and hardware waiver. As a result of the federal court decision, FHWA withdrew their December 21, 2012 policy memorandum clarifying provisions of the Buy America Act requirements.

SPECIAL NOTICE TO BIDDERS

After award, the Engineer may make available CAD files that were used to create the contract documents. CAD files made available are not contract documents and are provided for Contractor convenience only. If there are any differences between the CAD files and the contract documents, then the contract documents govern.

By accepting the Department’s CAD files, the Contractor agrees that CAD files are not contract documents, that the use of CAD files is at the Contractor’s sole risk, and to indemnify and hold harmless the State of Alaska and its agents and employees from any and all claims, damages, or liabilities arising from the use of information obtained or derived from the CAD files.

Special Notice to Bidders

Contractors are encouraged to contact the Statewide OJT Coordinator as early as possible in order to expedite approval of project specific training programs established on Form 25A-310.

Approval of Form 25A-310 can take several days and must be accomplished prior to Contract Award. Special Notice to Bidders

Section 120 for the Disadvantaged Business Enterprise (DBE) Program

The Department, in coordination with the Federal Highway Administration (FHWA), adopted a Race-Neutral DBE Program with an overall DBE Utilization Goal of 8.83% for Alaska’s FHWA Federal-Aid program. Although the Race-Neutral program does not establish or require individual project DBE Utilization Goals, 49 CFR establishes the Bidder is responsible to make a portion of the work available to DBEs and to select those portions of the work or material needs consistent with the available DBEs to facilitate DBE participation. If the Department, in collaboration with our contractors, does not meet the overall program DBE Utilization Goal and cannot demonstrate good faith effort to meet the program goal, the program may be modified to Race-Conscious, with individual DBE Utilization Goals established for each Federal-Aid project. As such, a GFE submittal documenting the contractor’s efforts to utilize certified DBEs is required. Backup documentation for the GFE submittal must include both DBE and non-DBE quotes. The Department and FHWA will use the data collected under Section 120 to evaluate the program for compliance with Section 120 and with 49 CFR Part 26. Contractors are encouraged to review the construction and contract forms, and Section 120 DBE Program. Any questions about this notice may be directed to Barbara L. Tanner, P.E., Chief of Contracts & LPA Design, (907) 451-3057, or email [email protected].

12/17 Special Notice to Bidders

Standard Forms 25A-301 Federal EEO Bid Conditions, and 25D-6 Bidder Registration have been revised.

Effective for FHWA funded projects advertised on or after February 1, 2015; there are two Civil Rights Forms that have been updated. Contractors are encouraged to review the revised contract forms.

Standard Form 25A-301 Federal EEO Bid Conditions had subsection 3 eliminated and the form was revised to the new references.

Standard Form 25D-6 Bidder Registration was revised to update the requirements for a Small Business Enterprise.

Any questions about this notice may be directed to Dennis Good, Manager of the Civil Rights Office, (907) 269-0848, or email [email protected].

07/01/15

February 8, 2011

Special Notice to Bidders Change in Prevailing Wage Requirements

Notice: The Department of Labor and Workforce Development (DOLWD) proposed a revised regulatory definition of “on-site” in 8 AAC 30.910 to clarify the scope of activities covered by Alaska’s Little Davis Bacon Act (AS 36.05.010 – AS 36.05.110). For a copy of the revised definition of 8 AAC 30.910, go to: http://labor.alaska.gov/commish/12-2010-OT-language.pdf

DOLWD will enforce the revised provisions on all projects with a bid opening date on or after February 15, 2011. Prospective bidders on projects with a bid opening date on or after February 15, 2011, must consider the impact of the revised regulation and bid accordingly. DOLWD will not enforce the new “on- site” definition on projects with a bid opening date prior to February 15, 2011.

Special Notice to Bidders

The Department may cancel this solicitation either before or after bid opening, but prior to the issuance of the "Notice of Intent to Award" under Subsection 103-1.03 of the Standard Specifications for Highway Construction, 2017 Edition, if it is determined that award is not in the best interest of the State.

The Department reserves the right to cancel this solicitation after issuance of the "Notice of Intent to Award" if State legislative appropriation adequate to pay for the construction is not made. Federal money will pay for construction of this project, but the required State appropriation is pending. The issuance of the "Letter of Award" and the "Notice to Proceed" is subject to State legislative appropriation of adequate funding and expense approval.

If an appropriation adequate to pay for the construction of the project is not made, the "Letter of Award" and the "Notice to Proceed" will not be issued. The declared apparent low bidder for the project is cautioned to not proceed with any aspect of contract performance until a "Letter of Award" and "Notice to Proceed" have been issued by the Department.

Notwithstanding that the Department may cancel the solicitation after the issuance of the "Notice of Intent to Award". The apparent low bidder is not relieved from any of the procedural requirements of Section 103 of the Standard Specifications for Highway Construction, 2017 Edition. By submitting a bid for this project, the bidder agrees that the State will not provide compensation for, nor be held liable for, any bidder or prospective contractor incurred costs associated with bid preparation or other prospective contractor incurred costs.

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

REQUIRED DOCUMENTS Federal-Aid Contracts (FHWA)

REQUIRED FOR BID. Bids will not be considered if the following documents are not completely filled out and submitted at the time of bidding:

1. Bid Forms a. Bid Cover Sheet b. Bid Schedule c. Bid Attachments (as applicable) • There are no required attachments for this solicitation d. Addenda Acknowledgement e. Bidder’s Acknowledgement and Certification 2. Bid Security REQUIRED FOR BID MODIFICATIONS. Any bid revisions must be submitted by the bidder prior to bid opening. Use the following form to modify Manual (paper) bids:

3. Bid Modification (Form 25D-16)

REQUIRED AFTER NOTICE OF APPARENT LOW BIDDER. The apparent low bidder is required to complete and submit the following documents within 5 working days after receipt of written notification:

1. Subcontractor List (Form 25D-5) 2. Summary of Good Faith Effort Documentation (Form 25A-332A), and Contact Reports (Form 25A-321A) 3. DBE Utilization Report (Form 25A-325C) 4. Prime Contractor’s Written DBE Commitment (Form 25A-326) for each DBE to be used on the project.

REQUIRED FOR AWARD. In order to be awarded the contract, the successful bidder must completely fill out and submit the following documents within the time specified in the intent to award letter:

1. Construction Contract (Form 25D-10H) 2. Payment Bond (Form 25D-12) 3. Performance Bond (Form 25D-13) 4. Contractor's Questionnaire (25D-8) 5. Certificate of Insurance (from carrier) 6. EEO-1 Certification (Form 25A-304) 7. Training Utilization Report (Form 25A-311), and/or DOT&PF Training Program Request (Form 25A-310), if required 8. Material Origin Certificate (Form 25D-60) 9. Bidder Registration (Form 25D-6) Bidders must register annually with the Civil Rights Office in order to be eligible for award.

Form 25D-4H_NR (9/18) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

FEDERAL EEO BID CONDITIONS

STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS FOR ALL NON-EXEMPT FEDERAL AND FEDERALLY-ASSISTED CONSTRUCTION CONTRACTS TO BE AWARDED IN THE STATE OF ALASKA

Authority and Guidelines.

The Alaska Department of Transportation & Public Facilities (Department), as a State Transportation Agency (STA), has authority under 23 U.S.C. 140 and its implementing regulations to conduct a compliance program addressing Equal Employment Opportunity (EEO) and Affirmative Action (AA) in employment on non-exempt federal and federally-assisted construction contracts that are awarded in the State of Alaska. The STA's authority to administer a contract compliance with Nondiscrimination, EEO and AA programs are authorized under 23 U.S.C., 49 U.S.C., Title VI of the Civil Rights Act of 1964, MAP-21 and implementing regulations. The provisions of 23 CFR 200 and 49 CFR 21 provide authority to determine, and where necessary obtain compliance with the nondiscrimination provisions of Title VI. Under the provisions of Title VI 23 USC and related regulations, including 49 CFR 21 and 26, and 23 CFR Part 200, 230 and 633, it is the STA's responsibility to ensure compliance with and to enforce on all projects of Federal-aid contractors and subcontractors, whether a particular contract or work-site involves Federal-aid funds or not.

These citations confirm the requirement for contractors to provide, and States to obtain information that ensure non-discrimination in employment on all of Federal and federally-assisted projects, and through these provisions, provide for EEO for minorities and women in all terms and conditions of their employment at all of their facilities and on all projects.

1. Definitions. As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Employer identification number” means the Federal Social Security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

c. “Minority” includes:

(1) Black (all persons having origins in any of the Black African racial groups not of origin);

(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race);

(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(4) American Indian or Alaska Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

Form 25A-301 (12/14) Page 1 of 4

2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and which is set forth in the solicitations from which this contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the DOL in the covered area, either individually or through an association, its affirmative action obligations on all work in the Plan area shall be in accordance with that Plan for those trades that have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make good faith effort to achieve an equal representation of minority and female employment under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors in an approved Plan does not excuse any covered Contractor’s or subcontractor’s failure to make good faith efforts to achieve the Plan.

4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 5(a) through 5(p) of these specifications.

5. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor’s obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the- street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Civil Rights Office’s Contract Compliance Officer when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 5(b) above.

f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female

Form 25A-301 (12/14) Page 2 of 4

employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendent, general foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and dispositions of the subject matter.

h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor’s workforce.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-use toilet, necessary changing facilities and necessary sleeping facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontractors from minority and female construction contractors and suppliers, including circulations of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors’ adherence to and performance under the Contractor’s EEO policies and affirmative action obligations.

6. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 5(a) through 5(p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any or more of its obligations under 5(a) through 5(p) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are

Form 25A-301 (12/14) Page 3 of 4

reflected in the Contractor’s minority and female work force participation, makes a good faith effort to meet its individual EEO obligations, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance.

7. The Contractor is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation if a particular group is employed in a substantially disparate manner.

8. The Contractor shall not use the equal employment or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

9. The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts.

10. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in item 5(a-p) above, so as to achieve maximum results from its efforts to ensure equal employment opportunities.

11. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic apprentice, trainees, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that the existing records satisfy this requirement, Contractors shall not be required to maintain separate records.

12. Nothing herein provided shall be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Programs).

13. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.

14. EEO/AA obligations are applicable to all of the Contractor’s construction work (whether or not it is federal or federally-assisted) performed in the covered area. The hours on minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of equalizing minority and female employment percentages shall be a violation of the contract. Compliance with equal minority and female employment utilization will be measured against the total work hours performed.

15. The Contractor shall provide written notification to the Department, for all subcontracts documents as follows: the name, address and telephone number of subcontractors and their employer identification number; the estimated dollar amount of the subcontracts; estimated starting and completion dates of the subcontracts; and the geographical area in which the contract is to be performed.

This written notification shall be required for all construction subcontracts in excess of $10,000 at any tier for construction work under the contract resulting from this project’s solicitation.

16. As used in the Bid Notice, and in the contract resulting from this project’s solicitation, the “covered area” is the State of Alaska.

Form 25A-301 (12/14) Page 4 of 4

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

SUBCONTRACTOR LIST

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

The apparent low bidder shall complete this form and submit it so as to be received by the Contracting Officer prior to the close of business on the fifth working day after receipt of written notice from the Department.

An apparent low bidder who fails to submit a completed Subcontractor List form within the time allowed will be declared nonresponsible and may be required to forfeit the bid security.

Scope of work must be clearly defined. If an item of work is to be performed by more than one firm, indicate the portion or percent of work to be done by each.

Check as applicable: [ ] All Work on the above-referenced project will be accomplished without subcontracts Or [ ] List all first tier Subcontractors as follows:

FIRM NAME, AK BUSINESS LICENSE NO., SCOPE OF WORK TO ADDRESS, CONTRACTOR'S BE PERFORMED PHONE NO. REGISTRATION NO.

CONTINUE SUBCONTRACTOR INFORMATION ON REVERSE

For projects with federal-aid funding, I hereby certify Alaska Business Licenses and Contractor Registrations will be valid for all subcontractors prior to award of the subcontract. For projects without federal-aid funding (State funding only), I hereby certify the listed Alaska Business Licenses and Contractor Registrations were valid at the time bids were opened for this project.

Signature of Authorized Company Representative Title

Company Name Company Address (Street or PO Box, City, State, Zip)

Date Phone Number

Form 25D-5 (5/17) Page 1 of 2

FIRM NAME, AK BUSINESS LICENSE NO., SCOPE OF WORK TO ADDRESS, CONTRACTOR'S BE PERFORMED PHONE NO. REGISTRATION NO.

Form 25D-5 (5/17) Page 2 of 2 STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES Civil Rights Office – DBE Program

BIDDER REGISTRATION

All firms are required to submit a Bidder’s Registration form before an Alaska Department of Transportation and Public Facilities (DOT&PF) project can be awarded. The Bidder Registration form must be submitted to the Civil Rights Officer (CRO) on an annual basis by January 1 and is valid thru December 31. Complete this form for each contractor and subcontractor. Firms will be listed on the bidder registration online directory http://www.dot.state.ak.us/cvlrts/bidreg.shtml.

Name of Firm: Street Address: Mailing Address: Contact Name: Telephone Number: Fax number: E-mail Address: Date Firm was Established: The firm listed above is a (check all that apply): Prime Contractor? Subcontractor? Identify specialty: ______Service Provider? Identify service: ______Material Supplier? Identify material: ______Manufacturer? Identify product: ______Certified DBE? * *DBE- Disadvantaged Business Enterprise Self-Certified SBE? * *SBE- Small Business Enterprise (Complete page 2 of this form.)

Firm’s gross annual receipts: < $500,000

$500,000- $999,999

$1,000,000- $4,999,999

$5,000,000- $9,999,999

$10,000,000- $16,999,999

> $17,000,000

Type of contracts/proposals bid by the firm (check all that apply):

Highways Airports Transit AMHS

Signature of Company Representative Title Date

Send this completed form to: OR You may fax your completed form to: ADOT&PF Civil Rights Office (907) 269-0847 PO Box 196900 Anchorage, Alaska 99519-6900

If you have any questions, please call (907) 269-0851.

Form 25D-6 (1/16)

SMALL BUSINESS ENTERPRISE PROGRAM (SBE) SELF-REGISTRATION

Fostering Small Business Participation (SBE) (49 CFR 26.39): To meet the requirements of 49 CFR 26.39, DOT&PF has implemented a Small Business Enterprise Program. This component is only applicable to federally funded projects.

[Complete the Section below only if you are a Self-Certified SBE Firm] All businesses wishing to be eligible as a SBE are required to submit a SBE Self-Registration form. The SBE Self-Registration form must be submitted on an annual basis by January 1 and is valid thru December 31.

In order to verify your firm’s compliance with business size standards under 49 CFR 26.67(2)(i) and 26.65(b), at the time of award you will be required to submit the following documents: ● SBE Affidavit of Certification Eligibility ● Personal Financial Statement ● Past three years of your corporations and/or individual tax returns ● If not a certified DBE, please provide documentation that you are self-certified as a small business (please contact Procurement Technical Assistance Center (PTAC) at 907-274-7232 if you require assistance on becoming a self-certified small business) At time of award send required documentation to:

DOT&PF Civil Rights Office Attn: Certification PO Box 196900 Anchorage, Alaska 99519-690 Phone: (907) 269-0851 Fax: (907) 269-0847

A. SBE Directory Information 1. Can you verify at time of award that your firm (including affiliates) does not exceed the small business size standards as described by the Small Business Administration (SBA) for the last three years of gross annual receipts per 49 CFR 26.65(a)? To find more information [ ]Yes [ ] No* about the SBA size standards, visit the SBA website https://www.sba.gov/content/small- business-size-standards. *If you marked “No” you do not qualify for the SBE Program 2. Can you verify at time of award that your firm (including affiliates) does not exceed the personal net worth standards of $1.32 million per 49 CFR 26.67(2)(i)? [ ]Yes [ ] No* *If you marked “No” you do not qualify for the SBE Program

3. Can you verify at time of award that each individual owner of your firm does not exceed the personal net worth standards of $1.32 million per 49 CFR 26.67(2)(i)? [ ]Yes [ ] No* *If you marked “No” you do not qualify for the SBE Program

4. Contact Info. Name of Firm Contact Name

Telephone Number Fax Number

Email Address Company Website

Form 25D-6 (1/16)

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

CONTRACTOR’S QUESTIONNAIRE

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

A. FINANCIAL

1. Have you ever failed to complete a contract due to insufficient resources? [ ] No [ ] Yes If YES, explain:

2. Describe any arrangements you have made to finance this work: ______

B. EQUIPMENT

1. Describe below the equipment you have available and intend to use for this project.

ITEM QUAN. MAKE MODEL SIZE/ PRESENT CAPACITY MARKET VALUE

Form 25D-8 (8/01) Page 1 of 2

2. What percent of the total value of this contract do you intend to subcontract? ______%

3. Do you propose to purchase any equipment for use on this project? [ ] No [ ] Yes If YES, describe type, quantity, and approximate cost:

4. Do you propose to rent any equipment for this work? [ ] No [ ] Yes If YES, describe type and quantity:

5. Is your bid based on firm offers for all materials necessary for this project? [ ] Yes [ ] No If NO, please explain:

C. EXPERIENCE

1. Have you had previous construction contracts or subcontracts with the State of Alaska?

[ ] Yes [ ] No

Describe the most recent or current contract, its completion date, and scope of work:

2. List, as an attachment to this questionnaire, other construction projects you have completed, the dates of completion, scope of work, and total contract amount for each project completed in the past 12 months.

I hereby certify that the above statements are true and complete.

Name of Contractor Name and Title of Person Signing

Signature Date

Form 25D-8 (8/01) Page 2 of 2 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

Bid Forms - As-Advertised

Bid Cover Sheet

Letting ID: NFHWY00019 3/28/2019 2:00 PM

Proposal ID: NFHWY00019

Parks Highway MP 356-362 Resurfacing / Automated Vehicle Classifier Upgrades & Construction / Old Airport Road Resurfacing

Project ID(s): NFHWY00019 NFHWY00005a NFHWY00018

Company Name

Company Address

Phone Number

Email

Vendor ID: ______Bid Forms As-Advertised Page 1 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES Bid Schedule - As-Advertised Section 1 - Basic Bid Prop Item Number Item Description Quantity Unit Unit Bid Price Amount Bid Line # 10 203.0003.0000 Unclassified Excavation 31,407 Cubic Yard

20 301.0001.00D1 Aggregate Base Course, Grading D-1 2,400 Ton

30 308.0001.0000 Crushed Asphalt Base Course 376,900 Square Yard

40 401.0001.002B HMA, Type II; Class B 60,352 Ton

50 401.0004.5240 Asphalt Binder, Grade PG 52-40 3,319 Ton

60 401.0008.002B HMA Price Adjustment, Type II; Class B All Required Contingent Sum Contingent Sum $361,427.00 Longitudinal Joint Density Price 70 401.0009.0000 All Required Contingent Sum Contingent Sum $137,766.00 Adjustment Pavement Smoothness Price Adjustment, 80 401.0010.0001 All Required Contingent Sum Contingent Sum $361,305.00 Method 1 90 401.0015.0000 Asphalt Material Price Adjustment All Required Contingent Sum Contingent Sum $286,295.00

110 504.0001.0000 Structural Steel All Required Lump Sum Lump Sum Steel Bridge Railing Replacement, 2- 120 507.2001.0002 1,119 Linear Foot Tube Steel Bridge Railing Replacement, 3- 130 507.2001.0003 519 Linear Foot Tube 140 507.2001.0004 Steel Bridge Railing Replacement, Tubes 2,275 Linear Foot

150 507.2002.0001 Pedestrian Railing Replacement 519 Linear Foot Waterproofing Membrane, Spray- 160 508.0001.0000 All Required Lump Sum Lump Sum Applied 170 510.2001.0000 Bridge Deck Repair All Required Contingent Sum Contingent Sum $117,000.00

180 516.0001.0002 Expansion Joint, Compression 84 Linear Foot

190 606.0001.0000 W-Beam Guardrail 18,281.5 Linear Foot

200 606.0006.0000 Removing and Disposing of Guardrail 19,267 Linear Foot

210 606.0013.0000 Parallel Guardrail Terminal 22 Each

220 606.0016.0000 Transition Rail 43 Each

230 606.2007.0000 Crash Cushion, NCHRP 350 6 Each

240 607.0004.0000 Reconstructed Fence 100 Linear Foot

250 608.0006.0000 Curb Ramp 33 Each

260 608.2029.0000 Traffic Island(s) 1 Each

270 615.0001.0000 Standard Sign 4,935.9 Square Foot

280 615.0006.0000 Salvage Sign 230 Each

Vendor ID: ______Bid Forms As-Advertised Page 2 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES

Section 1 - Basic Bid Prop Item Number Item Description Quantity Unit Unit Bid Price Amount Bid Line # 290 639.0002.0000 Driveway, Residential 4 Each

300 639.0003.0000 Driveway, Commercial 8 Each

310 640.0001.0000 Mobilization and Demobilization All Required Lump Sum Lump Sum Erosion, Sediment and Pollution Control 320 641.0001.0000 All Required Lump Sum Lump Sum Administration Temporary Erosion, Sediment and 330 641.0003.0000 All Required Lump Sum Lump Sum Pollution Control Temporary Erosion, Sediment and 340 641.0005.0000 All Required Contingent Sum Contingent Sum $65,000.00 Pollution Control by Directive 350 641.0006.0000 Withholding All Required Contingent Sum Contingent Sum $0.00

360 641.0007.0000 SWPPP Manager All Required Lump Sum Lump Sum

370 642.0001.0000 Construction Surveying All Required Lump Sum Lump Sum

380 642.0009.0000 Reference Existing Monument 56 Each

390 642.0013.0000 Three Person Survey Party All Required Contingent Sum Contingent Sum $30,000.00

400 643.0002.0000 Traffic Maintenance All Required Lump Sum Lump Sum

410 643.0003.0000 Permanent Construction Signs All Required Lump Sum Lump Sum

420 643.0023.0000 Traffic Price Adjustment All Required Contingent Sum Contingent Sum $0.00

430 643.0025.0000 Traffic Control All Required Contingent Sum Contingent Sum $230,000.00

440 643.2005.0000 Public Information Program All Required Lump Sum Lump Sum

450 643.2008.0000 Intersection Traffic Control 3 Each

460 643.2016.0000 Road Closure Parks Hwy, Parks Bound All Required Lump Sum Lump Sum Road Closure Parks Hwy, Richardson 470 643.2016.0000 All Required Lump Sum Lump Sum Bound 480 643.2016.0000 Road Closure S. Cushman Street Bridge All Required Lump Sum Lump Sum

490 644.0001.0000 Field Office All Required Lump Sum Lump Sum

500 644.0006.0000 Vehicle All Required Lump Sum Lump Sum Training Program, 2 510 645.0001.0000 1,000 Labor Hour Trainees/Apprentices 520 646.0001.0000 CPM Scheduling All Required Lump Sum Lump Sum

530 652.0001.0000 Interim Work Price Adjustment All Required Contingent Sum Contingent Sum $0.00

540 660.2007.0000 Remove and Replace Luminaire 478 Each

550 660.2016.0000 Electrical Illumination Modifications All Required Lump Sum Lump Sum LED Luminaire Conversion Geist Road 560 660.2019.0000 All Required Lump Sum Lump Sum Bridge

Vendor ID: ______Bid Forms As-Advertised Page 3 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES

Section 1 - Basic Bid Prop Item Number Item Description Quantity Unit Unit Bid Price Amount Bid Line # 570 661.0002.0000 Load Center, Type 1A 5 Each

580 661.0005.0000 Modify Load Center 10 Each

590 661.2002.0000 Remove Existing Load Center 5 Each

600 669.2007.0000 Automatic Vehicle Classification All Required Lump Sum Lump Sum

610 670.0008.0000 Recessed Pavement Marker 2,500 Each

620 670.0010.0000 Methyl Methacrylate Pavement Markings All Required Lump Sum Lump Sum MMA Pavement Markings, Longitudinal 630 670.2006.0000 221,865 Linear Foot Inlaid MMA Pavement Markings, Symbols and 640 670.2007.0000 69 Each Arrow(s) Inlaid MMA Pavement Markings, Transverse 650 670.2010.0000 8,670 Square Foot and Gore Inlaid Section 1 Total:

Total Bid:

Vendor ID: ______Bid Forms As-Advertised Page 4 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES STATE OF ALASKA

DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES BID SCHEDULE INFORMATION - As-Advertised Parks Highway MP 356-362 Resurfacing / Automated Vehicle Classifier Upgrades & Construction / Old Airport Road Resurfacing Proposal ID: NFHWY00019

Bidders Please Note: Before preparing this Bid Schedule read carefully the Invitation to Bid.

The Bidder shall insert a unit bid price or a lump sum price in figures for each pay item in the bid schedule. The estimated quantity of work for payment on a lump sum basis will be "all required" and as further specified in the contract documents.

Wherever a contingent amount is shown for any item in this bid schedule such amount shall govern and be included in the bid total.

The bidder shall insert a price for each pay item listed below. Type or print legibly.

Additional information, including the basis of award, can be found in the Specifications, Information to Bidders, General Provisions, and General Conditions, as applicable.

Conditioned or qualified bids will be considered nonresponsive.

Vendor ID: ______Bid Forms As-Advertised Page 5 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES STATE OF ALASKA

DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES ADDENDA ACKNOWLEDGMENT - As-Advertised Parks Highway MP 356-362 Resurfacing / Automated Vehicle Classifier Upgrades & Construction / Old Airport Road Resurfacing Proposal ID: NFHWY00019

An addendum is a clarification, correction, or change to the plans, specifications, or other documents in the bid package issued graphically or in writing by the Department after the advertisement but prior to bid opening.

The bidder can view, download, and print addenda from the AKDOT&PF's BidExpress Proposal page. The bidder is solely responsible for obtaining, reviewing, applying and acknowledging all addenda. Bidder's failure to acknowledge all addenda that the Department has issued for this advertisement may cause the Department to reject the bid as nonresponsive.

The Undersigned acknowledges receipt of the following addenda (give number and date of each).

Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Vendor ID: ______Bid Forms As-Advertised Page 6 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 Addendum Number: Date Issued:AND PUBLIC/ FACILITIES / (MM/DD/YYYY) Addendum Number: Date Issued: / / (MM/DD/YYYY) Additional Addenda Acknowledgment (if required): [Addendum XX, MM/DD/YYYY]

Vendor ID: ______Bid Forms As-Advertised Page 7 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES STATE OF ALASKA

DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES BIDDER'S ACKNOWLEDGMENT & CERTIFICATION - As-Advertised Parks Highway MP 356-362 Resurfacing / Automated Vehicle Classifier Upgrades & Construction / Old Airport Road Resurfacing Proposal ID: NFHWY00019

The undersigned bidder acknowledges that:

1. It has carefully examined the bid package; the Department has afforded the bidder sufficient opportunity to examine the site of the work; it is familiar with regulatory and construction-related code requirements that may affect cost, progress, and performance of the work; and it possesses sufficient information to formulate its bid for performance of the project according to the terms and conditions of the bid package;

2. The quantities, where specified in the bid schedule or on the plans for this project, are approximate only and subject to increase or decrease and the undersigned bidder is willing to perform increased or decreased quantities of work at unit prices bid under the conditions set forth in the bid package;

3. If the Department accepts its bid, the bidder will execute the advertised contract and provide required bonds within the time and in the amount specified in the Invitation to Bid; if the bidder fails to do so, it further agrees that it will forfeit its bid bond to the Department as liquidated damages and that the Department may award the contract to another bidder;

4. If the Department awards the bidder the advertised contract, the bidder will furnish and deliver all materials and do all work and labor required for the timely completion of the project according to the plans and specifications and for the amount and prices stated in its bid schedule, which is made a part of this bid; and

5. In a matter relating to a procurement or a contract claim, it is unlawful for a person to make a misrepresentation to the State through a trick, scheme, or device. AS 36.30.687.

Vendor ID: ______Bid Forms As-Advertised Page 8 Letting ID: NFHWY00019 STATE OF ALASKA Proposal ID: NFHWY00019 Letting Date & Time: 3/28/2019 2:00 PM DEPARTMENT OF TRANSPORTATION Federal #: 0A45029 / 0002359 / 0106081 AND PUBLIC FACILITIES By applying my signature below, I certify under penalty of perjury that:

1. The undersigned bidder has not made a misrepresentation to the Department in connection with this procurement;

2. Consistent with 2 AAC 12.800, the undersigned bidder has neither directly nor indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding. This bidder, its employees, and its agents have not divulged the contents of this proposal to any person who is not an employee or agent of the bidder or the surety furnishing bond(s) for bidder on this project; nor will they divulge such contents before the Department's public opening of bidder's proposal; and

3. I am the duly appointed representative of the undersigned bidder, who has authorized and empowered me to legally bind it concerning this bid proposal.

Company Name

Company Address

Phone Number

Email

Signature

Printed Name and Title

/ / (MM/DD/YYYY) Date

Vendor ID: ______Bid Forms As-Advertised Page 9

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

CONSTRUCTION CONTRACT

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

This CONTRACT, between the STATE OF ALASKA, DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES, herein called the Department, acting by and through its Contracting Officer, and

Company Name

Company Address (Street or PO Box, City, State, Zip)

a/an [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Sole Proprietorship [ ] Corporation incorporated under the laws of the State of ______, its successors and assigns, herein called the Contractor, is effective the date of the signature of the Contracting Officer on this document.

WITNESSETH: That the Contractor, for and in consideration of the payment or payments herein specified and agreed to by the Department, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of the above-referenced project at the prices bid by the Contractor for the respective estimated quantities aggregating approximately the sum of Dollars ($ ) , and such other items as are mentioned in the original Bid, which Bid and prices named, together with the Contract Documents are made a part of this Contract and accepted as such. The Alaska Standard Specifications for Highway Construction, 2017 Edition is incorporated by reference and made a part hereof as if set forth in full. The Alaska Standard Specifications for Highway Construction can be downloaded at http://www.dot.state.ak.us/stwddes/dcsspecs/index.shtml.

It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by the Department, nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work is ordered in writing by the Department. In no event shall the Department be liable for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are required by the Contract or on written order furnished by the Department. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order.

The Contractor further covenants and agrees that all materials shall be furnished and delivered and all labor shall be done and performed, in every respect, to the satisfaction of the Department, on or before: or within calendar days. It is expressly understood and agreed that in case of the failure on the part of the Contractor, for any reason, except with the written consent of the Department, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the Department shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the Department shall have the right to recover dollars ($) per day for each calendar day elapsing between the time stipulated for the completion and the actual date of completion in accordance with the terms hereof; such deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages.

Form 25D-10H (1/15) Page 1 of 2

The bonds given by the Contractor in the sum of $______Payment Bond, and $______Performance Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith and made a part hereof.

IN WITNESS WHEREOF, the parties hereto have executed this Contract and hereby agree to its terms and conditions.

CONTRACTOR

Company Name

Signature of Authorized Company Representative

Typed Name and Title

Date

(Corporate Seal)

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

Signature of Contracting Officer

Ryan F. Anderson, P.E. Typed Name

Date

Form 25D-10H (1/15) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

PAYMENT BOND

Bond No. ______For

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

KNOW ALL WHO SHALL SEE THESE PRESENTS:

That of as Principal, and of as Surety, firmly bound and held unto the State of Alaska in the penal sum of Dollars ($) good and lawful money of the of America for the payment whereof,

well and truly to be paid to the State of Alaska, we bind ourselves, our heirs, successors, executors, administrators, and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has entered into a written contract with said State of Alaska, on the ______of ______A.D., 20_____, for construction of the above-referenced project, said work to be done according to the terms of said contract.

Now, THEREFORE, the conditions of the foregoing obligation are such that if the said Principal shall comply with all requirements of law and pay, as they become due, all just claims for labor performed and materials and supplies furnished upon or for the work under said contract, whether said labor be performed and said materials and supplies be furnished under the original contract, any subcontract, or any and all duly authorized modifications thereto, then these presents shall become null and void; otherwise they shall remain in full force and effect.

IN WITNESS WHEREOF, we have hereunto set our hands and seals at ______, ______this ______day of ______A.D., 20_____.

Principal:

Address:

By:

Contact Name:

Phone: ( )

Surety:

Address:

By:

Contact Name:

Phone: ( )

The offered bond has been checked for adequacy under the applicable statutes and regulations:

Ryan F. Anderson, P.E. Alaska Department of Transportation & Public Facilities Authorized Representative Date

Form 25D-12 (8/01) Page 1 of 2

See Instructions on Reverse

INSTRUCTIONS

1. This form, for the protection of persons supplying labor and material, shall be used whenever a payment bond is required. There shall be no deviation from this form without approval from the Contracting Officer.

2. The full legal name, business address, phone number, and point of contact of the Principal and Surety shall be typed on the face of the form. Where more than a single surety is involved, a separate form shall be executed for each surety.

3. The penal amount of the bond, or in the case of more than one surety the amount of obligation, shall be typed in words and in figures.

4. Where individual sureties are involved, a completed Affidavit of Individual Surety shall accompany the bond. Such forms are available upon request from the Contracting Officer.

5. The bond shall be signed by authorized persons. Where such persons are signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved, evidence of authority must be furnished.

Form 25D-12 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

PERFORMANCE BOND

Bond No. ______For

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

KNOW ALL WHO SHALL SEE THESE PRESENTS:

That of as Principal, and of as Surety, firmly bound and held unto the State of Alaska in the penal sum of Dollars ($ ) good and lawful money of the United States of America for the payment whereof,

well and truly to be paid to the State of Alaska, we bind ourselves, our heirs, successors, executors, administrators, and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has entered into a written contract with said State of Alaska, on the ______of ______A.D., 20_____, for construction of the above-named project, said work to be done according to the terms of said contract.

Now, THEREFORE, the conditions of the foregoing obligation are such that if the said Principal shall well and truly perform and complete all obligations and work under said contract and if the Principal shall reimburse upon demand of the Department of Transportation and Public Facilities any sums paid him which exceed the final payment determined to be due upon completion of the project, then these presents shall become null and void; otherwise they shall remain in full force and effect.

IN WITNESS WHEREOF, we have hereunto set our hands and seals at ______, ______this ______day of ______A.D., 20_____.

Principal:

Address:

By:

Contact Name:

Phone: ( )

Surety:

Address:

By:

Contact Name:

Phone: ( )

The offered bond has been checked for adequacy under the applicable statutes and regulations:

Ryan F. Anderson, P.E. Alaska Department of Transportation & Public Facilities Authorized Representative Date

Form 25D-13 (8/01) Page 1 of 2

See Instructions on Reverse INSTRUCTIONS

1. This form shall be used whenever a performance bond is required. There shall be no deviation from this form without approval from the Contracting Officer.

2. The full legal name, business address, phone number, and point of contact of the Principal and Surety shall be typed on the face of the form. Where more than a single surety is involved, a separate form shall be executed for each surety.

3. The penal amount of the bond, or in the case of more than one surety the amount of obligation, shall be typed in words and in figures.

4. Where individual sureties are involved, a completed Affidavit of Individual Surety shall accompany the bond. Such forms are available upon request from the Contracting Officer.

5. The bond shall be signed by authorized persons. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved, evidence of authority must be furnished.

Form 25D-13 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

BID BOND

For

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

DATE BOND EXECUTED:

PRINCIPAL (Legal name and business address): TYPE OF ORGANIZATION:

[ ] Individual [ ] Partnership [ ] Joint Venture [ ] Corporation

STATE OF INCORPORATION:

SURETY(IES) (Name and business address): A. B. C.

PENAL SUM OF BOND: DATE OF BID:

We, the PRINCIPAL and SURETY above named, are held and firmly bound to the State (State of Alaska), in the penal sum of the amount stated above, for the payment of which sum will be made, we bind ourselves and our legal representatives and successors, jointly and severally, by this instrument.

THE CONDITION OF THE FOREGOING OBLIGATION is that the Principal has submitted the accompanying bid in writing, date as shown above, on the above referenced Project in accordance with contract documents filed in the office of the Contracting Officer, and under the Invitation for Bids therefor, and is required to furnish a bond in the amount stated above.

If the Principal's bid is accepted and he is offered the proposed contract for award, and if the Principal fails to enter into the contract, then the obligation to the State created by this bond shall be in full force and effect.

If the Principal enters into the contract, then the foregoing obligation is null and void.

PRINCIPAL

Signature(s) 1. 2. 3.

Name(s) 1. 2. 3. & Title(s) (Typed)

Corporate Seal

See Instructions on Reverse

Form 25D-14 (8/01) Page 1 of 2

CORPORATE SURETY(IES)

Surety A Name of Corporation State of Incorporation Liability Limit $ Signature(s) 1. 2.

Corporate Name(s) 1. 2. Seal & Titles (Typed)

Surety B Name of Corporation State of Incorporation Liability Limit $ Signature(s) 1. 2.

Corporate Name(s) 1. 2. Seal & Titles (Typed)

Surety C Name of Corporation State of Incorporation Liability Limit $ Signature(s) 1. 2.

Corporate Name(s) 1. 2. Seal & Titles (Typed)

INSTRUCTIONS

1. This form shall be used whenever a bid bond is submitted.

2. Insert the full legal name and business address of the Principal in the space designated. If the Principal is a partnership or joint venture, the names of all principal parties must be included (e.g., "Smith Construction, Inc. and Jones Contracting, Inc. DBA Smith/Jones Builders, a joint venture"). If the Principal is a corporation, the name of the state in which incorporated shall be inserted in the space provided.

3. Insert the full legal name and business address of the Surety in the space designated. The Surety on the bond may be any corporation or partnership authorized to do business in Alaska as an insurer under AS 21.09. Individual sureties will not be accepted.

4. The penal amount of the bond may be shown either as an amount (in words and figures) or as a percent of the contract bid price (a not-to-exceed amount may be included).

5. The scheduled bid opening date shall be entered in the space marked Date of Bid.

6. The bond shall be executed by authorized representatives of the Principal and Surety. Corporations executing the bond shall also affix their corporate seal.

7. Any person signing in a representative capacity (e.g., an attorney-in-fact) must furnish evidence of authority if that representative is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved.

8. The states of incorporation and the limits of liability of each surety shall be indicated in the spaces provided.

9. The date that bond is executed must not be later than the bid opening date.

Form 25D-14 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

BID MODIFICATION

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

Modification Number: ______

Note: Use this form to modify Manual (paper) bids only. • Group items and provide subtotals by bid schedule section. • All revisions shall be made to the unadjusted bid amount(s). • Changes to the adjusted bid amounts will be computed by the Department.

REVISION TO LINE REVISION TO ITEM NO. PAY ITEM DESCRIPTION UNIT BID NO. BID AMOUNT +/- PRICE +/-

TOTAL REVISION: $______

Name of Bidding Firm

Responsible Party Signature Date

This form may be duplicated if additional pages are needed.

Form 25D-16 (7/18) Page _____ of _____

MATERIAL ORIGIN CERTIFICATE Federal-Aid Highway Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Project Name and Number: Road Resurfacing, 0002359/NFHWY00018

FOREIGN MANUFACTURED PRODUCTS1 COUNTRY OF ORIGIN COST2

I certify under penalty of law that all steel and iron products to be furnished for this project are manufactured in the United States, and comply with the requirements of 23 CFR 635.410 and Contract subsection 106-1.01, Buy America Provisions; except for those foreign manufactured products that are listed on this page or on a separate and clearly identified attachment.3 The term “manufactured in the United States” is defined in Contract subsection 106- 1.01, Buy America Provision. I certify that I have knowledge that submitting false statements and/or information may result in civil and criminal penalties.

Authorized Corporate Signature Date

Printed Name Contractor’s Company Name

Position Title

Form 25D-60 (05/17) Form 25D-60 Instructions: 1. Enter “NONE” on the first line if there are no exceptions. 2. Invoice cost for foreign manufactured products as delivered to the project including freight. 3. When the Contractor becomes aware of a change from or error in a previously submitted Material Origin Certificate, the Contractor shall submit an updated Material Origin Certificate. The Department of Transportation and Public Facilities shall not accept or approve any Material Origin Certificate over the limit specified in the contract. 4. Attach additional complete form sheets if necessary to include more than one page of products.

Form 25D-60 (05/17)

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

EEO-1 CERTIFICATION Federal-Aid Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

This certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CFR 60-1.7 (b) (1)] and must be completed by the successful Bidder and each proposed Subcontractor participating in this contract.

PLEASE CHECK APPROPRIATE BOXES

The [ ] Bidder [ ] Proposed Subcontractor hereby CERTIFIES:

PART A. Bidders and proposed Subcontractors with 50 or more year-round employees and a federal contract amounting to $50,000 or more are required to submit one federal Standard Report Form 100 during each year that the two conditions exist (50 employees and a $50,000 federal contract).

The company named below (Part C) is exempt from the requirements of submitting the Standard Report Form 100 this year.

[ ] NO (go to PART B) [ ] YES (go to PART C)

Instructions and blank Standard Report Form 100's may be obtained from a local U.S. Department of Labor office, or by writing to:

The Joint Reporting Committee P.O. Box 779 Norfolk, 23501

Telephone number: (757) 461-1213

PART B. The company named below has submitted the Standard Report Form 100 this year.

[ ] NO [ ] YES

Note: Bidders and proposed Subcontractors who have not filed the required Standard Report Form 100 and are not exempt from filing requirements will not be awarded this contract or subcontract until Form 100 has been filed for the current year ending June 30.

PART C.

Signature of Authorized Company Representative Title

Company Name Company Address (Street or PO Box, City, State, Zip)

( ) Date Phone Number

Form 25A-304 (8/01) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

DOT&PF TRAINING PROGRAM REQUEST Federal-Aid Contracts

Parks Highway MP 356-362 Resurfacing & Automated Vehicle Classifier Upgrades & Project Name: Construction & Old Airport Road Resurfacing

Project Number: 0A45029/NFHWY00019 & 0106081/NFHWY00005a & 0002359/NFHWY00018

Project Hours:

Section 645, entitled “Training Program” in the Special Provisions, specifies the number of minorities and/or woman to be trained and the number of hours of training provided under the term of this contract. Contractors desiring to use DOT&PF OJT approved training program(s) (instead of those approved by USDOL/OA) must: • Complete Sections 1(A) through 5; use additional sheets, if necessary and reference appropriately • Must provide training in skilled construction trades • Contractors complete OJT form • Contractors are encouraged to contact the DOT&PF Civil Rights Office for assistance with developing approvable training programs prior to bid opening

Section 1: Contractor Information Contractor Name:______Contact Person:______Telephone #______E-mail ______

Section 1A: Trainee Minimum Qualifications

Minimum Starting Age: ______

High School Diploma Yes No

Other Level of Education and/or Experience: ______

Form 25A-310 (5/13) Page 1 of 5

Section 2: Job Classification Information Job Classification (Title):______

REQUIRED SKILLS FOR POSITION STARTING CAPABILITY DATE MEASURED 1. JOB SKILL NEEDED NOT SKILLED: SOME SKILL: SKILLED: 2. JOB SKILL NEEDED NOT SKILLED: SOME SKILL: SKILLED: 3. JOB SKILL NEEDED NOT SKILLED: SOME SKILL: SKILLED: 4. JOB SKILL NEEDED NOT SKILLED: SOME SKILL: SKILLED: 5. JOB SKILL NEEDED NOT SKILLED: SOME SKILL: SKILLED: *ATTACH JOB DESCRIPTION

Section 3: Employer Training Information

Complete the training outline and estimated time for each skill. TRAINING TO BE PROVIDED ESTIMATED END CAPABILITY TRAINING HOURS DATE MEASURED 1. SKILL TO BE ACQUIRED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 2. SKILL TO BE ACQUIRED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 3. SKILL TO BE ACQUIRED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 4. SKILL TO BE ACQUIRED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 5. SKILL TO BE ACQUIRED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: LIST EQUIPMENT AND TOOLS NEEDED FOR TRAINING RELATED TO THE POSITION:

Form 25A-310 (5/13) Page 2 of 5 Section 4: Third-Party Related Instruction

Complete the training outline and estimated time for each skill. SKILLS TO BE LEARNED: ESTIMATED END CAPABILITY TRAINING HOURS DATE MEASURED 1. SKILL TO BE LEARNED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 2. SKILL TO BE LEARNED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 3. SKILL TO BE LEARNED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 4. SKILL TO BE LEARNED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: 5. SKILL TO BE LEARNED ESTIMATED BEGINNING: TRAINING HOURS INTERMEDIATE: SKILLED: LIST EQUIPMENT AND TOOLS NEEDED FOR TRAINING RELATED TO THE POSITION:

Form 25A-310 (5/13) Page 3 of 5

Section 5: Required Certifications for the Position The Contractor shall actively assist the Trainee with getting certification(s) in order to gain marketable skills.

OSHA 10 CPR/First Aid/AED Fork Lift

Fitness Card CDL A Fast Track CDL

Department of Labor National Career Readiness Certificate (where feasible)

Other Certificates Provided by Employer: ______* Contractor will provide copies of the certifications received no later than the completion of project to the Civil Rights Office.

Section 6: OJT Wages Trainee Wages shall be paid prevailing Davis-Bacon fringes, plus the following during their training (See Section 645 wage requirements).

1st Half: $______= ______% journey scale

3rd Quarter: $______= ______% journey scale

4th Quarter: $______= ______% journey scale

This OJT Training Program has been developed and approval is hereby requested for use on the above referenced project.

______Signature of Authorized Company Representative Title

______Phone E-mail Date

Form 25A-310 (5/13) Page 4 of 5

Approved Disapproved

Remarks:

______ADOT&PF Civil Rights Office OJT Coordinator Date

Section 7: Contractor Responsibility 1. It is the responsibility of the Contractor to provide each Trainee with a copy of the OJT Training Program, Job Description and Training Timeline prior to the start of the project. 2. Each Trainee will be reviewed upon completion of each section of training. The review shall be in writing and indicate the number of hours of training received. 3. The Trainee shall participate in the review, sign and receive a copy of the review. 4. The close out evaluation should indicate capability level reached. 5. The area in which the Trainee did not advance in level from its initial starting capability, the Contractor will attach documentation as part of the close out evaluation which explains the reason(s) a higher capability was not reached. 6. If the Contractor fails to comply with their OJT approved training program the ADOT&PF will enforce the measures outlined in the Spec 645-5.01

Section 8: DOT & PF Civil Rights Office (CRO) Monitoring 1. The CRO will conduct an on-site visit to assess the OJT Training program at the project hour’s half- way mark when feasible. 2. The CRO will coordinate the on-site with the Project Engineer

Section 9: Trainee Assistance 1. On a case-by-case basis the CRO may be able to assist with partial funding for the Trainee to receive certification(s). 2. The CRO upon completion of the Trainee OJT Training Program will issue a “DOT&PF Civil Rights Office” Certificate of On-the-Job Completion for FHWA funded Projects” that will reflect completed hours. 3. The Trainee will go on a list that will be posted on the CRO website for Primes to solicit for future employment opportunities 4. The Trainee will be eligible for the OJT 50% Reimbursement Program not to exceed $500 dollars which administer through the CRO. The dollar amount may change due to FHWA grant monies received per fiscal year.

Form 25A-310 (5/13) Page 5 of 5

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

TRAINING UTILIZATION REPORT Federal-Aid Highway Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

Training Program Special Provision, Section 645 specifies the number of minorities and/or women to be trained and the number of hours of training to be provided under this Contract; the Contractor may train non-minority males in compliance with Section 645, but only if documentation of good faith efforts has been submitted to, and approved by, the Engineer, prior to the employment of such non-minority male(s). Good faith efforts, at a minimum, must be as extensive as the recruitment efforts listed in the EEO Bid Conditions (Form 25A-301).

The number of individuals to be trained under this Contract is . The number of hours of training to be provided is .

This Training Special Provision implements 23CFR 230, Subpart A, Appendix B. Contractors can use either training programs approved by the U.S. Department of Labor, Office of Apprenticeship (USDOL/OA), or training programs approved by DOT&PF. The Contractor must complete this form indicating the type of training to be provided, the number of individuals to be trained in each trade or job classification, the number of hours of training to be provided,3 and the anticipated training start date.

1. To be completed by Contractors using USDOL/OA Training Programs: Indicate below the number of apprentices, total number of hours, type of training, and anticipated start dates for each craft selected:

APPROVED CRAFTS, CERTIFICATION NUMBERS AND JURISDICTIONAL AREAS STATEWIDE JURISDICTION SOUTH OF THE 63° PARALLEL Craft/Cert Number No. of No. of Start Craft/Cert Number No. of No. of Start Appr. Hrs. Date Appr. Hrs. Date Asbestos Worker #90032 Carpenter #74032 Bricklayer #85040 Painter #72820 Cement Mason & Plasterer Pipefitter #72586 #78533 Electrician #81299 Plumber #83534 1 Ironworker #76779 Sheetmetal Worker #74072 Op. Engineer #X90349 Other # Roofer #X90317 NORTH OF THE 63° PARALLEL Piledriver 2 (3/30/75) Carpenter #47990 Camp Culinary 2 (4/25/74) Painter #77750 Laborer #XAK92T017 Fitter/Plumber #75055 Other # ______Sheetmetal #76781 Other # ______Other # ______Other # ______

1. Juneau Jurisdictional area is #83534 and Anchorage area is #72586. 2. U.S. DOL does not assign Certification numbers to these training programs. Only approval dates. 3. The total number of hours of training shall equal the hours of training shown in the Bid Schedule, Pay Item 645(1).

Form 25A-311 (1/16) Page 1 of 2

2. To be completed by Contractors using DOT&PF training programs: Indicate below the type of training, number of trainees, number of hours of training (500 hours per trainee), and anticipated start dates.

Job Classification No. Trainees Total No. Hrs. Anticipated Start Date(s)

3. To be completed by all Contractors as part of the Contractor’s EEO affirmative action program, the Contractor certifies that all training will be provided by the Contractor as stated in items 1 OR 2 above, in accordance with Training Program Special Provision, Section 645.

Company Name Company Address

______Point of Contact E-mail / Phone Number

Signature of Authorized Company Representative Date

To be completed by the DOT&PF OJT Coordinator prior to contract award: Training Program(s) approve for this Project and Date Approved: Training Program Trainee (s) / Apprentice (s) Hours Date Approved

Signature of DOT&PF OJT Coordinator Date

Form 25A-311 (1/16) Page 2 of 2 STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

CONTACT REPORT Federal-Aid Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number Specific Work or Materials (by pay Item): DBE Firm Contacted: ( ) Name Address Phone Number A. INITIAL CONTACT: (See important contact information on instruction sheet) Method: Phone Publication Email FAX Other 1. Date 2. Person

Contacted

Name Title 3. DBE's Response: Date: Method: Phone Email FAX Other Submitted an acceptable sub-bid. (If sub-bid accepted, skip to Section D) Not interested: Indicate Reason(s) Needs more information: Date Prime provided requested information Will provide quote by: Date Received unacceptable sub-bid (complete Section C) B. FOLLOW-UP CONTACT: Method: Phone Publication Email FAX Other 1. Date 2. Person

Contacted

Name Title 3. DBE's Response: Date: Method: Phone Email FAX Other Submitted an acceptable sub-bid. (If sub-bid accepted, skip to Section D) Received unacceptable sub-bid (complete Section C) Other result: C. EXPLANATION OF FAILURE TO ACHIEVE AN ACCEPTABLE SUB-BID: 1. Were the following required efforts made? a. Yes No Identified specific items of work, products, materials, etc. when asking for quote(s). b. Yes No Offered assistance in acquiring necessary bonding, insurance, and business development related assistance. c. Yes No Provided all appropriate information concerning the specific work items or materials. 2. Was the DBE's quote non-competitive? Yes No 3. Was the DBE unable to perform in some capacity? Yes No If "Yes", explain:

D. CERTIFICATION: I certify that the information provided above is accurate and that efforts to solicit sub-bids were made in good faith.

Signature of Company Representative Title Date

Name of DOT&PF Reviewer Title Date

Form 25A-321A (10/16) Page 1 of 2 INSTRUCTIONS

Project Name and Number: Enter project name and number as they appear on bid

documents. Work or Materials: Identify the specific work item or material that you

requested this firm to furnish. Firm Contacted: Enter name of firm as it appears in

the current DOT&PF DBE directory.

Address: Enter address of firm contacted. Phone Number: Enter phone number of firm contacted.

A. INITIAL CONTACT (Must be made at least seven calendar days prior to bid opening.) 1. Date and Method of Initial Contact: Indicate the method and date that actual contact was made or the date correspondence was postmarked. Leaving a "please call me" message does not constitute a contact. Attach a copy of dated letter or fax.

2. Name and Title of Person Contacted. Enter name and title of company representative with whom you corresponded or discussed submitting a sub-bid.

3. DBE's Response: Indicate one or more of the responses listed. If a firm bid was received and accepted, skip to section D.

B. FOLLOW-UP CONTACT If no response or an inconclusive response was received from the initial contact, a follow-up contact is required to determine for a certainty that the firm does not intend to submit a sub-bid or to conclude discussions with a sub-bid submittal.

1. Date and Method of Follow-up Contact: Indicate the method and date that actual contact was made or the date correspondence was postmarked. Leaving a "please call me" message does not constitute a contact. Attach a copy of dated letter or fax.

2. Name and Title of Person Contacted. Enter name and title of company representative with whom you corresponded or discussed submitting a sub-bid.

3. DBE's Response: Indicate one or more of the responses listed. If a firm bid was received and accepted, skip to section D.

C. EXPLANATION OF FAILURE TO ACHIEVE AN ACCEPTABLE SUB-BID 1. A NO response to items 1a., b., or c. will result in rejection of this contact. Be specific on results of discussions.

2. A YES answer to item 2. is grounds for rejecting a DBE sub-bid.

3. A YES answer to item 3. is grounds for rejecting a DBE sub-bid, only if the inability to perform is in an area of work specifically identified as a sub-item under the applicable bid item.

D. CERTIFICATION This certification of accuracy and good faith by the Contractor will be verified by contact with the listed firm. Falsification of information on the DBE Contact Report is grounds for debarment action under AS 36.30.640(4).

Form 25A-321A (10/16) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION REPORT Federal-Aid Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

The undersigned hereby certifies on behalf of the bidder that: A. It [ ] is [ ] is not a DOT&PF certified DBE or DBE joint venture.

B. The required good faith efforts (GFE) documentation is attached.

C. Listed below are the certified DBEs to be used in this contract. Included are the firm name, bid items or portions of work to be performed by the item number, type of DBE credit claimed, and the creditable dollar amount to be counted toward the Department’s overall DBE Utilization Goal.

FIRM NAME BID ITEM, WORK, SUBCONTRACT TYPE OF CREDITABLE OR PRODUCT AMOUNT* CREDIT DOLLAR AMOUNT** $ $ $ $ $ $ *or expenditure amount or fee/commission amount. ** (Subcontract amount x Creditable CUF % per 120-4.01). If more room necessary, submit additional, signed copies of this form.

Total creditable DBE Utilization Amount $ ______

Basic Bid Amount $ ______

DBE Utilization as % of Basic Bid Amount ______%

Department’s Overall DBE Utilization Goal*** 8.83 %

***This is the overall goal of the Department and is not a set DBE Goal specific to this contract.

Signature of Authorized Company Representative Title

Company Name Company Address (Street or PO Box, City, State, Zip)

( ) Date Phone Number

Form 25A-325C_RN (07/2015) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES Civil Rights Office – DBE Program

PRIME CONTRACTOR’S WRITTEN DBE COMMITMENT Federal-Aid Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

All firms bidding on Alaska Department of Transportation and Public Facilities (DOT&PF) projects must have a written commitment from each DBE firm to be subcontracted. Please complete this form for each DBE firm and submit to the DOT&PF Regional Compliance Officer.

If you have any questions, please call (907) 269-0851.

Name of DBE Firm: Street Address: Mailing Address: City: State: Zip Code: Telephone Number: Fax number:

Description of the work that DBE firm will perform:

Please provide additional information on a separate sheet of paper.

The dollar amount of participation by the DBE firm: $

Signatures of Authorized representatives of the Prime Contractor and the DBE firm below represent the written commitment by the Prime Contractor to subcontract with the DBE firm as described above and a written commitment by the DBE firm to subcontract for the work described above:

Prime Contractor Signature Date DBE Firm Signature Date

Prime Contractor Firm:

Address:

Telephone Number: Fax number:

Form 25A-326 (8/01) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

SUMMARY OF GOOD FAITH EFFORT DOCUMENTATION Federal-Aid Contracts

Parks Highway MP 356-362 Resurfacing, 0A45029/NFHWY00019 & Automated Vehicle Classifier Upgrades & Construction, 0106081/NFHWY00005a & Old Airport Road Resurfacing, 0002359/NFHWY00018 Project Name and Number

Contractor: ______

List all items considered for DBE utilization. a. b. c. d. e. MATERIAL OR SPECIFIC ITEM ACCEPTABLE DBE # OF DBES CONTACTED # OF DBES THAT # OF DBE QUOTES 1 2 OF WORK (SPECIFY PAY ITEM) QUOTE RECEIVED IN DBE DIRECTORY RESPONDED RECEIVED 1.

2.

3.

4.

5.

6.

7.

8.

1. Check if acceptable DBE quote was received (if so, skip c, d, and e) 2. Attach completed Contact Reports, Form 25A-321A

LIST ADDITIONAL ITEMS ON REVERSE SIDE

Form 25A-332A_NR (3/16) Page 1 of 2

a. b. c. d. e. MATERIAL OR SPECIFIC ITEM ACCEPTABLE DBE # OF DBES CONTACTED # OF DBES THAT # OF DBE QUOTES 1 2 OF WORK (SPECIFY PAY ITEM) QUOTE RECEIVED IN DBE DIRECTORY RESPONDED RECEIVED 9.

10.

11.

12.

13.

14.

15.

1. Check if acceptable DBE quote was received (if so, skip c, d, and e) 2. Attach completed Contact Reports, Form 25A-321A Comments:

Form 25A-332A_NR (3/16) Page 2 of 2 State of Alaska, Standard Specifications for Highway Construction, Dated 2017 are modified as follows:

STANDARD MODIFICATIONS

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing SECTION 101 DEFINITIONS AND TERMS 07/01/18 (HSM18-1) 101-1.03 DEFINITIONS. Delete the definition for “BID” and substitute the following:

BID (OR PROPOSAL). The bidder’s offer, on the prescribed forms, to perform the specified work at the prices quoted.

Add the following definitions:

BID FORMS. Department-furnished forms that a bidder must complete and submit when making a bid in response to an advertised project. Bid forms may include a bid schedule, certification forms, acknowledgment forms, and other documents.

DIGITAL SIGNATURE. An electronic signature that conforms to the Uniform Electronic Transactions Act, AS 09.80.010 et seq.

ELECTRONIC BID. A bid that a bidder (i) prepares on the Department’s bid forms accessed through the Department’s approved online bidding service and (ii) submits to the Department through use of that bidding service’s online submittal process.

ELECTRONIC MAIL (EMAIL). A system for sending messages from one person to another via telecommunications links between computers or terminals using dedicated software.

MANUAL BID. A bid that a bidder (i) prepares on the Department’s bid forms accessed either through the Department’s approved online bidding service or obtained from the Department’s Regional Contracts Office and (ii) submits to the Department in physical paper form by hand delivery, U.S. Mail, or courier service.

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS 07/01/18 (HSM18-1) 102-1.05 PREPARATION OF BID. Delete this subsection in its entirety and substitute the following: A bidder shall prepare its bid using either the Department approved bid preparation software or the Department provided bid forms or legible copies of the Department’s forms. All entries shall be legible and in ink or type.

Bidders shall:

1. Enter all prices required on the Bid Schedule, in figures;

2. Enter a unit price for each contract item for which a quantity is given;

3. Enter the products of the respective unit prices and quantities in the column provided;

4. Enter lump sum prices for lump sum contract items in the column(s) provided; and

5. Enter the total amount of all contract items for the basic bid and, when specified, any alternates.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 2 When a bid item contains a choice to be made by the bidder, the bidder shall indicate a choice according to the Specifications for that item. No further choice is permitted.

The bid must be signed in ink or by a digital signature by the person or persons authorized to sign the Contract for the bidder. If a bidder is a corporation, the bid must be signed by a corporate officer or agent with authority to bind the corporation. If a bidder is a partnership, a partner must sign. If the bidder is a joint venture, each principal member must sign. If a bidder is a sole proprietorship, the owner must sign. Each person signing the bid must initial any changes made to entries on the bid forms.

A bidder submitting an electronic bid agrees that its digital signature constitutes a binding signature.

The bidder shall make no claim against the Department in the event it is unable to submit its bid through approved online bidding service and/or approved online bidding service is unable to submit the bid(s) to the Department. The Department reserves the right to postpone the public bid opening in the event of technical problems.

For multiple-project bid openings, the bidder may limit the total dollar amount or number of projects to be accepted by completing and attaching the following statement with its bid for at least one of the projects. The Department will then determine which of the low bids it will accept, up to the total indicated.

“We wish to disqualify all of our successful bids at this bid opening which exceed the total of $______or ____ contracts and hereby authorize the Department to determine which bids to disqualify, based on this limit.”

102-1.06 NONRESPONSIVE BIDS. Delete this subsection in its entirety and substitute the following:

1. A bid shall be rejected as nonresponsive if it:

a. Is not properly signed by an authorized representative of the bidder and in a legally binding manner;

b. Contains unauthorized additions, conditional or alternative bids, or other irregularities that make the bid incomplete, indefinite, or ambiguous;

c. Includes a reservation of the right to accept or reject any award, or to enter into a contract pursuant to an award, except for an award limitation under Subsection 102-1.05;

d. Fails to include an acceptable bid guaranty with the bid;

e. Is materially unbalanced; or

f. Fails to meet any other material requirement of the Invitation To Bid.

2. A bid may be rejected as nonresponsive, in the Department's discretion, if it:

a. Is not typed or completed in ink;

b. Fails to include an acknowledgement of receipt of each addendum by assigned number and date of issue; or

c. Is missing a bid price for any pay item, except when alternate pay items are authorized.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 3 102-1.07 BID GUARANTY. Delete this subsection in its entirety and substitute the following: Bids shall be accompanied by a bid guaranty in the amount specified on the Invitation To Bid. The guaranty shall be unconditionally payable to the State of Alaska and shall be in the form of an acceptable paper Bid Bond (Form 25D-14), an electronic bid bond acceptable to the Department and verified through its online bidding service, a certified check, a cashier's check, or a money order.

The surety of a Bid Bond may be any corporation or partnership authorized to do business in Alaska as an insurer under AS 21.09. A legible power of attorney shall be included with each paper Bid Bond (Form 25D-14).

An individual surety will not be accepted as a bid guaranty.

102-1.08 DELIVERY OF BIDS. Delete this subsection in its entirety and substitute the following: Bids shall be submitted electronically through the online bidding service, or shall be submitted in a sealed envelope. When bids are submitted in a sealed envelope, the envelope shall clearly indicate its contents and the designated address, as specified on the Invitation to Bid. Bids for other work may not be included in the envelope. In the event of a bid delay, electronic bidders that have already submitted their bid prior to the bid delay must resubmit their bid utilizing all Bid Forms EBSX Files or their bid will not be received.

The Department will not accept a bid submitted by email or fax unless specifically called for in the Invitation To Bid.

102-1.09 WITHDRAWAL OR REVISION OF BIDS. DELETE the subsection in its entirety and replace with the following: Manual Bids may be withdrawn or revised in writing delivered by mail, fax, or email , provided that the designated office receives the withdrawal or revision before the deadline stated in the in the Invitation To Bid. Withdraw requests must be signed and submitted by the bidder’s duly appointed representative who is legally authorized to bind the bidder. Revisions shall include both the modification of the unit bid price and the total modification of each item modified but shall not reveal the amount of the total original or revised bids.

Electronic Bids may be withdrawn or resubmitted through the online bidding service. Revisions to electronic bids delivered by mail, fax, or email will not be permitted. If electronic bid withdrawal is unsuccessful, electronic bids may be withdrawn in writing delivered by mail, fax, or email provided that the designated office receives the withdrawal before the deadline stated in the Invitation To Bid. Written withdrawal requests must be signed and submitted by the bidder’s duly appointed representative who is legally authorized to bind the bidder.

102-1.11 ADDENDA REQUIREMENTS. Delete this subsection in its entirety and substitute the following: The Department will issue addenda if it determines, in its discretion, that clarifications or changes to the Contract documents or bid opening date are needed. The Department may send addenda by any reasonable method such as fax, email, or may post the addenda on its website or online bidding service. Unless picked up in person or included with the bid documents, addenda or notice that an addendum has been issued will be addressed to the individual or company to whom bidding documents were issued and sent to the email address or fax number on the plan holders’ list. Notwithstanding the Department’s efforts to distribute addenda, bidders are responsible for ensuring that they have received all addenda affecting the Invitation To Bid. Bidders must acknowledge all addenda on the Bid Forms, by fax, or by email before the deadline stated in the Invitation to Bid.

102-1.12 RECEIPT AND OPENING OF BIDS. Delete this subsection in its entirety and substitute the following: The Department will only consider bids, revisions, and withdrawals received before the deadline stated in the Invitation To Bid.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 4 The Department will assemble, open, and publicly announce bids at the time and place indicated in the Invitation to Bid, or as soon thereafter as practicable. The Department is not responsible for prematurely opening or failing to open bids that are improperly addressed or identified.

Add the following subsection:

102-1.14 ELECTRONIC MAIL. Within its submitted bid, a bidder must include a current electronic mail (email) address of bidder’s representative who possesses authority to receive, process, and respond to Department emails regarding the advertised project.

The Department may send notices and information to a bidder by using the furnished email address of the bidder’s authorized representative.

A bidder shall notify the Department if the bidder requests the Department to send email notices or information to an address different from the email address initially provided in its bid forms. The bidder shall notify the Department of such change by sending a request in writing to the Contract’s point of contact identified on the Invitation to Bid that is signed by a representative who is authorized and empowered to legally bind the bidder.

Delivery of an email sent by the Department is complete upon receipt in the addressee’s email account. An email sent after 4:30 pm shall be deemed to have occurred at the opening of business on the next working day.

If needed, the Department may demonstrate proof of email delivery by affidavit or certification that includes the following:

1. The date and time that the Department sent the email message;

2. The email address from which the Department sent the message;

3. The name and email address to which the Department sent the message;

4. A statement that the Department sent the email message and that the person signing the affidavit or certification believes the transmission to have been complete and without error; and

5. An attached copy of the subject email.

SECTION 103 AWARD AND EXECUTION OF CONTRACT 07/01/18 (HSM18-1) 103-1.01 CONSIDERATION OF BIDS. Delete this subsection in its entirety and substitute the following: After the bids are opened and read, the bids will be mathematically checked and compared on the basis of the sum of the products of the bid schedule quantities and the unit bid prices. The unit bid prices govern if there is an error in extending the unit bid prices, or in totaling the extensions, or if an extension is missing. The results of the bid comparisons will be made available to the public as soon as practicable.

Until the Award, the Department may reject any or all bids, waive minor informalities or advertise for new bids without liability to any bidder if the Department, in its discretion, determines that to do so is in the best interests of the State.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 5 A bidder may request withdrawal of a bid after opening and before the Award only in accordance with AS 36.30.160(b) and State procurement regulations. Submit the request to the Contracting Officer.

An interested party, as defined in AS 36.30.699, may protest a proposed Award of contract as per AS 36.30.560 and AS 36.30.565. Submit the protest to the Contracting Officer.

WHOLLY STATE-FUNDED PROJECTS. On wholly state-funded projects, determination of the low bidder will include bidder preferences as required under AS 36.30.321, according to subsections 1-3 below. Alaska Bidder Preference, Alaska Veteran Preference, and Alaska Product Preference are not applicable on projects with federal funding.

1. Alaska Bidder Preference: A bidder claiming this preference shall provide with their bid an Alaska Bidder Preference Certification, certifying they qualify as an Alaska bidder eligible for Alaska Bidder Preference according to AS 36.30.

If the bidder qualifies as an Alaska bidder, a five percent (5%) preference will be applied to the price of the bid. "Alaska bidder" means a person who:

a. holds a current Alaska business license;

b. submits a bid for goods, services, or construction under the name as appearing on the person's current Alaska business license;

c. has maintained a place of business within the state staffed by the bidder or an employee of the bidder for a period of six months immediately preceding the date of the bid;

d. is incorporated or qualified to do business under the laws of the state, is a sole proprietorship and the proprietor is a resident of the state, is a limited liability company organized under AS 10.50 and all members are residents of the state, or is a partnership under former AS 32.05, AS 32.06, or AS 32.11 and all partners are residents of the state; and

e. If a joint venture, is composed entirely of ventures that qualify under (a) through (d), above.

2. Alaska Veteran Preference: A bidder claiming this preference shall provide an Alaska Veteran Preference Certification, certifying they qualify as an Alaska bidder eligible for Alaska Veteran preference according to AS 36.30.

If a bidder qualifies as an Alaska bidder and is a qualifying entity, an Alaska Veteran Preference of 5 percent shall be applied to the bid price. The preference may not exceed $5,000 (AS 36.30.321). A “qualifying entity” means a:

a. sole proprietorship owned by an Alaska veteran;

b. partnership under AS 32.06 or AS 32.11 if a majority of the partners are Alaska veterans;

c. limited liability company organized under AS 10.50 if a majority of the members are Alaska veterans; or

d. corporation that is wholly owned by individuals, and a majority of the individuals are Alaska veterans.

A preference under this section is in addition to any other preference for which the bidder qualifies.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 6

To qualify for this preference, the bidder must add value by the bidder itself actually performing, controlling, managing and supervising a significant part of the services provided or the bidder must have sold supplies of the general nature solicited to other state agencies, governments, or the general public.

An Alaska veteran is a resident of Alaska who:

(1) served in the Armed forces of the United States, including a reserve unit of the United States armed forces; or the Alaska Territorial Guard, the Alaska Army National Guard, the Alaska Air National Guard, or the Alaska Naval Militia; and

(2) was separated from service under a condition that was not dishonorable.

3. Alaska Product Preference: A bidder claiming this preference shall complete and sign the Alaska Product Preference Worksheet, according to the worksheet instructions, and submit the completed worksheet with their bid.

Except for timber, lumber and manufactured lumber products used in the construction project under AS 36.30.322(b), an Alaska products preference will be given as required under AS 36.30.326 - 36.30.332 when the bidder designates the use of Alaska products.

If the successful bidder/contractor proposes to use an Alaska product and does not do so, a penalty will be assessed against the successful bidder/contractor according to AS 36.30.330(a).

Each Alaska product declared on the Alaska Product Preference Worksheet must have an “Approval” date on the Alaska Product Preference Program List, that is on or before the bid opening date for this contract, and that does not expire before the bid opening date for this contract.

103-1.03 AWARD OF CONTRACT. Delete this subsection in its entirety and substitute the following: The Department will award the Contract to the lowest responsible and responsive bidder unless it rejects all bids. The Department will notify all bidders in writing via email, fax, or U.S. Mail of its intent to award.

The Department will notify the successful bidder in writing of its intent to award the Contract and request that certain required documents, including the Contract Form, bonds, and insurance be submitted within the time specified. The successful bidder's refusal to sign the Contract and provide the requested documents within the time specified may result in cancellation of the notice of intent to award and forfeiture of the bid security.

If an award is made, it will be made as soon as practicable and usually within 40 days after bid opening. Award may be delayed due to bid irregularities or a bid protest, or if the award date is extended by mutual consent. Bids shall be valid for 120 days after bid opening, and may be extended by mutual consent.

SECTION 109 MEASUREMENT AND PAYMENT 07/01/18 (HSM18-1) 109-1.01 GENERAL. Add the following after the second paragraph: Pay item numbers in the Bid Schedule are cross-referenced to the pay item numbers in all other contract documents. The cross-reference for pay item numbers is included in the Estimate of Quantities table on the Plans.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 7 SECTION 120 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM 12/22/17 (SM-3) 120-1.01 DESCRIPTION. Delete the second paragraph in its entirety and substitute the following: The Department, in coordination with the Federal Highway Administration (FHWA), adopted a Race-Neutral DBE Program with an overall DBE Utilization Goal of 8.83 percent for Alaska’s FHWA Federal-Aid program. Although the Race-Neutral program does not establish or require individual project DBE Utilization Goals, 49 CFR establishes the Bidder is responsible to make a portion of the work available to DBEs and to select those portions of the work or material needs consistent with the available DBEs to facilitate DBE participation.

Delete Section 606 in its entirety and substitute the following:

SECTION 606 GUARDRAIL 12/22/17 (SM-4) 606-1.01 DESCRIPTION. Construct new guardrail, terminal sections, and transition rail of the kind and type specified.

Remove and reconstruct or remove and dispose of existing guardrail, terminal sections, and transition rail.

606-2.01 MATERIALS. Use materials that conform to the following:

Concrete Section 501, Class A Flexible Delineator Posts Section 730-2.05 Guardrail Connection Plate Section 722 Guardrail Hardware Subsection 710-2.07 Guardrail Posts and Blockouts Subsection 710-2.06 High Strength Bolts Section 722 Metal Beam Rail Subsection 710-2.04 Terminals Subsection 710-2.11 Wire Cable Subsection 709-2.02

Terminal Markers. Single piece marker, meeting the requirements of Section 730-2.05 Flexible Delineator Posts.

Post-mounted flexible delineators. Single piece marker, meeting the requirements of Section 730-2.05 Flexible Delineator Posts.

Furnish terminal markers, color as shown on the plans, nominally 0.125 by 3.75 inches by 66 inches long or as shown on the plans, with a 3 inch by 12 inch retroreflective sheeting matching the color of the adjacent lane line, or as shown on the plans.

Furnish post-mounted flexible delineators, color and dimensions as shown on the plans, with a 3 inch by 12 inch retroreflective sheeting matching the color of the adjacent lane line, or as shown on the Plans.

Fabricate side-mounted guardrail reflector assembly brackets from aluminum alloy.

Retroreflective sheeting for terminal markers, post-mounted flexible delineators, and side-mounted guardrail reflectors shall meet ASTM D4956 requirements for Type VIII, IX, or XI.)

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 8

CONSTRUCTION REQUIREMENTS

606-3.01 GENERAL. Install guardrail and terminals at the locations shown on the Plans. Conform with the Standard Drawings and these Specifications.

At locations where public traffic is adjacent to guardrail work, have all materials on site, including crashworthy terminals, that are required to completely install a segment of guardrail before beginning work on that segment.

Start guardrail installation at the “upstream” end (the end adjacent traffic will encounter first) by either installing a crashworthy terminal or connecting to an existing barrier. Continue installation in the direction of traffic. Exception: if the guardrail run will connect to existing barrier, buried in the backslope, or guardrail, existing or new bridge railing, or other existing structure at the “downstream” end, guardrail installation may be started at the point of connection.

Do not leave posts installed for guardrail within the clear zone for more than 48 hours before installing the rail. At the end of each work shift, install drums or Type II barricades with flashing warning lights to delineate incomplete sections of guardrail and terminal sections.

If guardrail runs are not completed within 10 calendar days after beginning installation, install temporary crash cushions meeting NCHRP 350 or MASH test level 3 at all non-crashworthy guardrail ends within the clear zone. Apply Traffic Price Adjustment if the Contractor does not comply with the crash cushion requirement.

Where necessary, adjust the height of existing guardrail to provide a smooth transition to new guardrail. Use 25 linear feet of guardrail or two 12’ 6” pieces of guardrail to transition to match the existing or new guardrail elements and/or end treatments.

After shaping the slopes and staking proposed guardrail terminal section locations, request the Engineer to field verify their locations. Receive approval of the staked locations before installing terminal sections.

Treat field cuts to timber posts and blockouts according to AWPA standard M 4.

Install blockouts according to manufacturer’s recommendations and as shown on the Plans.

Install side-mounted guardrail reflectors and post-mounted flexible delineators as follows:

1. At intervals noted on the plans or Standard Drawings, starting with the first guardrail post beyond terminal sections

2. With the retroreflective sheeting facing approaching traffic

3. With retroreflective sheeting on both sides, on two-way roadways

4. Not on the terminal sections, except as shown on the plans

Attach terminal markers, in a vertical position, to the P.T. post of Short Radius Guardrail sections and to the post where the flare begins for parallel guardrail terminals. Coordinate terminal marker locations with the Engineer.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 9 At the end of each work shift, install drums or Type II barricades with flashing warning lights to delineate incomplete sections of guardrail and terminal sections.

606-3.02 POSTS. Set posts to accommodate the line, grade, and curvature shown on the Plans.

Use either wood or steel posts when allowed by the type of guardrail specified, subject to the following:

1. Use one type of post material on the project unless extending an existing run of guardrail.

2. Match existing post material to extend an existing run of guardrail.

Set posts as follows:

1. Set posts plumb, in the location and to the depth shown on the Plans or Standard Drawings.

2. Choose an installation method that does not damage the post, adjacent pavement, structures, utility conduits, and final slopes. Repair all damage to the satisfaction of the Engineer, or replace the damaged item, as per subsection 105-1.11.

3. Set wood or steel posts in dug, drilled, or pre-punched holes. Steel posts may also be set by ramming or driving if:

a. The underlying material is no larger than six inch; and

b. The posts are not damaged during installation.

4. For placement in solid rock or broken rock embankment greater than six inch, set wood or steel posts in pre-dug, pre-drilled, or pre-punched holes.

5. Backfill and compact around posts with material as specified in the typical section to firmly support the post laterally and vertically. Compact under and around posts to the Engineer’s satisfaction.

606-3.03 BEAM RAIL. Fabricate metal work in the fabricator’s shop. Bend curved guardrail elements with radii less than or equal to 100 feet in the fabricator’s shop or with an approved bending apparatus.

Receive approval before field punching, cutting, or welding. Repair damaged spelter coat areas on galvanized rail elements according to AASHTO M 36.

Lap rail elements so that the exposed ends face away from approaching traffic in the adjacent lane.

Use bolts long enough to extend at least 1/4 inch beyond the nuts. Except where required for adjustments, do not extend bolts more than 1 inch beyond the nuts.

Locate bolts at expansion joints at the center of the slotted holes.

Tighten bolts at expansion joints to snug-tight. Make all other bolts fully-tight.

606-3.04 CABLE RAIL. Install cable guardrail according to the Plans and Specifications. Install at the locations shown on the Plans.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 10 606-3.05 TERMINAL SECTIONS.

1. Parallel Terminals. Install terminal sections according to the manufacturer’s recommendations for the entire length of the terminal then, if required, transition rail height over 25’ to match guardrail height and splice location. Install where shown on the Plans.

Follow Section 203 for excavation and embankment requirements.

Install ASTM D4956 Type III, IV, or V retroreflective sheeting on the end section of parallel terminals consisting of yellow and black bars sloping 45 degrees downward toward the traffic side of the terminal according to guidance for Object Markers for Obstructions Adjacent to the Roadway in Chapter 2C of the ATM.

2. Buried-in-Backslope Terminals. Install buried-in-backslope terminals where shown on the plans. If required, transition rail height over 25’ to match guardrail height and splice location.

Attach terminal markers, in a vertical position, to the first post of each parallel guardrail terminal, and to the post where the flare begins for parallel guardrail terminals and buried-in-backslope terminals. Orient terminal markers to face traffic approaching in the near lane. Coordinate terminal marker locations with the Engineer.

606-3.06 REMOVAL AND RECONSTRUCTION OF GUARDRAIL. Remove and reconstruct guardrail as specified. Replace lost or damaged materials without extra compensation.

606-3.07 REMOVAL AND DISPOSAL OF EXISTING GUARDRAIL. Remove the existing guardrail shown on the Plans, including the rail, cable elements, terminal sections, hardware, posts, concrete bases, and steel tubes. Backfill resulting holes with material in 6-inch layers that is similar to the existing embankment and compact to the same approximate density. Removed items become your property.

606-3.08 ADJUST EXISTING GUARDRAIL. When called for on the Plans, reset existing guardrail to the height shown on the applicable Standard Drawing, measured from the top of the rail to the finished shoulder surface below the rail. Raise and lower the posts several times to prevent settlement and then re- drive them to the height shown on the Plans. Use other methods if approved.

606-3.09 INSTALL NEW GUARDRAIL. Install guardrail as shown on the applicable Standard Drawings, measured from the top of the rail to the finished shoulder surface below the rail.

Install MASH Test Level 3-compliant W31 guardrail as shown on the Plans. Install new guardrail in conformance with tolerances shown on the plans.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 11 606-4.01 METHOD OF MEASUREMENT. Section 109 and as follows:

1. Guardrail. Measured along the face of the rail or cable, from the center of the end posts.

Short Radius Guardrail. Per each, installed in place.

When the guardrail is connected to a terminal section, the pay limit for the rail ends where the specified terminal section begins.

2. Terminals. Per each, installed in place.

3. Transition Rail (Bridge Rail Thrie Beam Transition or Bridge Rail W-Beam Transition). Per each accepted connection.

606-5.01 BASIS OF PAYMENT. Payment for temporary crash cushions installed to protect motorists from guardrail installations that have not been completed within 10 calendar days of beginning installation is subsidiary to other items.

1. Guardrail. Side-mounted guardrail reflectors, post-mounted flexible delineators, terminal markers, guardrail beam, posts, blockouts, and associated hardware are subsidiary. Installation of downstream anchors, transitions for rail height and splice locations, long span guardrail sections, and guardrail stiffening sections are subsidiary to guardrail installation.

2. Short radius guardrail sections. The contract price includes all materials from the terminal anchor to and including the first wood or steel post of standard guardrail or guardrail end terminal, and including the terminal anchor assembly, in-line anchor, terminal posts, CRT posts, rail elements, terminal markers, and associated hardware required for a complete installation.

3. Terminal Sections.

a. Parallel Guardrail Terminal. The contract price includes rail elements, posts, blockouts, pipe sleeves, cable assemblies, guardrail extruders, terminal markers, and all associated hardware required for a complete installation.

b. Buried in Backslope Guardrail Terminal. The contract price includes rail elements, posts, blockouts, concrete, rebar, anchors, and all associated hardware required for a complete installation.

4. Transition Rail. The contract price includes all brackets, beam sections, transition pieces, and all posts and associated hardware required for a complete connection of the guardrail section to a bridge rail or barrier.

All material required for embankment widening for guardrail and terminal sections is paid for under the appropriate pay items shown in the bid schedule.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 12 Payment will be made under:

Pay Item Pay Unit 606(1) W-Beam Guardrail Linear Foot 606(2) Thrie Beam Guardrail Linear Foot 606(3) Box Beam Guardrail Linear Foot 606(4) Cable Guardrail Linear Foot 606(5) Removing and Reconstructing Guardrail Linear Foot 606(6) Removing and Disposing of Guardrail Linear Foot 606(7) Raising Existing Guardrail (Retired) Linear Foot 606(8) Double-faced, W-Beam Guardrail Linear Foot 606(9) Short Radius Guardrail Each 606(10) Slotted Rail Terminal (SRT-350) (Retired) Each 606(11) Extruder Terminal (ET-2000) (Retired) Each 606(12) Guardrail/Bridge Rail Connection (Retired) Each 606(13) Parallel Guardrail Terminal Each 606(14) Buried in Backslope Guardrail Terminal Each 606(15) Adjust Existing Guardrail Linear Foot 606(16) Transition Rail Each

SECTION 641 EROSION, SEDIMENT, AND POLLUTION CONTROL 04/30/17 (SM-2) 641-3.03 SWPPP INSPECTIONS, AMENDMENTS, REPORTS, AND LOGS. Delete subparagraph 5. Stabilization before Seasonal Thaw and substitute the following:

5. Stabilization before Fall Freeze up and Spring Thaw. Construction Activities within the Project Zone must be stabilized with appropriate BMPs prior to the anticipated date of fall freeze up, in accordance with the CGP, Section 4.12.

Exceptions to stabilization prior to anticipated date of fall freeze up include:

When stabilization activities are precluded by snow cover or frozen ground conditions prior to the anticipated date of fall freeze up, or

When winter construction activity is authorized by the Engineer and conducted according to the contract.

Construction Activities within the Project Zone must be stabilized with appropriate BMPs prior to spring thaw, as defined in the CGP.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 13 SECTION 710 FENCE AND GUARDRAIL 07/01/18 (HSM18-2) 710-2.11 GUARDRAIL TERMINALS. Delete this subsection in its entirety and substitute the following: W-beam shall meet requirements of AASHTO M 180, Class A, Type II. Galvanize after fabrication.

Components made from rolled pressed and forged shapes, castings, plates, bars, and strips shall meet the coating requirements of AASHTO M 111. Galvanize after fabrication.

All hardware or fasteners supplied shall meet the coating requirements of AASHTO M 232.

Provide one of the following terminal types, as shown on the plans, for single-rail W-beam guardrail. Design requirements: 31-inch top of rail height, 8-inch blockouts, W6 x 8.5 steel posts, 12ft-6in W-beam panels, and mid-span splice connection to run of rail.

1. Parallel Terminal.

a. Provide terminals meeting the following:

(1) Crashworthiness: MASH-compliant Test Level 3 terminals

(2) Length: 50 feet nominal effective length.

(3) End Offset: 0 to 2 feet (25:1 or flatter straight taper) Offset end as shown on the Plans.

2. Buried in Backslope Terminal: Provide MASH-compliant Test Level 3 terminals.

SECTION 730 SIGN MATERIALS 12/22/17 (SM-6) 730-2.05 FLEXIBLE DELINEATOR POSTS. Delete this subsection in its entirety and substitute the following: Durable fiberglass composite, polymer, or plastic material meeting the dimensions and colors shown on the Plans. Resistant to ultraviolet light, ozone and hydrocarbon damage and remain flexible at a temperature of minus 40 °F. Provide posts with reflectors that are capable of self-erecting and remaining serviceable after 5 head-on impacts at 55 mph and 10 impacts at 35 mph with an automobile at an air temperature of plus 40 °F.

STANDARD MODIFICATIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 14

SPECIAL PROVISIONS

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing SECTION 104 SCOPE OF WORK 11/30/12 (H5) Add the following subsection:

104-1.07 FROZEN GROUND. Frozen areas, ice lenses, and saturated soils may be encountered on this project and related material sources. Specific locations and specific content of frozen areas, ice lenses, and saturated soils are not defined. Any such area that may be encountered by the Contractor in the performance of the contract work will not be considered unforeseeable within the terms of the contract such as to entitle the Contractor to any adjustment in contract price or contract time. Reference is made to Subsection 203-3.03 of these Specifications.

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 01/20/15 (N5) Add the following subsection:

107-1.22 NOISE ABATEMENT. The Contractor will not disturb the peace in contravention of any applicable local Ordinance. Within the City of Fairbanks, the applicable ordinance is FGC Section 46-42. Any noise within the City of Fairbanks as described in FGC Section 46-42(A)(3) will be limited to the hours of 7 a.m. to 11 p.m. unless exempted by FGC Section 46-42(E).

SECTION 203 EXCAVATION AND EMBANKMENT 01/20/15 (N8) 203-3.01 GENERAL. Add the following to the eighth paragraph: Disposal in wetlands is prohibited, except as described in Subsection 107-1.11.

Add the following after the eighth paragraph: The Contractor shall certify in writing to the Engineer that all permits and clearances relating to all waste disposal sites selected by the Contractor have been obtained prior to any clearing or ground disturbance in the disposal site.

Add the following: After processing existing asphalt surface in accordance with Section 308, stockpile excess crushed asphalt base course material to be used in other components of work as specified in the plans.

In areas where excess crushed asphalt base course material can be used as borrow, transport stockpiled CABC material back to site and install in accordance with 203-3.04.

04/30/17 (N13) 203-5.01 BASIS OF PAYMENT. Add the following: Ten percent (10%) of the value earned in the progress period shall be withheld on progress payments for all Section 203 items of work. Five percent (5%) will be released by work area, as defined in the SWPPP, when final stabilization is initiated. The last five percent (5%) will be released by work area, as defined in the SWPPP, when final stabilization as defined by the Construction General Permit has been obtained and accepted by the Engineer. Withholding will be made under Item 641(6) Withholding.

Excavation, hauling, and placement of crushed asphalt base course material in accordance with Section 308 is subsidiary to 308(1).

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 2 Disposal of CABC material in excess of the 6” required in the roadway prism and not being used in other features as outlined on the Plans will be paid for as 203(3) Unclassified Excavation.

Crushed asphalt base course used as borrow or in other components of work will be paid for in accordance with Section 203 as unclassified excavation.

SECTION 301 AGGREGATE BASE AND SURFACE COURSE

301-1.01 DESCRIPTION. Add the following: Aggregate Base Course may be utilized in conjunction with Crushed Asphalt Base Course for roadway, leveling and roadway shouldering as needed or at locations determined by the Project Engineer. Do not place Aggregate Base Course until after the Crushed Asphalt Base Course has been placed in acceptable locations shown on the plan templates. If more Aggregate Base Course is placed than required, resulting in or as a result of wasted Crushed Asphalt Base Course, the amount of such waste will be deducted from the Aggregate Base Course quantity.

301-3.03 SHAPING AND COMPACTION. Add the following: Aggregate Base Course used for leveling and shouldering will be compacted to the satisfaction of the Engineer. Aggregate Base Course used in conjunction with Crushed Asphalt Base Course is subject to the density requirements of Section 308.

SECTION 304 SUBBASE 04/30/17 (N15) 304-5.01 BASIS OF PAYMENT. Add the following: Ten percent (10%) of the value earned in the progress period shall be withheld on progress payments for all Section 304 items of work. Five percent (5%) will be released by work area, as defined in the SWPPP, when final stabilization is initiated. The last five percent (5%) will be released by work area, as defined in the SWPPP, when final stabilization as defined by the Construction General Permit has been obtained and accepted by the Engineer. Withholding will be made under Item 641(6) Withholding.

SECTION 308 CRUSHED ASPHALT BASE COURSE 01/20/15 (N18) 308-3.01 PULVERIZING AND MIXING. Delete the first paragraph and substitute the following: Crush or process the existing asphalt pavement so that 100% by weight passes the 2-inch sieve and 95-100% by weight passes the 1-inch sieve.

Add the following: The equipment must be capable of pulverizing a variety of asphalt surfacing and base courses. Patched and overlay areas may exist throughout the project. Surfacing and base thickness may vary from as-built thickness, and from the thickness indicated on the plans, if any are shown. Expect to find varying thicknesses and combinations of hot mix asphalt surfacing, cold mix asphalt surfacing, high float surfacing, chip seal surfacing, asphalt treated base course, and aggregate base course throughout the project extents.

308-3.03 SHAPING AND GRADING. Add the following. Use excess crushed asphalt base course as borrow.

When specified on the Plans use crushed asphalt base course in lieu of D-1.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 3 308-4.01 METHOD OF MEASUREMENT. Delete numbered subparagraph 1 in its entirety and substitute the following:

1. Crushed Asphalt Base Course. By the area of finished top surface.

Stockpiling, Mixing and Placement of the CABC is subsidiary to pay items 203(3) Unclassified Excavation and 308(1) Crushed Asphalt Base Course.

308-5.01 BASIS OF PAYMENT. Add the following: Crushed Asphalt Base Course used in other components of work as borrow will be paid for according to Section 203.

In other components of work when crushed asphalt base course is used as aggregate base course in multiple lifts. Area of finished top surface will be paid for by item 308(1), material installed at a depth greater than 9 inches from top surface will be paid for by 203(3).

SECTION 401 HOT MIX ASPHALT PAVEMENT 10/17/18 (N76) 401-2.08 RECYCLED ASPHALT PAVEMENT. Add the following: When the specified asphalt binder is PG 52-40 the maximum amount of RAP in the HMA is limited to 15%.

04/30/17 (N66) 401-3.17 JOINTS. Delete the last sentence of the seventh paragraph.

Delete the last sentence of the tenth paragraph and substitute the following: Joints formed by paving in echelon while the mat temperature is over 200°F, as measured by the Engineer, within three inches of the joint are considered hot lapped and do not require tack coat or joint adhesive.

Add the following paragraph: When Pay Item Longitudinal Joint Density Price Adjustment appears in the Bid Schedule:

1. Longitudinal joint density will be evaluated for price adjustment according to Subsection 401-4.03.2.

2. Hot lapped joints will receive the full Longitudinal Joint Density Price Adjustment incentive without testing for joint density.

401-3.18 SURFACE REQUIREMENTS AND TOLERANCE. Delete the third paragraph and substitute the following: When Pay Item Pavement Smoothness Price Adjustment appears in the Bid Schedule:

1. Pavement smoothness will be evaluated for price adjustment according to Subsection 401-4.03.3.

2. The Engineer will use an inertial profiler to measure the top lift HMA surface in the driving lanes for surface smoothness within 21 days after paving is complete and driving lanes are delineated.

Delete the last paragraph.

401-4.03 EVALUATION OF MATERIALS FOR ACCEPTANCE. Delete the first two paragraphs and substitute the following: The Engineer may reject material which appears to be defective based on visual inspection. If a test of rejected material is requested, a minimum of two samples are collected from the rejected material and tested. If all test results are within specification limits, payment for the material is made.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 4 The following methods are applied to each type of HMA when the corresponding Price Adjustment Pay Item appears in the Bid Schedule. These methods describe how price adjustments are determined based on the quality of the HMA, longitudinal joint density, and pavement smoothness.

SECTION 504 STRUCTURAL STEEL

504-1.01 DESCRIPTION. Delete the second paragraph and substitute the following: Furnish, fabricate, erect and coat structural metals shown on the Plans, including structural steel of all grades, bolts and fasteners, sign mounts, welding. Furnish, fabricate, and install incidental metal construction and elastomeric material not otherwise provided for, according to the Contract.

Add the following subsection:

504-3.05 CONCRETE DRILLING.

1. General. Prior to drilling holes for sign mounting use a pachometer or similar device to map and draw location of vertical reinforcing bars on the face of the girder webs. Adjust placement of sign mounts to avoid reinforcing by moving towards midspan of the girder. Drill holes in prestressed girders for sign mounts as shown on plans. Do not use coring equipment. If steel is encountered relocate bolt placement laterally and resume operations. All bolt holes, including the locations used for the sign mounts, are to be filled with Epoxy conforming to AASTHO M 325, Type IV, Grade 3.

504-5.01 BASIS OF PAYMENT. Add the following: Drilling and installation of vertical clearance signs are subsidiary.

Payment will be made under:

Pay Item Pay Unit 504.0001.0000 Structural Steel Lump Sum

SECTION 507 BRIDGE BARRIERS AND RAILING

507-2.01 MATERIALS. Add the following:

Epoxy Subsection 712-2.21

507-3.01 CONSTRUCTION REQUIREMENTS. Delete this subsection and substitute the following:

1. General. Remove and dispose of existing rail elements as shown on plans. Remove existing rail hardware attached to bridge girder. Cut embedded hardware, where necessary, flush to girder surface and spray galvanize exposed hardware per section 716-2.07. Remove existing studs if applicable.

Construct railing to the line and grade shown on the Plans. Ensure that the rail does not reflect any unevenness of the bridge structure. Set rail posts plumb. Place grout pads underneath post base plates monolithically. Do not paint bridge railing.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 5 Furnish and install concrete curbing, associated reinforcing steel, and the approach rail transition bracket for steel bridge railing.

2. Steel. Erect steel railing in conformance with Section 504, except do not use load indicating washers. Weld in conformance with Section 504. Complete welding before galvanizing the railing.

507-5.01 BASIS OF PAYMENT. Add the following: Removal and disposal of existing rail elements and fabrication of bridge number plates are subsidiary.

Payment will be made under:

Add the following pay items:

Pay Item Pay Unit 507.2001.0002 Steel Bridge Railing Replacement, 2-Tube Linear Foot 507.2001.0003 Steel Bridge Railing Replacement, 3-Tube Linear Foot 507.2001.0004 Steel Bridge Railing Replacement, Tubes Linear Foot 507.2002.0001 Pedestrian Railing Replacement Linear Foot

Delete Section 508 Waterproofing Membrane in its entirety and substitute the following:

SECTION 508 WATERPROOFING MEMBRANE

508-1.01 DESCRIPTION. Furnish and install waterproofing membrane system on concrete bridge decks where specified on the plans.

508-2.01 MATERIALS. Use materials that conform to the following:

Spray-Applied Waterproofing Membrane Subsection 731-2.01 Pavement Overlay Material Section 401

CONSTRUCTION REQUIREMENTS

508-3.01 SUBMITTALS. Submit for approval a copy of the manufacturer’s latest data sheets, installation procedure, curb and corner details, and manufacturer’s representative name and experience. Provide one complete submittal not less than 30 days prior to installation of the waterproofing membrane system.

508-3.02 QUALITY ASSURANCE. Install waterproofing membrane system under the on-site supervision of a representative from the manufacturer. The representative must be on site for the full duration of installation and testing operations. Do not substitute manufacturer’s representative listed in the submittal without prior written approval from the Engineer.

508-3.03 CONSTRUCTION.

1. General. When applicable remove existing waterproofing membranes. Do not employ removal methods that damage the concrete deck. Do not use a mechanical milling machine such as a reclaimer or planer. Prevent foreign material from entering stream

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 6 Install the waterproofing membrane system in accordance with the manufacturer’s published installation procedure. Apply membrane to concrete and grout that has reached at least 80 percent of the specified 28- day compressive strength (f’c). Place a tack coat recommended for use by the manufacturer. Protect adjacent surfaces not to be covered with the membrane from splatter or coating. Use asphalt overlay material within the manufacturer’s temperature limitations.

2. Spray-Applied Waterproofing Membrane. Prepare the concrete surfaces that are to receive the waterproofing membrane system as required by the manufacturer but as a minimum provide an abrasive blast cleaning meeting the requirements of the International Concrete Repair Institute Guideline 310.2 CSP 5 followed by an air pressure sweep immediately prior to placing the primer.

Hold a pre-placement meeting with the Engineer at least 3 days prior to application of the membrane.

Maintain spray and other installation equipment in proper operating condition throughout installation. Provide reserve equipment as required.

Protect adjacent surfaces not to be covered with the membrane from splatter or coating.

508-3.04 FIELD QUALITY CONTROL.

1. General. Record material batch numbers, processing information and quantity of each material used.

2. Spray-Applied Waterproofing Membrane. Perform tensile adhesion bond testing of both primer and base membrane in accordance with ASTM D4541.

Perform dry film thickness testing of base membrane in accordance with SSPC-PA2 or SSPC-PA9 Measurement of Dry Coating Thickness. Destructive or stroke per gallon methods are also acceptable methods of thickness assurance.

1. If on-site representative uses magnetic test equipment, perform testing in accordance with SSPC-PA2 Measurement of Dry Coating Thickness with Magnetic Gages. 2. If on-site representative uses ultrasonic test equipment, perform testing in accordance with SSPC-PA9 Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages. 3. Calibrate spray equipment with the stroke count per gallon of material sprayed method. 4. Repair destructive areas by re-spraying or filling with special 2 component gun grade material provided by the manufacturer. 5. Test the thickness of the other components of system using wet film or stroke per gallon methods.

Perform testing as needed to ensure proper thickness of each application but not less than 1 test for every 100 square feet of coated area.

Perform visual inspections of all coated surfaces throughout the installation process. Identify and repair all holidays or other defects in the waterproofing membrane system.

508-3.05 VERIFICATION AND INSPECTION. Perform verification testing of spray-applied waterproofing membrane prior to placement of tack coat or asphalt.

Saturate the deck with multiple slow passes of a water truck, or with a water hose. Ensure that all areas of the deck are wetted. Prevent or mitigate erosion of embankments at the ends of the bridge due to verification and inspection.

If leakage is observed in spray-applied waterproofing membranes, repair the waterproofing membrane system in accordance with the manufacturer’s recommendations and re-test for leakage.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 7

508-4.01 METHOD OF MEASUREMENT. Section 109.

508-5.01 BASIS OF PAYMENT. The contract price includes removal of existing waterproofing membrane, all surface preparation, primer, waterproofing materials, labor, equipment, inspection, reporting, repairs and other items and materials needed to install, inspect and test the waterproofing membrane system accepted in place.

Payment will be made under:

Pay Item Pay Unit 508.0001.0000 Waterproofing Membrane, Spray Applied Lump Sum

Delete Section 510 Removal of Concrete Bridge Deck and substitute the following:

SECTION 510 BRIDGE DECK REPAIR

510-1.01 DESCRIPTION. Remove all loose and deteriorated concrete from deck and grout from keyways; prepare the surface; and repair spalled and deteriorated concrete and grout areas as needed, specified herein, and directed by the Engineer.

510-2.01 MATERIALS. Use materials that conform to the following:

Concrete Patch Material Class A or Subsection 701-2.10 Grout Subsection 701-2.03 Reinforcement Section 709

CONSTRUCTION REQUIREMENTS

510-3.01 SURFACE PREPARATION. Sound the bridge deck and mark the locations of deteriorated concrete and grout keyways according to ASTM D4580. The extent of the repair areas will then be determined and delineated by the Engineer. Locate and map reinforcing steel in the area prior to saw cutting. Remove unsound deck concrete and keyway grout according to 501-3.16.

Blast clean exposed reinforcement bars according to SSPC SP 10 Near-White Blast Cleaning.

510-3.02 PATCHING. At the time of installation, the ambient air temperature must be between 50°F and 80°F unless otherwise specified by the manufacturer.

Immediately prior to material installation vacuum clean or air-blow clean with oil-free compressed air all receiving surfaces. Leave no loose material on any receiving surface.

After cleaning and before placing concrete patch material, wet the existing concrete to contact the patch material according to the manufacturer’s recommendations.

Apply patch material to meet the minimum and maximum lift thickness recommended by the manufacturer. Finish the repair smooth and level with the surrounding existing concrete. After leveling, match the surface texture of the adjacent existing concrete. Ensure the existing cover as shown on the Plans is maintained in the repair areas.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 8 Cure according to the manufacturer’s recommendations. After curing and before final acceptance, sound all patched areas. Remove and replace all unsound or cracked areas.

When patching grout in keyways, place grout according to the manufacturer's written instructions. Clean joints of surface laitance and other foreign material before placing grout. Do not place loads on the grouted members until the grout compressive strength has reached 5000 psi.

Tightly pack and rod the grout in the keys and spaces. Keep the grout surface smooth and neat. Ensure the grout surface meets the member edges throughout their lengths and matches the surface elevation of the members with a tolerance of ±1/8 inch.

510-4.01 METHOD OF MEASUREMENT. Section 109.

510-5.01 BASIS OF PAYMENT. The contract price includes the cost of all labor, materials, and equipment necessary to complete the work.

Payment will be made under:

Pay Item Pay Unit 510.2001.0000 Bridge Deck Repair Contingent Sum

SECTION 516 EXPANSION JOINTS AND BEARINGS

516-1.01 DESCRIPTION. Delete this subsection in its entirety and substitute the following: Remove, furnish, and install expansion joints according to the Plans.

516-5.01 BASIS OF PAYMENT. Add the following: Removal and disposal of existing joint elements is subsidiary.

Add the following pay item:

Pay Item Pay Unit 516.0001.0002 Expansion Joint, Compression Linear Feet

SECTION 606 GUARDRAIL

606-1.01 DESCRIPTION. Add the following after the last paragraph: Construct new permanent, rated at 70 mph, 24” wide frame, NCHRP 350 test level 3 approved crash cushion.

Add the following subsection:

606-3.09 CRASH CUSHION. Install crash cushions according to the manufacturer’s recommendations. Install crash cushions to protect the existing active advance warning flashers and large overhead sign installation areas. Provide the Engineer a copy of the manufacturer’s installation requirements and recommendations,

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 9 including detailed assembly instructions and shop drawings, for the crash cushion and backup post system before beginning installation.

Install crash cushions as follows: 1. Install crash cushion parallel to the approaching traveled way. 2. Follow Section 203 for the excavation and embankment requirements of the concrete base component of the crash cushion. 3. Follow Section 501 for a 6” steel reinforced concrete pad, sized according to manufacturer’s recommendations, constructed on a minimum of 12” of Selected Material, Type B. 4. On installations in grass median, cut or fill to top of concrete pad with Selected Material, Type B, at 12:1 or shallower.

Any excess excavated material shall become property of the Contractor.

606-4.01 METHOD OF MEASUREMENT. Add the following after numbered paragraph 3:

4. Crash Cushion. Per each, installed in place and accepted.

606-5.01 BASIS OF PAYMENT. Delete numbered paragraph 3 and substitute the following:

3. Transition Rail. The contract price includes all brackets, beam sections, transition pieces, composite decking planks (color: grey), and all posts and hardware required for a complete connection of the guardrail section to a bridge or barrier.

Add the following after numbered paragraph 3:

4. Crash Cushion. The contract price includes crash cushion, associated hardware, reinforcing steel and concrete required for a complete installation. The excavation necessary to place the concrete pad and Selected Material is subsidiary.

All traffic control devices necessary for removal, installation, reconstruction, or maintenance of 606 Pay Items shall be subsidiary to the respective 606 Pay Items.

Add the following pay items:

Pay Item Pay Unit 606(16) Transition Rail Each 606(108) Crash Cushion, NCHRP 350 Each 606(300) Downstream End Anchor Each

SECTION 608 SIDEWALKS

608-5.01 BASIS OF PAYMENT. Add the following pay item:

Pay Item Pay Unit 608.2029.0000 Traffic Island(s) Each

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 10 SECTION 615 STANDARD SIGNS 04/30/17 (N26) 615-2.01 MATERIALS.

4. Delineators. Add the following: Delineators shall be of flexible design. The following flexible delineators are approved for use:

Carsonite: Road Marker Carsonite: Curve Flex Safe-Hit Corp: Flexible Guide Post

The Contractor may submit an alternate for consideration by the Engineer.

615-3.01 CONSTRUCTION REQUIREMENTS. Add the following to numbered paragraph 4: The delineators shall be located uniformly 4 feet to 8 feet from the outside shoulder edge unless noted otherwise on the Plans. The reflector shall be 3" x 12" yellow or white reflective sheeting (one or two sides) meeting the requirements of Subsection 730-2.03, the Plans, and Standard Drawing T-05.10. The reflector shall be mounted so that the top of the reflector is 4 feet above the surface of the shoulder.

01/20/15 (N27) 615-3.01 CONSTRUCTION REQUIREMENTS. Delete numbered subparagraph 8 in its entirety and substitute the following:

8. All materials and finished signs are subject to inspection and acceptance in place.

a. Surfaces exposed to weathering must be free of defects in the coating.

b. Finished signs must be clean and have no chatter marks, burrs, sharp edges, loose rivets, delaminated reflective sheeting, oxidation, corrosion, other blemishes, aluminum marks, or unapproved coatings. Do not make repairs to the face sheet.

c. Replace any finished sign not meeting a. and b. with a replacement sign at no cost to the Department.

11/01/16 (N68) 615-5.01 BASIS OF PAYMENT. Delete the first sentence and substitute the following: Sign posts, bases, mounting hardware and all traffic control devices necessary for removal, installation, reconstruction, or maintenance of 615 Pay Items are subsidiary.

Delete Section 618 in its entirety and substitute the following: 01/20/15 (N30) SECTION 618 SEEDING

618-1.01 DESCRIPTION. It is the intent of this work that a uniform living vegetative cover be established according to the Plans and Specifications. This work consists of soil preparation, seeding, fertilizing, mulching, and establishing, and maintaining vegetated areas.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 11 618-2.01 MATERIALS. Use materials that conform to the following:

Seed Section 724 Fertilizer Section 725 Mulch Subsection 727-2.01 Water Subsection 712-2.01

CONSTRUCTION REQUIREMENTS

618-3.01 SOIL PREPARATION. Clear all areas to be seeded of stones 4” and larger in diameter and of all weeds, plant growth, sticks, stumps and other debris or irregularities which may interfere with the seeding, establishment, and maintenance of the vegetated areas.

Prior to the application of seed, prepare slopes using one or more of the following methods, or as approved by the Engineer: 1. Manual Raking – Requires manual labor with landscaping rakes to produce a uniform pattern of grooves perpendicular to the fall of the slope. 2. Mechanical Raking - Requires the use of a scarifying slope board to produce grooves with an approximate width and depth of 1”, and no more than 6” apart. The resultant indentations shall leave a uniform pattern of grooves perpendicular to the fall of the slope. 3. Mechanical Track Walking - Requires operating tracked equipment in such a manner as to leave a uniform pattern of grooves perpendicular to the fall of the slope.

618-3.02 SEEDING SEASON. Perform seeding after the ground is free of snow and no sooner than May 15 and no later than September 1. Perform seeding when wind conditions, climatic conditions, and soil conditions will not hinder seeding and establishment.

618-3.03 APPLICATION METHOD. Use the Hydraulic Method. You must obtain the Engineer’s permission to use the Mechanical Method.

Hydraulic Method: 1. Seeding by the hydraulic method consists of furnishing and placing a slurry of dye, seed, fertilizer, trace mulch, water, and a second application of mulch. 2. Do not place seed in the slurry prior to 30 minutes before application. 3. Add the proportionate amount of seed to the water slurry in the hydraulic seeder after the proportionate amounts of trace mulch and fertilizer have been added. 4. Apply the slurry mixture in a manner that results in an even distribution of all materials. Apply seed, fertilizer, and trace mulch together in one application. 5. Hydraulic seeding equipment must maintain continuous slurry agitation so that a homogeneous, uniform mixture is applied through a spray nozzle, for the complete tank load. The pump must be capable of producing sufficient pressure to maintain a continuous, nonfluctuating spray capable of reaching the extremities of the seeding area with the pump & nozzle unit located on the roadbed. Provide sufficient hose to reach areas not practical to seed from the pump & nozzle unit situated on the road bed. 6. A second application of mulch shall be applied within 24-hours after seeding. Mulch shall be furnished and evenly applied at the rates required for temporary stabilization per the manufacturer’s recommendations and according to Subsection 727-2.01. Mulch sprayed on signs or sign structures shall be removed the same day.

Mechanical Method: 1. Use mechanical spreaders, seed drills or other approved mechanical seeding equipment when seed and fertilizer are to be applied in dry form. 2. Water seeding area both prior to and after the application of fertilizer. 3. Spread fertilizer separately from seed.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 12 4. An application of mulch shall be applied within 24-hours after seeding. Mulch shall be furnished and evenly applied at the rates required for temporary stabilization per the manufacturer’s recommendations and according to Subsection 727-2.01. Mulch sprayed on signs or sign structures shall be removed the same day.

618-3.04 APPLICATION RATE. Apply seed, fertilizer, and trace mulch at the rates specified in the table below:

MATERIALS TYPE APPLICATION RATE PER 1,000 SQUARE FEET ‘Boreal’ Red Fescue (20%) 0.20 lb ‘Arctared’ Red Fescue (20%) 0.20 lb Seed* ‘Nortran’ Tufted Hairgrass (55%) 0.55 lb Annual Ryegrass (5%) 0.05 lb Total 1.00 lb Fertilizer 20-20-10 10 lb Trace mulch** See Subsection 727-2.01 20 lb * Do not remove the required tags from the seed containers. ** Trace mulch application rate may be adjusted according to the manufacturer’s recommendations when approved by the Engineer. Trace mulch is not required for mechanical seeding.

618-3.05 MAINTENANCE. Protect seeded areas against erosion and sedimentation. Protect seeded areas against traffic by approved warning signs or barricades. Water seeded areas, in a non-erosive manner, as required to establish a uniform living perennial vegetative cover. Be responsible for identifying, retracking, reseeding, refertilizing and remulching gullied or otherwise damaged areas. The second application of mulch shall be maintained so it properly performs its temporary stabilization function until final stabilization is achieved. Rescarify, reseed, refertilize and remulch unproductive areas as directed by the Engineer.

618-3.06 PERIOD OF ESTABLISHMENT. The establishment period extends until a uniform (e.g. evenly distributed, without large bare areas) perennial living vegetative cover with a density of 70 percent of the native background vegetative cover is established.

618-3.07 ACCEPTANCE. The Engineer will accept seeding when a uniform (e.g. evenly distributed, without large bare areas) perennial living vegetative cover with a density of 70 percent of the native background vegetative cover is established.

618-4.01 METHOD OF MEASUREMENT. Section 109 and as follows:

Watering seeded areas per Subsection 618-3.05 will not be measured directly for payment and is subsidiary, except when Pay Item 618(3) is listed on the Bid Schedule.

Identifying, retracking, reseeding, refertilizing and remulching gullied or otherwise damaged areas will not be measured directly for payment and is subsidiary.

Seeding by the Acre. By the area of ground surface acceptably seeded and maintained. Soil preparation, seed, fertilizer, all mulch, dye, and water required for seed and fertilizer application will not be measured directly for payment and is subsidiary.

Seeding by the Pound. By the dry weight of seed acceptably seeded and maintained. Soil preparation, fertilizer, all mulch, dye, and water required for seed and fertilizer application will not be measured directly for payment and is subsidiary.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 13 Water for Seeding. By the M Gal. (1,000 gallons) acceptably placed. Use a conversion factor of 8.34 pounds per gallon, if measured by weight.

618-5.01 BASIS OF PAYMENT. The accepted quantity will be paid for at the contract price, per unit of measurement, for the pay items listed below that appear on the bid schedule.

Payment will be made under:

Pay Item Pay Unit 618 (1) Seeding Acre 618 (2) Seeding Pound 618 (3) Water for Seeding M Gal.

SECTION 641 EROSION, SEDIMENT, AND POLLUTION CONTROL

641-5.01 BASIS OF PAYMENT. Add the following after the tenth paragraph: All work and materials used for dust control required by the Construction General Permit, including water, water truck or any other approved countermeasure, is subsidiary to item 641(3) Temporary Erosion, Sediment and Pollution Control.

Street sweeping used to control sediment transport off the project is subsidiary to item 641(3) Temporary Erosion, Sediment and Pollution Control.

SECTION 642 CONSTRUCTION SURVEYING AND MONUMENTS 01/20/15 (N34) 642-3.01 GENERAL. Delete the fifth paragraph and substitute the following: Follow the Department’s Construction Surveying Requirements, or if GPS survey is approved by the Engineer, use the Alaska Survey Manual GPS Surveys 2010 (rev. 8/15/10).

Add the following to the last sentence in the second to the last paragraph: or the Alaska Survey Manual GPS Surveys 2010 (rev. 8/15/10).

642-3.02 CROSS-SECTION SURVEYS. Add the following to the first paragraph: or the Alaska Survey Manual GPS Surveys 2010 (rev. 8/15/10).

Delete numbered paragraph 4 of the second paragraph in its entirety and substitute the following: Department’s Construction Surveying Requirements or the Alaska Survey Manual GPS Surveys 2010 (rev. 8/15/10).

01/20/15 (N38) 642-4.01 METHOD OF MEASUREMENT.

Item 642(3A) Three Person Survey Party. Delete in its entirety and substitute the following: Contingent sum work will be measured according to subsections 101-1.03 and 109-1.02 or 109-1.05. This item, when appearing on the Bid Schedule, will be used only for additional or unanticipated work made necessary by changes in the Contract.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 14

SECTION 643 TRAFFIC MAINTENANCE

643-3.02 ROADWAY CHARACTERISTICS DURING CONSTRUCTION Add the following after the last paragraph: Perform roadway paving and pulverizing activities in a continuous manner. Do not leave gaps in active work zones without prior approval from the Engineer.

Pave adjacent lanes in accordance with Subsection 401-3.12. The Contractor shall not allow traffic to travel on an unpaved surface, unless approved by the Engineer.

643-3.08 CONSTRUCTION SEQUENCING. Delete the subsection in its entirety and substitute the following: Conform to the construction sequencing detailed in the Plans and Special Provisions. You may propose alternatives according to Subsection 104-1.06.

Throughout the project, maintain the existing roadway, pedestrian walkway or route, and bicycle route or pathway configuration (such as the number of lanes and their respective widths) except for restrictions to traffic allowed in the Special Provisions or on the Plans, and addressed through approved TCPs. A restriction to traffic is any roadway surface condition, work operation, or traffic control setup that reduces the number of lanes or impedes traffic. Obtain an approved TCP before restricting traffic.

Do not restrict traffic or shut down signals during the times listed on the Plans.

Comply with the City of Fairbanks Noise Ordinance 46-42 (http://library.municode.com/index.aspx?clientId=12896), except as authorized by the Peger and Lathrop intersection work. Notify the City of Fairbanks, Engineering/Public Works Department a minimum of 7 days prior to beginning night work. Contact must be made through the Engineer. All work within the roadway, including curb and gutter replacement shall be completed before final paving.

All paving, striping, and safety appurtenances must be complete prior to opening closures to the public. This includes closures detailed in the plan set as well as intersection and/or ramp closures approved by the engineer.

Temporary striping, temporary safety appurtenances, and traffic control used in lieu of a completed safety appurtenance, may be used to open closures to the public. Temporary striping, temporary safety appurtenances, and traffic control used in lieu of a completed safety appurtenance is subject to approval by the Engineer.

Work in the roadway performed outside of a closure detailed on the Plans is limited to;

7PM – 7AM Monday thru Friday 7PM – 10AM Saturday/Sunday

Work requiring ramp closures or intersection closures is limited to;

7PM – 7AM Monday thru Friday 7PM – 10AM Saturday/Sunday

Work in the shoulder, median, or off the roadway can occur at any time. Maintain all lanes of traffic during the day unless an approved closure or approved TCP closing the lane is in place. All lanes of traffic shall be open;

7AM – 7PM Monday thru Friday 10AM – 7PM Saturday/Sunday

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 15

The Contractor shall double shift work during closures when necessary to meet deadlines and minimize traffic impacts.

Closures outlined on the Plans and that appear on the bid schedule shall be used;

May 18 – Aug 3

Add the following subsection:

643-3.12 PUBLIC INFORMATION. Provide a Public Information (PI) professional to accomplish the work outlined in this subsection. The PI professional shall be familiar with the construction schedule, progress and traffic control; provide information about closure duration and detour routes to the Engineer and the public, including affected residents and businesses in the project area; and schedule required access to residences and businesses through areas of construction. The PI professional shall participate in the Preconstruction Conference and is responsible for submitting current schedule information throughout the duration of the project.

Failure to provide public or agency notice, or failure to provide submittals required by this subsection may result in delays to planned construction.

The PI professional shall be responsible for the following tasks for the PI Program:

1. Public Open House. Attend a Public Open House scheduled by the Engineer. Present and go over schedule, project sequencing and hours of operations. The Public Open House will be scheduled at the earliest possible date prior to commencement of work and before the Parks-bound and Richardson-bound closures.

2. Weekly Submittals. Submit to the Engineer, for review and use, information related to the progress of the work to include a general scope of work and impacts to the traveling public. Submit the progress information in writing on a weekly basis by 12 noon Wednesday of each week for the following two weeks’ work. This information will be used by the Engineer for weekly ad preparation.

Include the following information:

a. Applicable approved Traffic Control Plans that will be in effect and/or detailed traffic information such as delays, and lane or intersection closures and corresponding detours with effective dates of closures and detours.

b. Information pertaining to any upcoming utility shutdowns, and impacts to motorists, bicyclists and pedestrians, or residents/businesses.

c. The Contractor’s 24-hour message number, contact name, and office telephone number.

3. Weekly Meetings. Representatives from the Contractor and all Subcontractors shall attend weekly meetings with the Engineer. The Contractor and Subcontractors shall present and explain the information contained in the Weekly Progress Report.

4. Mail Outs. Submit to the Engineer for review and approval, information to be included in mail out to residential addresses within two (2) city blocks on either side of the project corridor. The Department will be responsible for production and mailing of residential mail outs.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 16 Mail out content shall contain information as listed in 643-3.12 (2) as well as the following:

a. A description of impacts that residents of abutting property may encounter during the project

b. The Contractor’s anticipated construction schedule, describing the sequence and location of activities within the corridor

Submit all information for mail outs at the following times:

• Three weeks before construction begins. • 2 weeks prior to major impacts/start of new phase or work segment.

5. Support for Business and Resident Flier Information and Distribution. Submit to the Engineer for review and approval, information to be included in hand-delivered fliers to all businesses and residents within project limits. Within 48 hours upon receipt of the Department produced fliers, hand deliver the fliers during the hours of 8 a.m.-5 p.m. to adjacent businesses and residences. Flier information shall contain the same information as listed in 643-3.12 (2) as well as the following:

a. A description of impacts that residents, business owners, employees or customers may experience during the project.

b. The Contractor’s anticipated construction schedule, describing the sequence and location of activities within the corridor.

Distribute fliers at the following times:

• Two weeks before construction begins. • 1 week prior to major impacts/start of new phase or work segment.

6. Utility Outage Notifications. Provide written notice to property owners and tenants a minimum of 48 hours prior to any utility outage.

7. Agency Notification. Notify the following agencies at least 24 hours prior to starting any work which will potentially impede all modes of traffic. Information on project area duration and detour routes shall be provided.

• Police Department • Fire Department • State Troopers • Borough Transit • School District (all season) • US Postal Service • Alaska Waste Management/ Garbage routes • Trucking Companies

8. In instances of emergencies, utility shutdowns, changes in traffic patterns or other unanticipated impacts to motorists, bicyclists and pedestrians, or residences/businesses within the project corridor, coordinate with the Engineer and the ADOT&PF Public Information Officer immediately.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 17 643-4.01 METHOD OF MEASUREMENT. Add the following:

17. Public Information Program. Attendance at the Public Open House, Weekly Information submittals, Mail Outs and Supplemental Information will not be measured for payment directly. All work, materials, and costs associated with the Public Information task shall be considered subsidiary to Pay Item 643(101) for each construction work season.

10/10/17 (N40) 643-5.01 BASIS OF PAYMENT.

11. Traffic Control. Add the following schedule:

TRAFFIC CONTROL RATE SCHEDULE TRAFFIC CONTROL DEVICE PAY UNIT UNIT RATE

Construction Signs Each/Day $ 6.50 Special Construction Signs Square Foot $ 28.00 Type II Barricade Each/Day $ 3.30 Type III Barricade Each/Day $ 11.00 Traffic Cone or Tubular Marker Each/Day $ 1.10 Drums Each/Day $ 3.30 Temporary Guardrail Linear Foot $ 25.00 Portable Concrete or Steel F Shape Barrier (12.5 foot standard length or$8/foot) Each $ 100.00 Temporary Crash Cushion / Sand or Water filled Barrels or barrier (all required per end) Each $ 4,325.00 Temporary Crash Cushion / Redirective Each $ 9,230.00 Plastic Safety Fence Foot $ 1.00 Temporary Sidewalk Surfacing Square Foot $ 2.00 Flexible Markers (Flat Whip, Reflective) Each $ 60.00 Flagging Hour $58.00 Electronic Boards, Panels and Signals Sequential Arrow Panel Each/Day $ 36.00 Portable Changeable Message Board Sign Each/Day $ 130.00 Portable Traffic Signals (Two) Each/Day $361.00 Cars and Trucks w/driver Pilot Car (4x2 ½ ton truck, or any car) Hour $71.00 Pilot Car (4x2 ½ ton truck w/sequential arrows) Hour $ 75.00 Watering Truck M-Gallon $ 28.50 Street Sweeping (Regenerative Sweeper, Vacuum Sweeper, Mechanical or Power Broom with vacuum) Hour $ 214.00 40,000 GVW Truck with Crash Attenuator Hour $ 162.00

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 18 TRAFFIC CONTROL DEVICE PAY UNIT UNIT RATE

Interim Pavement Markings Painted Markings Linear Foot $ 0.30 Preformed Pavement Marking Tape (removable or non-removable) Linear Foot $ 1.75 Temporary Raised Pavement Markers Each $ 1.00 Word or Symbol Markings Each $ 40.00 Temporary Cover Markings Linear Foot $ 4.00 Removal of Pavement Markings Linear Foot $1.25

All Temporary striping, temporary safety appurtenances, and traffic control used in lieu of a completed safety appurtenance is subsidiary to other items.

All street sweeping (Regenerative Sweeper, Vacuum Sweeper, Mechanical or Power Broom with vacuum), watering truck, and water used to maintain safe driving conditions is subsidiary to 643(2) Traffic Maintenance.

Add the following:

18. Public Information Program. This item shall not be measured for payment. The contract price includes payment for open house attendance; all work and incidentals for submittals of public information; and all work and incidentals for preparation and distribution of mail outs; and all work required to install and maintain supplemental information.

Add the following pay items:

Pay Item Pay Unit 643(101) Public Information Program Lump Sum 643(102A) Road Closure Parks Bound Lump Sum 643(102B) Road Closure Richardson Bound Lump Sum 643(102C) Road Closure S. Cushman St. Bridge Lump Sum 643(113) Intersection Traffic Control Each

Delete Section 644 in its entirety and substitute the following: 04/15/16 (N41) SECTION 644 SERVICES TO BE FURNISHED BY THE CONTRACTOR

644-1.01 DESCRIPTION. Furnish and maintain facilities and services specified in the Contract for the Department’s project administrative personnel to use during the project. Services include heat, electrical power (NEC compliant), water and any others required to operate the facilities. All furnished facilities remain the property of the contractor when the work is completed.

The Engineer may delete any 644 Items, by Directive within five working days after the Preconstruction Conference. If any 644 Items are deleted within the specified period, Subsection 109-1.09, Eliminated Items, shall not apply to the deleted 644 Items.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 19 644-2.01 FIELD OFFICE. Furnish and maintain a suitable office for the Engineer to use during construction. Make the Field Office available for occupancy 2 weeks before commencing work on the project through one week after Project Completion. The Field Office shall be within one half of one mile from the project.

1. Submit office proposal to the Engineer prior to procurement or transporting office to the project. The Engineer will approve the office general condition, location, access, features, and physical layout prior to beginning any office setup work. If this office is part of your building, completely partition it from the rest of the structure and provide a separate outside door equipped with a lock.

2. Provide at least the following minimum requirements, or as approved by the Engineer: a. Floor space of at least 1500 ft2 b. Window area of at least 60 ft2 c. Lockable outside door(s) d. 10 each plastic folding tables, 8 ft. long e. Shelf space of at least 24 linear feet f. Adequate heating and cooling devices, and fuel or power to run the devices, to maintain an office temperature between 65° and 75°F. g. Adequate ventilation h. Continuous supply of drinking water from an approved source or commercial supplier i. Sanitary facilities including adequate hand soap, hand sanitizer, toilet paper, and paper towels j. Janitorial services at least weekly k. Provide electrical service as indicated in 644-2.09, #1 Field Office

l. Internet Service and Phone: Furnish and install a high speed internet service and three telephones, with all necessary ancillary equipment.

The internet system shall have a send and receive capability supporting 10.0 Mbps download speed or higher and 3.0 Mbps upload speed at all times. The internet system shall have a minimum monthly data usage of 500 GB. Include a wireless router and an appropriately sized battery backup for the internet system. The system shall be for the exclusive use of the Engineer.

The telephone system shall consist of commercially available telephones with the necessary equipment for each line. Provide one telephone that includes a built in digital answering machine.

Internet and telephone service shall be supplied and operational no more than two weeks after the field office has been set up on site. Service plans shall be provided and remain in effect for the duration of the use of the field office.

m. One multifunction Color Printer/Scanner/Copier meeting the following requirements: New or like-new condition Printing/copying at least 32 ppm Scan speed of 40 ppm at 400 DPI in color, at a minimum Print/Scan/Copy 8.5” X 11” and 11” X 17” in color, at a minimum Supports network scanning (FTP and SMB Support) Supports network printing (PCL and Postscript) Network card included Automatic Document Feeder

Furnish ink and toner and perform repairs and maintenance as necessary.

The Printer/Scanner/Copier remains property of the Contractor upon completion of the contract.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 20 n. Make the field office accessible according to the requirements of with Disabilities Act Accessibility Guidelines (ADAAG). Provide at least one designated handicap parking space. o. One AED (Automated External Defibrillator), with carrying case and properly marked wall cabinet. Provide training on how to use the AED. p. One combination Smoke and Carbon Monoxide Detector minimum. Provide combination Smoke and Carbon Monoxide Detectors in any location requested by the Engineer. q. One 25 Person Trauma First Aid Kit. r. 4 mobile hotspots with month-to-month data plans. Include car charger and 5 gigabytes of data usage per month.

3. Provide electrical power to the Department’s portable concrete compressive strength lab if there are any bridge items in the bid schedule as identified in 644-2.09, #9.

4. Provide electrical power to the Department’s portable nuclear storage trailer as identified in 644-2.09, #8.

5. Provide the following to the Department’s portable asphalt lab if there are any asphaltic materials in the bid schedule and item 644(2) Field Laboratory does not appear in the bid schedule. a. electrical service as identified in 644-2.09, #4 Asphalt Laboratory. b. internet service as specified for the Field Laboratory.

All long distance calls made by State personnel will be paid by the State. Installation and maintenance fees, local calls, connection fees and internet service provider fees, and all other fees shall be paid by the Contractor. Paper used by the copier/scanner/printer will be paid by the State.

644-2.05 VEHICLES. Furnish and maintain vehicles in good condition that are less than three years old and with less than 36,000 miles on the odometer for the exclusive use of the Department throughout the project. Provide full-size four-wheel drive pickups or sport utility vehicles. The Special Provisions will state the required number and type of vehicles. Provide vehicles from two weeks before commencing work to one week after Project Completion. Maintain the vehicles in satisfactory running condition throughout the duration of the contract. Provide insurance, fuel, fluids, lubricants, tire repair/replacement, and windshield repair/replacements as needed. If a vehicle is down for more than 24 hours, provide a replacement Vehicle of the same type at no additional cost.

The Department is responsible for damage to any vehicle caused by its own negligent operation. The Department will provide non-owned auto liability insurance providing third party liability coverage for any accident during the Department’s operation and use.

The Engineer will approve the vehicles prior to transporting them to the project site. In addition to use on the project, all of the vehicles will be allowed to make round trips to the Department’s regional headquarters. Remove all vehicles from the project at the end of the Contract.

Number of Vehicles Type 3 Full-size ½ ton extended cab pickup 1 8-person SUV 1 Mid-size SUV

Equip each vehicle as follows: 1. Four wheel drive 2. V-8 engine 3. Automatic transmission 4. Power steering 5. Air conditioning 6. Backup Sensors, Collision Warning and/or Proximity Detection System

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 21 7. Fire extinguisher & basic first aid kit 8. Jack and lug wrench 9. Load range D tires in good condition 10. Two full size load range D spare tires in good condition mounted on rims 11. 360-degree Permanent Beacon 12. 2 sets of keys 13. CB Radio with 48” Antenna for all projects more than 50 miles from Fairbanks. 14. 3 each AKDOT&PF magnetic stickers. Plans available at http://dot.alaska.gov/documents/DOT-SOA- Construction-Magnets-Specs.pdf

644-2.08 FIELD COMMUNICATIONS. Furnish and maintain a satellite communications system that includes internet and phone for the Engineer to use exclusively throughout the contract. Provide a completely functional installation 2 weeks before commencing construction work through one week after Project Completion.

Two weeks prior to procuring the field office, submit to the Engineer the proposed communications system consisting of phone and internet service. Obtain the Engineer’s approval of the communications system prior to procuring the system.

Furnish and install the approved high speed internet service and three telephones, with all necessary ancillary equipment. Provide internet and phone jacks in the field office and field laboratories in locations identified by the Engineer. Furnish one mobile satellite phone in addition to the phone system in the field office.

The internet system shall have a send and receive capability supporting 10.0 Mbps download speed or higher and 3.0 Mbps or higher upload speed at all times. Include a wireless router and an appropriately sized battery backup for the internet system. The system shall be separate from the internet system of the contractor.

The telephone system shall consist of commercially available telephones with the necessary equipment for each line. Provide one telephone that includes a built in digital answering machine.

Internet and telephone service shall be supplied and operational no more than two weeks after the field office has been set up on site. Service plans shall be provided and remain in effect for the duration of the use of the field office.

When Item 644(105), Field Communications appears in the bid schedule, internet and telephone service will be measured and paid under 644(105), and are not subsidiary to 644(1) and 644(2).

644-2.09 ELECTRICAL POWER. Furnish and maintain a constant source of power to the facilities specified in the contract for the Department’s use during the project. Provide a completely functional installation 2 weeks before commencing construction work through 2 weeks after Project Completion.

1. FIELD OFFICE. Provide electrical services as follows: a. Heating/Cooling adequate to maintain temperatures between 65° to 75°F b. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis c. Wiring system to support a 40 amp user load demand with two 20-amp circuits d. Eight conveniently spaced outlets on the interior wall, consistent with local codes e. Eight 100-watt incandescent or sixteen 40-watt florescent

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 22 2. FIELD LABORATORY. Provide electrical services as follows: a. Heating/Cooling adequate to maintain temperatures between 65° to 75°F b. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis c. Wiring system to support a 40 amp user load demand with two 20-amp circuits, GFI Protected d. Six conveniently spaced outlets on the interior wall, consistent with local codes e. Four 100-wat incandescent or eight 40-watt florescent f. Exhaust fan: 5 cfs

3. FIELD LABORATORY OUT BUILDING. Provide electrical services as follows: a. Heating/Cooling adequate to maintain temperatures between 65° to 75°F b. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis c. Wiring system to support a 20-amp user load demand, GFI Protected d. Three conveniently spaced outlets on the interior wall, consistent with local codes e. Two 100-watt incandescent or four 40-watt florescent f. Exhaust fan: 5 cfs

4. ASPHALT LABORATORY. Provide electrical services as follows: a. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis b. 100-amp service

5. CURING SHED. Provide electrical services as follows: a. Heating/Cooling adequate to maintain temperatures between 70° to 77°F b. Two 100-watt incandescent or four 40-watt florescent

6. STORAGE CONTAINER. Provide electrical services as follows: a. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis b. Wiring system to support a 20-amp user load demand, GFI Protected c. Two conveniently spaced outlets on the interior wall, consistent with local codes d. Four 100-watt incandescent or eight 40-watt florescent

7. NUCLEAR TESTING EQUIPMENT STORAGE SHED. Provide electrical services as follows: a. Heating/Cooling adequate to maintain minimum temperatures of 50°F b. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis c. Two 100-watt incandescent or four 40-watt florescent d. Wiring system to support a 20-amp user load demand

8. NUCLEAR TESTING EQUIPMENT STORAGE SHED (STATE PROVIDED). Provide electrical services as follows: a. Electrical current, 120/240 VAC, 60-cycle on 24-hour basis b. Wiring system to support a 20-amp user load demand

9. PORTABLE CONCRETE COMPRESSIVE LABORATORY. Provide electrical services as follows: a. Electrical current: 120/240 VAC, 60 cycle on 24 hour basis b. Wiring system to support a 20-amp user load demand

If 644(15), Nuclear Testing Equipment Storage Shed is deleted the electrical power requirement are still required per 644-2.09, #8.

If the contract contains bridge items that require concrete or grout provide electrical power to the Department’s Portable Concrete Compressive Laboratory per 644-2.09, #9.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 23 644-3.01 METHOD OF MEASUREMENT. Section 109 and as follows:

Storage Container. By the number of storage containers specified, to include all components, installed and accepted as completed units and ready for materials and equipment storage.

644-4.01 BASIS OF PAYMENT.

Vehicles. Includes all resources, including fuel, oil, maintenance, and insurance to furnish the specified number of fully operational vehicles for the duration specified in the contract.

Lump Sum Items. Payment for lump sum items will be made as follows:

1. A percentage of the lump sum amount, to be determined by the Engineer, will be paid as full compensation for furnishing the facility at the site.

2. The balance of the lump sum amount will be prorated over the anticipated active construction period with a portion included as part of each interim payment, for maintenance, repairs, providing all utilities, and for removing it from the site. If anticipated construction period changes, the final increment will be held until final payment.

Storage Container. At the contract unit price to include all labor, materials, tools, equipment and supplies required to deliver the storage shed to the regional office for loading, to deliver it to the project office, to install it before commencement of construction, to maintain it for the duration of the project, to remove the shed and electrical service after project completion, to deliver it to the regional office for unloading, and to remove the storage shed. Electrical service and utility costs are subsidiary to this item.

Field Communications. Installation and maintenance of equipment and monthly invoice costs will be paid for by Contingent sum under Item 644(105), Field Communications. Provide invoices from vendor for installation, maintenance, and monthly subscription costs.

Payment will be made under:

Pay Item Pay Unit 644(1) Field Office Lump Sum 644(6) Vehicles Lump Sum

Add the following:

SECTION 645 TRAINING PROGRAM 01/01/16 (SSP-39) 645-1.01 DESCRIPTION. This Statewide Special Provision for on-the-job training (OJT) implements 23 CFR 230, Subpart A, Appendix B.

As part of the Equal Employment Opportunity Affirmative Action Program, the Contractor shall provide on-the- job training aimed at developing full journey status in the type of trade or job classification involved. The number of individuals to be trained and the number of hours of training to be provided under this contract will be as shown on the bid schedule.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 24 645-2.01 OBJECTIVE. Training and upgrading of minorities and women toward journey status is the primary objective of this program. The Contractor shall enroll minorities and/or women, where possible, and document good faith efforts prior to the hire of non-minority males in order to demonstrate compliance with this Training Special Provision. Specific good faith efforts required under this Section for the recruitment and employment of minorities and women are found in the Federal EEO Bid Conditions, Form 25A-301.

645-3.01 GENERAL. The Contractor shall determine the distribution of the required number of apprentices/trainees and the required number of hours of training among the various work classifications based upon the type of work to be performed, the size of the workforce in each trade or job classification, and the shortage of minority and female journey workers within a reasonable area of recruitment.

Training will be provided in the skilled construction crafts unless the Contractor can establish prior to contract award that training in the skilled classifications is not possible on a project; if so, the Department may then approve training either in lower level management positions such as office engineers, estimators, and timekeepers, where the training is oriented toward construction applications, or in the unskilled classifications, provided that significant and meaningful training can be provided. Some offsite training is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training.

Credit for offsite training hours indicated above may only be made to the Contractor where the apprentices/trainees are concurrently employed on the project and the Contractor does one or more of the following: contributes to the cost of the training, provides the instruction to the apprentice/trainee, or pays the apprentice's/trainee's wages during the offsite training period.

Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training.

Prior to award of the contract, the Contractor shall submit Form 25A-311, Training Utilization Report, indicating the training program to be used, the number of apprentices/trainees to be trained in each selected classification, the number of hours of training to be provided, and the anticipated starting time for training in each of the classifications.

Training must begin within 2 weeks of the anticipated start date(s); unless otherwise authorized by a Directive. Such authorization will be made only after submission of documentation by the Contractor, and approval by the Engineer, of efforts made in good faith which substantiate the necessity for a change.

Contractors may use a training program approved by the U.S. Department of Labor, Office of Apprenticeship (USDOL/OA); or one developed by the Contractor using Form 25A-310 and approved prior to contract award by the OJT Coordinator in the DOT&PF Civil Rights Office.

The minimum length and type of training for each classification will be established in the training program selected by the Contractor. Training program approval by the Department for use under this section is on a project by project basis.

It is expected that each apprentice/trainee will begin training on the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist or until training has been completed. It is not required that apprentices/trainees be continuously employed for the duration of the contract.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 25 If, in the judgment of the Contractor, an apprentice/trainee becomes proficient enough to qualify as a journey worker before the end of the prescribed training period and the Contractor employs that individual as a journey worker in that classification for as long as work in that area remains, the individual's training program will be considered completed and the balance of training hours required for that apprentice/trainee shall be waived.

The Contractor shall furnish each ADOT&PF training program trainee a copy of the program (Form 25A-310) to be followed during training on the project, and with a written certification showing the type and length of training completed on the project. Existing USDOL/OA apprentices should already have a copy of their program. No employee shall be employed for credit as an apprentice/trainee in a classification in which that employee has previously worked at journey status or has previously completed a training course leading to journey status.

The Contractor shall periodically review the training and promotion potential of minority and women employees and shall encourage eligible employees to apply for such training and promotion.

The Contractor shall provide for the maintenance of records and the furnishing of periodic reports documenting the progress of each apprentice/trainee. The Contractor must submit Form 25A-313 by the 15th of each month and provide each ADOT&PF trainee written evaluation reports for each unit of training provided as established on Form 25A-310.

645-3.02 WAGES. Trainees in ADOT&PF approved training programs will be paid prevailing Davis-Bacon fringe benefits plus at least 60 (but less than 100) percent of the appropriate minimum journey rate specified in the contract for the first half of the training period, at least 75 (but less than 100) percent for the third quarter of the training period, and at least 90 (but less than 100) percent for the last quarter of the training period. Trainee wages shall be identified on Form 25A-310. Apprentices in USDOL/OA training programs shall be paid in accordance with their approved program. Beginning wages of each trainee/apprentice enrolled in a Section 645 Training Program on the project shall be identified on Form 25A-312.

645-3.03 SUBCONTRACTS. In the event the Contractor subcontracts a portion of the work, he shall determine how many, if any, of the apprentices/trainees are to be trained by the subcontractor. Any such subcontracts shall include this Section 645, Form 25A-311 and Form 25A-310, where appropriate. However, the responsibility for meeting these training requirements remains with the Contractor; compliance or non- compliance with these provisions rests with the Contractor and sanctions and/or damages, if any, shall be applied to the Contractor in accordance with Subsection 645-5.01, Basis of Payment.

645-4.01 METHOD OF MEASUREMENT. The Contractor will be credited for each approved apprentice/trainee employed on the project and reimbursed on the basis of hours worked, as listed in the certified payrolls. There shall be no credit for training provided under this section prior to the Contractor's submittal and approval by the Engineer of Form 25A-312 for each apprentice/trainee trained under this Section. Upon completion of each individual training program, no further measurement for payment shall be made.

645-5.01 BASIS OF PAYMENT. Payment will be made at the contract unit price for each hour of training credited. Where a trainee or apprentice, at the discretion of the Contractor, graduates early and is employed as a journey worker in accordance with the provisions of Subsection 645-3.01, the Contractor will receive payment only for those hours of training actually provided.

This payment will be made regardless of any other training program funds the Contractor may receive, unless such other funding sources specifically prohibit the Contractor from receiving other reimbursement.

Payment for training in excess of the number of hours specified on the approved Form 25A-311 may be made only when approved by the Engineer through Change Order.

Non-compliance with these specifications shall result in the withholding of progress payments until good faith efforts documentation has been submitted and acceptable remedial action has been taken.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 26

Payment will be at the end of the project following the completion of all training programs approved for the project. No payment or partial payment will be made to the Contractor if he fails to do any of the following and where such failure indicates a lack of good faith in meeting these requirements:

1. provide the required hours of training (as shown in the Bid Schedule and approved Form 25A-311),

2. train the required number of trainees/apprentices in each training program (as shown in the Bid Schedule and approved Form 25A-311), or

3. hire the apprentice/trainee as a journey worker in that classification upon completion of the training program for as long as work in that area remains.

Failure to provide the required training damages the effectiveness and integrity of this affirmative action program and thwarts the Department's federal mandate to bring women and minorities into the construction industry. Although precise damages to the program are impractical to calculate, they are at a minimum, equivalent to the loss to the individuals who were the intended beneficiaries of the program. Therefore, where the Contractor has failed, by the end of the project, to provide the required number of hours of training and has failed to submit acceptable good faith efforts documentation which establishes why he was unable to do so, the Contractor will be assessed an amount equal to the following damages to be deducted from the final progress payment:

Number of hours of training not provided, times the journey worker hourly scale plus benefits. The journey worker scale is that for the classification identified in the approved programs.

Payment will be made under:

Pay Item Pay Unit 645(1) Training Program, ___ Trainees/Apprentices Labor Hour

Delete Section 646 in its entirety and substitute the following:

SECTION 646 CPM SCHEDULING

646-1.01 DESCRIPTION. Provide and maintain a Critical Path Method (CPM) progress schedule for the project. Use the schedule in coordinating and monitoring of all work under the Contract including activity of subcontractors and procurement/delivery of materials significant to the critical path. Update CPM, as required.

Provide work plans.

646-2.01 SUBMITTAL OF SCHEDULE. Submit a detailed initial CPM schedule at least 5 working days prior to the preconstruction conference, for the Engineer's review. Meet the requirements set forth below.

The construction schedule, for the entire project, may not exceed the specified contract time.

Following the Engineer's review, if revisions to the proposed CPM schedule are required, do so promptly. The CPM schedule must be finalized before the Notice to Proceed.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 27 Acceptance of the CPM schedule by the Engineer does not constitute an approval by the department. The contractor remains liable for all work and scheduling errors.

An accepted Preliminary Schedule, CPM Schedule, subsequent CPM Schedule Updates, and the weekly Work Plan schedule shall not relieve the Contractor as the responsible party for: development and execution of the means, method, and timing of performance reflected in the schedule, and completing the project within the specified contract time.

646-3.01 REQUIREMENTS AND USE OF SCHEDULE.

1. Schedule Requirements. Prepare the CPM schedule as a Precedence Diagram Network developed in the activity-on-node format which includes:

a. Activity description

b. Activity duration

c, Resources required for each of the project activities, including:

(1) Labor (showing work days per week, holidays, shifts per day, and hours per shift)

(2) Equipment (including the number of units of each type of equipment)

(3) Materials

d. Traffic closures (detours, intersection closures, ramp closures).

The Engineer reserves the right to limit the number of activities on the schedule.

2. Preliminary Schedule. Before proceeding with any work on site, prepare, submit, and receive the Engineer's acceptance of a Preliminary Schedule. Provide a detailed breakdown of activities scheduled for the project and include mobilization, procurement, and construction.

No contract work may be pursued at the site without an accepted Preliminary Schedule or an accepted CPM schedule.

3. Updates. Update the CPM periodically or when requested by the Engineer. In weekly meetings review progress and verify finish dates of completed activities, remaining duration of uncompleted activities, and any proposed schedule revisions. Submit a revised CPM schedule, within 5 working days when requested by the engineer, showing the finish dates of completed activities and updated times for the remaining work, including any addition, deletion, or revision of activities required by Contract modification.

4. Work Plans. In addition to the CPM schedule, submit a work plan every week during construction detailing your proposed operations for the forthcoming two weeks. Include:

a. work activities

b. manpower involved by trade

c. work hours

d. equipment involved

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 28 e. location of the work to be performed

f. subcontractors

g. Traffic Control Plans to be used

646-4.01 METHOD OF MEASUREMENT. Section 109.

646-5.01 BASIS OF PAYMENT. No payment shall be made on other bid items until the Engineer receives and accepts a Preliminary Schedule. Ten percent (10%) of the value earned in the progress period shall be withheld on progress payments until the CPM Schedule, CPM Schedule Updates, and Work Plans, are received and accepted.

Pay Item Pay Unit 646.0001.0000 CPM Scheduling Lump Sum

Add the following section: SECTION 651 WORK BY OTHERS

651-1.01 DESCRIPTION. Coordinate with utility owners according to Section 105.

651-3.01 CONSTRUCTION REQUIREMENTS. The 14” sanitary sewer force main on the Chena River Bridge No. 1161 may require special construction methods during bridge rail replacement. Utility Letter Agreement 2- 90019-19-01 covers inspection and monitoring by College Utilities Corporation of CUC owned Force Main attached to Bridge No. 1161. The agreement is available for inspection by making arrangements with the contact for pre-bid information, listed on the Invitation to Bid.

Utilities (overhead and buried) to the extent they are known are shown on the plans. Before conducting any ground-disturbing activities, the Contractor shall verify utility locations by contacting the DIGLINE at 1-800-478-3121 or the utility company(s). Not all utilities subscribe to the DIGLINE. Utilities that do not subscribe are listed in the table below and shall be contacted directly. The Contractor is responsible for locating and protecting utilities in the project work areas.

Utility Type Utility Company Contact

Electric Golden Valley Electric Association (907) 452-1151 Lighting/Signal/Storm Contact DOT Project DOT drain Engineer for Coordination

Utilities in the project area that subscribe to the DIGLINE include: ACS, GCI, College Utilities Corporation, Golden Heart Utilities, MTAC and FNG.

The Department does not subscribe to the dig-line. Coordinate with Project Engineer regarding locates for Department owned lighting, traffic data recorders and storm drain.

GVEA does not locate secondary electrical services. The Contractor is responsible for locating underground electrical services.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 29 The Contractor shall take all necessary precautions and adopt special construction methods when necessary to protect the 14” sanitary sewer force main on the Chena River Bridge.

Add the following section: SECTION 652 INTERIM COMPLETION DATES

652-1.01 DESCRIPTION. Ensure work is completed on or before interim completion dates identified in the Contract.

652-3.01 INTERIM COMPLETION. Compete all work described below on or before the interim completion date included in Table 652-1.

Work in the chosen closure; 643(102A) or 643(102B). - Mainline paving in closure. - Striping in closure; Temporary or permanent. - Respective half of intersection striping/paving; University, Peger, Lathrop. - Safety appurtenances; Temporary or permanent. - Respective Richardson Ramp Bridge work; #1912 or #1705.

Pedestrian Route on Chena River Bridge Southbound #1161. - Demo concrete slab. - 8’-1” walkway; Waterproofing membrane, 3” asphalt Overlay. - New Pedestrian Rail. - New 3-Tube Rail or temporary barrier.

All Bridge work for Richardson Ramps #1912, #1707 and Cushman Street Bridge #1705. - Water proof membrane on bridges #1912, #1707, and #1705. - Paving on bridges #1912, #1707, and #1705. - Striping on bridges #1912, #1707, and #1705. - Safety Appurtenances; Permanent Bridge Rail on bridges #1912, #1707, and #1705. - F-shape Barriers; Lathrop to Richardson.

Work in all closures. - 643(102A), 643(102B), 643(102C) terminated. - All paving in closures and intersections. (Does not include remaining Bridges) - All Striping in closures; Temporary or Permanent. - All Safety Appurtenances in closures; Temporary or Permanent.

All Paving and striping - All Paving in the project. (Includes all Bridges) - All Striping in the project; permanent.

For each calendar day past the date identified in Table 652-1 that the work described above is not complete, the Engineer will deduct the corresponding full daily charge from progress payments.

If no money is due the Contractor, the Department may recover these sums from the Contractor, the Surety, or from both. The daily charges are not penalties but are predetermined liquidated damages to recover anticipated user costs, Department costs, or both.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 30 TABLE 652-1 Interim Completion Dates and Liquidated Damages

Interim Work Element Interim Completion Date Daily Charge 28 days after initiation of Work in the chosen closure $1,750.00 closure

Pedestrian Route on Chena River Bridge At termination of 643(102B) $1,750.00 Southbound #1161

All bridge work for; Richardson Ramps At termination of 643(102A), $5,250.00 bridges #1912 and #1707, S. Cushman 643(102B), 643(102C) ($1,750/bridge) Street bridge #1705.

Work in all closures August 3, 2019 $3,500.00

All paving and striping September 24, 2019 $3,500.00

652-4.01 METHOD OF MEASUREMENT. By each calendar day after the Interim Completion Date, for each Interim Work Element.

652-5.01 BASIS OF PAYMENT. The total value of this contract will be adjusted at the rates shown in Table 652-1, for each Interim Work Element.

Pay Item Pay Unit 652.0001.0000 Interim Work Price Adjustment Contingent Sum

SECTION 660 SIGNALS AND LIGHTING

660-1.01 DESCRIPTION. Add the following to the first paragraph: This work shall include installing Wireless Lighting Control systems, and all additional work and materials as noted or detailed on the Plans, in the Specifications, and in these Special Provisions.

660-1.02 DEFINITIONS.

2. Luminaire. In the second sentence, delete “including socket” and substitute the following: including socket, lamp, and ballast or LED and driver.

660-2.01 MATERIALS. Add the following:

Anchor Bolts: Subsection 740-2.02

Submit certification from the suppliers for all steel products incorporated into the signal and lighting items indicating origin with the material catalog cuts or the shop drawings in accordance with Subsection 106-1.01, Source of Supply and Quality Requirements.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 31 1. Equipment List(s) and Drawings. In the first sentence, delete “30 days” and substitute the following: 15 days.

a. Materials on the Qualified Products List: Delete in its entirety and substitute the following: The Qualified Products List does not apply to the 660 items. Provide catalog cuts of materials to the Engineer for review and approval.

d. Materials Not Requiring Certification: Delete in its entirety and substitute the following: Incidental materials incorporated into the work (such as nuts, ties, bolts, washers, etc.) must meet all applicable Specifications and be installed per all manufacturer’s recommendations. Only submit these materials for review and approval if they are included on the Materials Certification List (MCL).

660-3.01 GENERAL.

1. Scheduling of Work: Add the following: Contact the regional DOT&PF Traffic Section (telephone 907-451-2323) 24 hours in advance of any work on a signal or lighting system. Contact shall be made through the Engineer.

After staking pole, cabinet or transformer foundations, verify there will be no overhead or underground utility conflicts with foundations or conduits. Locate and protect all existing underground and overhead utilities. The location of cables, conduits, J-boxes, foundations and poles that are shown on the plan sheets are approximate and it is your responsibility to verify the actual location when working in the area. See Subsection 105-1.06.

Protect all metallic materials against corrosion. Hot-dip galvanize all ferrous metals such as bolts, braces, bodies, clamps, fittings, guards, nuts, pins, rods, shims, thimbles, washers, and miscellaneous parts not of corrosion-resistant steel, in accordance with ASTM A 123 or A 153, except where other equivalent protection treatment is specifically approved in writing by the Engineer.

2. Safety Precautions: Add the following: Existing circuits listed on the plan sheets were obtained from as- built information and must be verified prior to work involving those circuits.

Delete numbered paragraphs 3. through 8. in their entirety and substitute the following:

3. Excavating and Backfilling. Complete excavation and backfill required to install the lighting components embedded in the roadway as shown on the Plans, including foundations, conduits, junction boxes, and loop detectors before final lift paving. Provide traffic control to complete this work according to the requirements of Section 643. Place excavated materials where it will not interfere with surface drainage.

Support and protect conduits and utilities scheduled to remain in service when encountering them during excavation.

Excavate trenches wide enough to install the number of conduits specified and to compact the bedding and backfill materials according to these specifications.

To install conduits, excavate trenches deep enough to allow for 6 inches of bedding material below the depth of the largest conduit, and the minimum burial depth specified between the top of the conduit and finished grade of the ground above the conduit. Keep the longitudinal profile of trench bottoms free of irregularities that would prevent the assembled conduit run from continuously contacting the top of the bedding material.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 32 When conditions allow HDPE conduit to be installed by a plowed technique, restoring the area disturbed from the process, shall be accomplished according to Subsection 204-3.01. Density testing may be waived and compactive effort substituted at the discretion of the Engineer. This work is subsidiary to conduit installation. Use Selected Material, Type A for backfill.

Dispose of, according to Subsection 203-3.01, excavated materials that remain after completing backfill work and excavated material not meeting the requirements of Selected Material, Type C, as defined in Subsection 703-2.07. Disposal of this material is subsidiary to the 660 Pay Items.

Dewater foundation and conduit excavations immediately before, and during, embedding and backfilling operations. Backfill excavations with materials that meet the following requirements:

a. Backfill foundations with material that meets the requirements of Selected Material, Type A that passes through a 3 inch sieve.

b. Within the limits of the typical section, embed conduits and backfill trenches using material that meets the requirements of the lift where it is located, reusing excavated materials if it meets the requirements of the applicable lift.

c. In other locations, embed conduits and backfill trenches using material that meets the requirements of Selected Material, Type C, reusing excavated materials if it meets this requirement.

d. Import, when ordered, embedment and backfill materials that satisfy the preceding materials requirements.

Embed conduit(s) between two 6 inch lifts of material cleaned free of rocks exceeding a 1 inch maximum dimension. Grade and compact the first lift to provide a surface that continuously contacts the assembled conduit run.

Within 6 feet of paved surfaces and around foundations, backfill in uniform layers no more than 6 inches deep and compact each layer according to Subsection 203-3.04. In other locations, compaction may be as approved by the Engineer.

4. Welding. Complete welding according to Subsection 504-3.01.7. Welding and approved shop drawings.

Submit shop drawings of the proposed work with the welding plans for approval. The shop drawings shall include material specifications, component dimensions, the types of welds that will be made, and the proposed type and extent of weld inspection.

Repair the holes that were used to mount equipment, in reused poles and mast arms by welding in disks flush with the adjoining surface. For the disk material, use steel that matches the ASTM designation, grade, and thickness of the steel used to fabricate each pole. Cut disks that match the dimensions of the hole being repaired from pieces of steel plate bent to match the pole’s radius at the hole. Grind the welds smooth and flush with the adjoining pole and disk surfaces. Repair the damaged finish according to Subsection 660-3.01.8.

5. Removing and Replacing Improvements. The Contractor shall complete the following work at the Contractor’s expense.

a. Remove improvements that block completion of the work detailed on the Plans as specified herein.

b. Reconstruct with new materials the non-reusable improvements the Contractor removed to complete the work.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 33

c. Replace with new materials the reusable items damaged by the Contractor, that are specified for reuse.

d. Reconstruct with new materials improvements damaged or removed by the Contractor not conflicting with the work and not scheduled for removal.

Non-reusable improvements consist of cast in place items, including: asphalt concrete pavement, sidewalks, curb and gutter, lawns, and traffic markings. Reusable improvements include the items that were made before installation. Excavated material may not be used as backfill in the base course if excavation depth exceeds the thickness of the base course.

Complete reconstruction work, including materials, according to the applicable sections of the Alaska SSHC, and leave the work in a satisfactory and serviceable condition. In completing the reconstruction work, match the alignments, widths, thicknesses, shapes, sizes, typical sections, cross sections, and finishes of the existing improvements.

If removing a portion of sidewalk or curb and gutter, remove an entire segment between the weakened plane contraction joints or between an expansion joint and a weakened plane contraction joint.

Before removing a segment of Portland or asphalt cement concrete material, cut completely through the material with a saw along the outline of the area to be removed. Make cuts neat and true and prevent shatter outside the area removed.

To replace lawns, leave the top of the backfilled excavation low enough to install 4 inches of compacted topsoil. Match the top of the topsoil with the bottom of the vegetative mat. Apply seed and keep the seeded areas watered according to Section 618.

Remove, keep alive, and replant trees, shrubs, and plants according to Section 621. Replace the trees, shrubs, and plants that do not survive with plants of like size and type.

6. Salvaging and Reusing Electrical Equipment. When the Plans include existing electrical equipment scheduled for removal or relocation, remove, and store the equipment listed in the following paragraph without damaging it. Deliver removed equipment not scheduled for reuse to the local District Maintenance Station, or place specified on the Plans or Special Provisions. Notify the district superintendent or person specified by telephone one week before planned delivery date.

Salvage the controller assemblies, load centers, and video cameras. The Contractor shall replace at the Contractor’s expense salvaged equipment damaged or destroyed before or during delivery or reinstallation.

Controller assemblies and load centers include the cabinet and equipment contained in the cabinet (that is to be replaced) before Contract award.

Remove from the highway right-of-way materials associated with the equipment removed or relocated and not scheduled for reuse, including conduits, junction boxes, conductors, and foundations. If specified in the plans, raze the tops of foundations abandoned in place according to Subsection 660-3.02. Fill the holes left by removing junction boxes and foundations with Selected Material, Type A and compact as directed.

Within 15 days of the Notice to Proceed, complete an inventory of the materials that will be salvaged in the presence of the Engineer. Note the location and condition of the materials. When material specified for reuse is found in an unserviceable condition, the Engineer will determine whether to repair it or replace it with new material that will be paid for as extra work under Subsection 109-1.05. Retain a copy of the inventory and give the original documents to the Engineer.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 34

When the Plans specify reinstalling existing equipment at new locations and installing State furnished equipment, complete the following work at the Contractor’s expense.

a. For poles, install new foundations, furnishing the new nuts, bolts, washers, and conduits needed to complete the installations.

b. For lighting poles, install new illumination tap wires and fused disconnect kits.

c. For luminaires, clean the luminaires inside and out.

d. For poles and undisturbed poles from which the Plans specify removing equipment, repair the holes that were made to mount equipment according to Subsection 660-3.01.4 Welding and repair the finishes according to Subsection 660-3.01.8 Repairing Damaged Finishes.

When ordered, the Engineer will pay for repairing existing damaged finishes on existing equipment according to Subsection 660-3.01.8 as extra work.

If deciding to use new equipment rather than reusing the equipment specified, notify the Engineer of the change and include a submittal according to Subsection 660-2.01.1.

Deliver the salvaged materials undamaged to the local DOT & PF Maintenance and Operations Yard.

Contact the local state Electrician one week before planned delivery.

7. Field Tests. Electrical circuits must pass the following tests before the Engineer will accept the work for payment. Perform these tests in the presence of the Engineer and document the results of each test on a per circuit basis. Retain a copy of test results and give the original documents to the Engineer. Furnish equipment needed to perform these tests.

Replace or repair at the Contractor’s expense, and in an approved manner, faulty materials and work revealed by these tests. After making repairs, repeat tests on the repaired circuit and continue this process until circuits have passed required tests. The Department reserves the right to have the Contractor retest circuits, and to use the retest results to accept or reject individual circuits.

a. Grounds. Before completing the circuitry and functional tests, physically examine conduits ends, junction box lids, load centers, and the foundations for signal posts and poles, lighting poles, and controller cabinets to ensure the grounding system required by Subsections 660-3.06 and 661-3.01 has been installed and splices and connections are mechanically firm.

b. Continuity. Test each loop detector circuit for continuity at the roadside junction box, where present, before splicing the loop detector to the lead-in cable. Each loop detector must have a resistance less than 0.5 ohms.

After splicing the loop detectors to the lead-in cables, test each pair at the controller or detector cabinet. Each pair must have a value less than 5 ohms for single pair lead-in cables and 10 ohms for multipair lead-in cables. The continuity test ohm reading at the cabinet must be greater than the ohm reading measured for the loop detector at the junction box, where present.

c. Insulation Resistance (megohm) Test. Complete this test to verify the integrity of each conductor’s insulation after pulling the conductors and cables into position and before terminating the conductors. At 500 VDC, each conductor’s insulation shall measure a minimum resistance of 100 megohms or the minimum specified by the manufacturer. With single conductors, complete the test between each

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 35 conductor and ground. In each multiconductor cable, complete the test between conductors and between each conductor and ground.

After splicing the loops to the shielded pairs in the lead-in cables, measure each pair in the lead-in cables at the controller or detector cabinet between one conductor and the cabinet ground rod. Upon acceptance, document these tests in writing, for each circuit, and submit one (1) copy to the Engineer and one (1) copy to Traffic Signal Maintenance.

d. Inductance Test. Measure each detector loop and lead-in cable system at the controller or detector cabinet. The inductance must be in the range of 50 to 500 microhenries.

e. Functional. Perform the following tests on each lighting system after the component circuits have satisfactorily passed the tests for continuity, grounding, insulation integrity, and circuitry.

Perform the functional test for each highway lighting system being modified and sign illumination system until the systems burn continuously 5 days without the photocell, followed by a 5 day operational test using the photocell.

(1) Perform the functional test for each flashing beacon system for not less than 5 days of continuous, satisfactory operation.

(2) Perform a continuous 5 day burning test on each pedestrian overpass and underpass lighting system before final acceptance.

A shut down of the electrical system due to a power interruption does not constitute discontinuity of the functional test if the system functions normally when power is restored.

8. Repairing Damaged Finishes. Examine new, reused, and State furnished equipment for damage to its finish before putting the equipment into service. Repair the damaged finishes found according to the following:

a. Galvanized. Repair damaged areas more than 12 inches away from welds and slip fit areas, by applying minimum 7.8 mils of zinc based alloy applied according to ASTM A780.

If the damaged areas are within 12 inches of welds and slip fit areas, make the repair by applying a minimum 7.8 mils of zinc rich paint applied according to ASTM A780.

b. Painted. Repair damage to painted finishes according to the following

(1) Wash the equipment with a stiff bristle brush using a solution containing two tablespoons of heavy duty detergent powder per gallon of water. After rinsing, wire brush surfaces to remove poorly bonded paint, rust, scale, corrosion, grease, or dirt. Remove dust or residue remaining after wire brushing before priming.

(2) Factory or shop cleaning methods may be used for metals if equal to the methods specified herein.

(3) Immediately after cleaning, coat bare metal with pretreatment, vinyl wash primer, followed by 2 prime coats of zinc chromate primer for metal.

(4) Give signal equipment, excluding standards, a spot finishing coat on newly primed areas, followed by 1 finishing coat over the entire surface.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 36 (5) Give nongalvanized standards 2 spot finish coats on newly primed areas.

Paint coats may be applied either by hand brushing or by approved spraying machines. Perform the work in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work done by the paint spraying machine prove unacceptable.

Add the following:

9. Regulation and Code. Complete work according to the standards of the NEC, the NESC, and local safety codes as adopted and amended by the Authority Having Jurisdiction.

660-3.03 CONDUIT. Delete this subsection in its entirety and substitute the following: Electrical conductors shall be installed in conduit, except for overhead wiring, wiring inside poles, and when otherwise specified. Use rigid metal conduits (RMC) and fittings for raceways, including bored casings, except when the Plans specify using polyethylene conduits. Install conduits of the sizes specified along the routes detailed on the Plans. When routing is not shown, route conduits as directed by the Engineer.

1. Install conduits at least 30 inches below the finished grade of the ground above the conduit, except conduits that will be sealed under a minimum 4 inch thick Portland cement concrete sidewalk may be installed a minimum of 18 inches below the top back of curb or surface above the conduit, whichever is lower.

2. Install conduits that cross unpaved areas and paved roadways that will be overlaid in excavated trenches. Excavate, bed conduits, and backfill trenches according to Subsection 660-3.01.3, Excavating and Backfilling.

3. Install conduit(s) under paved roadways and approaches that will not be overlaid in excavated trenches. Jacking conduits into position is allowed. However, if subsurface conditions prevent the successful completion of the work, install the conduit(s) by boring or drilling methods without additional compensation.

4. If encountering obstructions during jacking or drilling operations obtain approval and cut small holes in the pavement to clear the obstruction. Locate the bottom inside face of the bore pit no closer than the catch point of a 1.25:1 slope (a horizontal to vertical ratio) from the edge of pavement. Do not leave these pits unattended until installing an approved means of protection.

5. Sweep both rigid metal and polyethylene conduits through the open bottom of junction boxes by installing 90 degree rigid metal elbows on the ends of conduit runs. To each elbow, install a nipple that terminates 5 to 12 inches above the bottom edge of each junction box.

6. Install the tails of loop detectors without elbows through the walls of junction boxes at elevations that ensure the loops drain into the box. Extend the ends a minimum of 2 inches beyond the inside wall of the box.

7. Drill a 3/8 inch drain hole in the bottom of the lower straight section of elbows and in the bottom of conduits at the low points of conduit runs. Smooth the edges of the drilled holes on the inside of elbows to prevent scraping the conductors. Cover the holes with a wrap of approved filter cloth secured with 2 self-clinching nylon cable ties.

8. Keep conduits clean. Install grounding bushings and approved plastic insert type plugs on the ends of conduit runs before backfilling around the conduit ends.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 37 9. At the low points of conduit runs, install sumps containing a minimum 2 cubic feet of washed porous backfill material that conforms to Subsection 703-2.10. Compact the aggregate sumps as directed to prevent settlement of the trench backfill.

10. Install conduits that must cross existing facilities such as storm drain pipes, duct systems, and other underground utilities at the minimum depths specified, going under the facilities if necessary. Install additional drains and aggregate sumps at the low spots, if any.

11. Position conduits in trenches, junction boxes, and foundations to provide clearances of at least 2 1/2 inches around 2 inch conduits and at least 2 inches around conduits larger than 2 inches.

12. Fabricate rigid metal conduits less than 10 feet long from standard lengths of conduit. Cut conduits squarely to ensure the threading die starts squarely on the conduit. Cut the same number of threads as found on the factory threaded ends. Ream the inside of conduit ends cut in the shop or field to remove burrs and sharp edges. Do not use slip joints or pieces of running thread pipe.

13. Coat drilled holes, shop and field cut threads, and the areas with damaged zinc coating with zinc rich paint.

14. When standard couplings cannot be used to join conduit components, use approved threaded unions.

15. Bury a continuous strip of 4 mils thick, 6 inch wide polyethylene marker tape above underground conduit runs. Install the tape 9 inches (± 3 inches) below finished grade, using two strips side by side to mark road crossings. Furnish tapes with a black legend on a red background.

16. When the Plans specify using polyethylene conduit, install RMC in structures and foundations, between type 2 and 3 load centers and the nearest junction box, and on the surfaces of poles and other structures.

17. In foundations, install 90 degree elbows and conduits of the size and quantity shown on the Plans. Extend the conduits a maximum of 3 inches above the top of the foundations for posts and poles with breakaway bases and 4 inches above the top of foundations for fixed base structures.

18. Seal conduits leading to electrical equipment mounted on soffits, walls, and other locations below the grade of the serving junction box with an approved duct sealing compound.

19. Install expansion fittings in conduits that cross expansion joints.

20. Install a polypropylene pull rope with a minimum 200 pound tensile strength in future use or spare conduits, and reinstall the plugs. Double back pull rope, at least two feet, into both ends of each conduit.

21. The Contractor may install conduits larger than the sizes specified. If used, it must be for the entire length of the run. Reducing couplings or bushings are not allowed. Complete work associated with installing conduits larger than specified without extra compensation.

22. Clean existing conduits that will remain in service using a heavy duty air compressor that delivers at least 125 cubic feet of air per minute at a pressure of 110 pounds per square inch. Clean the conduits before pulling in new cables and after removing cables to be removed or replaced as follows:

a. When the conduits contain cables that will remain in service, leave the cables in place during the cleaning, and

b. Ream empty conduits with a mandrel or cylindrical wire brush before blowing them out with compressed air.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 38 23. When modifying existing conduit runs, complete the work as required for new installations using the same sizes and types of conduit. When extending existing conduits, add no more than a 90 degree horizontal bend to the extension.

24. When installing a junction box in a continuous run of existing conduit, remove a length of conduit in each conduit run and complete the work of installing the conduits, elbows, and nipples as required for a new installation.

25. When adjusting existing junction boxes to a new grade, remove cables and replace the nipples as required to provide the clearances specified for new installations.

26. Remove the ends of abandoned conduits from junction boxes that will remain in service.

27. When Plans call for connecting polyethylene conduit to RMC use a UL listed electrofusion coupler rated for direct bury application. The coupler must be rated for same wall thickness as the adjoining conduits. Thread the ends of the RMC with the same number of threads as found on the factory threaded ends of RMC. Ream the inside of conduit ends cut in the shop or field to remove burrs and sharp edges.

28. Prior to HDPE buried conduit installation, provide a short demonstration section of conduit with an electrofusion coupling cut out and split for destructive testing and approval of fusion.

29. Assure that the conduit is open, continuous, and free of water and debris prior to installing cable. Pull a stiff bristle brush through the entire length of the conduit run immediately prior to the cable being installed. Grade conduit uniformly straight and without sags.

30. Make any butt connections between high-density polyethylene conduit sections above ground prior to laying in the trench. Couple HDPE conduit to rigid metal conduit for all surface exposures. Butt-weld the conduit using the manufacturer's recommended procedures and equipment or couple with compatible molded HDPE electrofusion couplings (as acceptable with the conduit manufacturer). Connections to RMC may be made below grade as necessary to connect with existing infrastructure using care to prevent foreign matter from entering the conduit. If using coilable conduit, each run may only be one section so there won’t be any butt-welded connections needed. All bending of conduit will be by means recommended by the manufacturer.

660-3.04 JUNCTION BOXES. Add the following to the fifth paragraph: Install a sump (stone drain) to the dimensions shown on the plans or equaling the length and width of the junction box and to a depth of 18 inches. Sump material shall be a washed porous backfill material that conforms to Subsection 703-2.10. A mortar brick base, pavers, or stepping stones shall line the entire bottom perimeter of all new, relocated, or adjusted Type I, IA, II and III junction boxes. Compact the aggregate sumps as directed to prevent settlement of the trench backfill. Compact gravel drain material under J-boxes as directed by the Engineer to prevent settlement of foundations, J-boxes, and adjacent improvements.

Add the following: When noted, or when new conduits are routed to an existing junction box, the existing junction box shall be adjusted. When new junction boxes are used to replace existing junction boxes they may require modifications as approved by the Engineer.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 39 In every new and reused junction box, install an electronic marker. Conform markers to the American Public Works Association Standards including but not limited to:

• Color- red • Material - high-density polyethylene • Shape - round (ball like) • Size - 4 to 5 inches in diameter • Configuration - encapsulating an antenna tuned to the appropriate frequency for locating power • Responsive range - up to 5 feet away from the locator device • Environmental conditions - including extremes in temperature at the installation site • Contain no internal power source

Acceptable marker manufacturers include:

• 3M, Dynatel EMS ball marker model no. 1402-XR • Tempo (a Textron Company), Omni Marker • Substituted, equivalent approved equal device

660-3.05 WIRING. Add the following to numbered subparagraph 7: If present, spare lighting conductors shall be capped in the pole bases and load centers by cutting the wire flush with the end of the insulation and bending the conductor back against itself and securing with three layers of electrical tape to prevent any possibility of making contact with ground or current carrying conductors

In numbered subparagraph 11 delete the fourth paragraph and substitute the following: Insert a loose woven polyester web that allows for a full ¼ inch of insulating compound to flow between the splice and the inside of the mold. Fill the PVC molds with non-re-enterable polyurethane electrical insulating and sealing compound that is nontoxic, is non-corrosive to copper, and does not support fungi or mold growth.

In numbered subparagraph 13 delete the word “bases” and substitute the following: base terminal compartments.

660-3.06 BONDING AND GROUNDING. Delete this subsection in its entirety and substitute the following: Bond and ground branch circuits according to the NEC and the following requirements: Make noncurrent carrying but electrically conductive components, including: metal conduits, junction box lids, cabinets, transformer cases, and metal posts and poles, mechanically and electrically secure to an equipment grounding conductor. Make fixtures mounted on metal poles, including signal components and luminaires, mechanically and electrically secure to the pole.

Install grounding bushings with insulated throats on the ends of metallic conduits.

Install a bare stranded copper wire for the equipment grounding conductor in conduits, except those conduits installed for future use. Install size #8 AWG grounding conductors, except in those conduits that contain circuit conductors larger than #8 AWG. In this case, install a wire equal in size to the largest circuit conductor. Attach the grounding conductors to the grounding bushings, leaving 12 inches of slack between each bushing. Connect grounding conductors together using irreversible compression type connectors to form a fully interconnected and continuous grounding system.

Retrofit existing spare conduits that will contain new cables exclusively with new grounding bushings. When the Plans require installation or removal of conductors from existing conduits, retrofit with new grounding conductors sized according to the preceding paragraph.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 40 Bond junction box lids to the grounding conductor using copper braid with a cross sectional area equal to a #8 AWG and eyelet spaced at 6 inch intervals. Copper braid shall be a minimum of three feet long for Type I and IA junction boxes and a minimum of six feet long for Type II and III junction boxes. Connect bonding jumpers to the grounding conductors using irreversible compression type connectors. Replace missing or damaged conduit and junction box lid bonding jumpers.

Join the equipment grounding conductors from the conduits to the #4 AWG grounding electrode conductor using irreversible compression connectors at Portland cement concrete foundations.

When installing signal poles, signal posts, and lighting standards with frangible coupling bases, run a 5 feet long grounding conductor from the grounding bushing on the conduit to the grounding lug located in the handhole of each pole.

Bond slip base type standards and pedestals by using 2 conductors from the conduit, one attached with a ground rod clamp to an anchor bolt and the other connected to the grounding lug located in the handhole of each pole.

Ground one side of the secondary circuit of a transformer.

When routing a new conduit into an existing junction box or replacing an existing junction box, new and existing conduits shall have the grounding improved to current specifications.

Ground rods shall be installed in J-boxes when required for an electrically secure system.

660-3.08 SIGNAL AND LIGHTING STRUCTURES. Add the following: Apply antiseizing compound to the following fasteners: frangible couplings, mechanical grounding connectors, bolts that secure handhole covers and signal mounting hardware to poles and mast arms. Remove the fasteners from luminaire mounting brackets, fused disconnect kits, grounding bushings, and signal faces that secure the visors, and apply antiseizing compound to these fasteners before completing the installation.

Before passing conductors through the holes made in posts, poles, and mast arms for wireways, remove the burrs and sharp edges from the inside and outside of these holes.

When not shown on the Plans, determine the shaft lengths of lighting and signal poles and signal mast arm connector plate locations to provide the plan mounting heights of luminaires.

660-5.01 BASIS OF PAYMENT. Add the following: The Department will pay for the electrical power for all electrical systems that are scheduled to become a permanent part of the work.

The 660(119) Illumination Electrical Modifications pay item includes all materials and labor for installation of the lighting control gateways and replacement luminaire poles as outlined on the Plans and Specifications. This pay item includes the GE LightGrid outdoor wireless control system. This item does not include off-site software hosting fees paid directly to GE for the LightGrid operation.

Subsidiary to each Pay Item including but not limited to (Except when included as a separate Pay Item):

(1) General construction requirements (2) Bonding and grounding (3) Bored Casings (4) Completing tests (5) Conductors (6) Conduit (7) Dewatering excavations

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 41 (8) Excavation, trenches in rock or soil, bedding, backfill for foundations, conduits, components (9) Foundations including concrete to complete foundations, (10) J-boxes including adjustment to final grade (11) Labeling conductors (12) Maintaining temporary and existing electrical systems (13) Minor routing changes directed by the Engineer (14) Preparing as-builts (15) Removal and disposal of existing/new unused foundations, conduit, conductors, and J-boxes (16) Removing, repairing and replacing improvements (17) Removal of signs and reinstallations required to install foundations, conduits, and J-boxes, (18) Repairing damage to finishes on new equipment (19) Salvaging reusable equipment and materials and delivering to the location specified, see 660-3.01(6) for additional requirements. (20) Wiring (21) Maintaining temporary traffic signal system

660 Pay Items do not include: roadway planing, roadway paving, drainage structures, erosion, sediment and pollution control, signing, striping and pavement markings, traffic control, load centers, disconnect switches, transformers, and components of the fiber optic traffic signal communication system.

Add the following pay items:

Pay Item Pay Unit 660.2019.0000 LED Luminaire Conversion Geist Road Bridge Lump Sum 660.2016.0000 Electrical Illumination Modifications Lump Sum 660.2007.0000 Remove and Replace Luminaire Each

SECTION 661 ELECTRICAL LOAD CENTERS

661-1.01 DESCRIPTION. Add the following: This work shall include removing load centers as noted or detailed on the Plans, in the Specifications, and in these Special Provisions.

661-4.01 METHOD OF MEASUREMENT. Add the following: By actual number of removed load centers.

661-5.01 BASIS OF PAYMENT. Add the following pay item:

Pay Item Pay Unit 661(103) Remove Existing Load Center Each

Add the following section: SECTION 669 AUTOMATIC VEHICLE CLASSIFICATION

669-1.01 DESCRIPTION. This work shall consist of furnishing and installing Automatic Vehicle Classification (AVC) systems at the specified location.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 42 The work includes the installation of counters, ancillary equipment, communications/data equipment, conduit, cables, conductors, grounding, load centers, support stands, junction boxes, and cabinets. The new equipment will be connected to existing counters and ancillary equipment by the department’s Traffic Data and Forecasting section. Acceptance testing will be performed.

The work requires coordination and provision of utility services to the sites as illustrated on the Plans, including power and cellular data communications. Include connection fees with the Bid. Coordinate access with the Project Engineer. Utilize non-switched power. Provide circuit breakers as required.

AVC Stations are operated and maintained by the Department’s Traffic Data and Forecasting Section, phone (907) 451-2251. Where the Plans and Specifications require them to be notified for their presence at an inspection and for the final connection of electronic equipment, contact shall be made through the Engineer.

669-1.02 REGULATIONS AND CODE. All materials and workmanship shall conform to the standards of the Underwriter's Laboratories, Inc. and the National Electrical Code and local safety code requirements, where applicable.

All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association, where applicable.

669-1.03 UTILITY SCHEDULE. Within 30 days after the Contract award, submit three (3) collated copies of a Utility Schedule identifying all actions required to ensure activation of electrical and communications services prior to installation and commissioning of AVC equipment at affected sites.

Create a separate list of chronologically and sequentially organized actions for each proposed or affected AVC station.

On the lists, include the following:

1. A description of the action 2. When the action will occur 3. The name, employer, position title and telephone number of the point of contact for initiating the action 4. The name, employer, position title and telephone number of the party responsible for completing the action

669-1.04 AS-BUILT PLANS. Prepare four (4) complete sets of red lined as-built plans and keep them current with the construction. Detail in the as-built plans all construction changes made to the Plans. Include the following information on the appropriate sheets:

1. Location and depth of all presence loops, piezoelectric sensors, and conduit runs. 2. Station and offset of all junction boxes. 3. Location of load centers 4. Location of all equipment cabinets and radar poles.

Before final inspection of the work, submit three (3) sets of the as-built plans to the Engineer and affix one (1) set to the inside of the cabinet door in a waterproof, clear plastic holder. You may substitute three (3) colored copies of the as-built plans in lieu of keeping the four (4) separate original copies. If you elect to do this, a sample of the method of copying must be approved before starting any work on the Automatic Vehicle Classification. Redlines of full size construction plans may be used as as-builts.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 43 669-1.05 PHOTOGRAPHS. Before the final inspection of the work, submit one copy of photographic documentation of all sensor installations.

1. Media. Supply photographs in JPEG format on CDROMs or other media, such as USB flash drives. Label each photograph with the identification of its subject in type large enough to be read with the unaided eye. Include device designation (example: H1BLC). Organize CDROMs along with as-builts in one or more white-colored, D-ring style, 3 ring binders. Place CDROMs in CD storage sheets inside the binders.

2. Content. Show the piezoelectric axle sensors and conduit in place prior to covering in the photographs. Include photographs showing the following:

a. Two or more overall views of each AVC installation showing placement of the sensors and cabinet. c. One or more views of each piezoelectric sensor conduit showing the coaxial cable, saw cut, and conduit to the nearest junction box.

669-2.01 MATERIALS. Use materials that conform to Section 740, the Materials Certification List, the Plans, specifications, and the following:

Concrete Section 501 (Class A) Grout Subsection 701-2.03 Reinforcing Steel Section 503 Paint Subsection 708-2.01 Steel Pipe Pile Section 715 Anchor Plate ASTM A709 Glavanizing Subsection 716-2.07

1. PIEZOELECTRIC SENSOR. Supply piezoelectric sensors meeting the following requirements:

a. Functional Class. Class II.

b. Center Core. 16 gauge, flat, braided, silver-plated copper wire.

c. Piezoelectric Material. Spiral-wrapped PVDF, highly compressed Piezoelectric copolymer.

d. Outer Sheath. 0.016-in thick brass, CDA-260, ASTM B 587-88.

e. Dimensions. 0.260-in wide and 0.063-in thick; ±0.005-in. Supply 10-ft long piezoelectric sensors unless shown otherwise on the plans.

f. Insulation resistance. Greater than 500M ohms between core and shield.

g. Piezoelectric Coefficient. Greater than or equal to 20 pC/N – nominal.

h. Passive Signal Cable. RG 58 type or electrical equivalent, with a direct-burial rated outer jacket. Provide a cable with nominal capacitance of 27 pF/ft (89 pF/m).

i. Installation Bonding Agent. AS475 methylmethacrylate grout or manufacturer approved substitute.

j. Piezoelectric axle sensor. Two per lane, with coaxial leads long enough to reach the controller cabinet without splices

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 44 669-2.02 CABINET. Supply cabinets meeting or exceeding NEMA Type 3R rating. The cabinets with all of their installed stationary components shall be third party certified as a single assembly. The assembly shall include recognition of the portable devices to be enclosed and interconnected within Comply with the following requirements:

1. Cabinet Dimensions. 40-in high, 24-in wide, and 17-in deep, unless specified otherwise on the Plans.

2. Cabinet Construction. Construct the cabinet and hinged door from 5052-H32 or better sheet aluminum alloy with a minimum thickness of 1/8-in. Supply an unpainted cabinet with a smooth grain finish on the exterior. Completely weld all seams and joints. Ensure that all welds are neatly formed and free of irregularities. Provide a cabinet totally enclosed with six (6) sides and a full front access that is free of burrs on all inside and outside edges and designed with a top sloped a distance of one inch, nominal, to prevent the accumulation of water on its top surface.

3. Insulation. Insulate the cabinet with a material consisting of a double layer of polyethylene air-bubble sheet laminated on both sides with aluminum foil. Attach the insulation material before other cabinet accessories. Use insulation meeting the following material requirements:

a. Vapor resistance permeability rating of 0.006 b. Fire resistance rated as NFPA Class A, UBC Class 1 c. Thermal resistance: Down r 14.9, Up R 6.0, Horizontal R 7.2

4. Door. Double-flange on all four sides to prevent dirt and liquids from entering the enclosure when the door is closed. Provide a door restraint to prevent door movement in windy conditions. Provide a door that is a minimum of 80% of the front surface area and hinged on the right side when facing the cabinet. Furnish with a gasket meeting the physical properties found in UL508 table 21.1 and that forms a weather tight seal between the cabinet and the door. Use a continuous hinge made of a minimum 0.075-in thick stainless steel with a ¼-in stainless steel hinge pin. Attach the hinge to the cabinet using ¼-20 stainless steel carriage bolts and non-slip nuts.

5. Latch/Lock. Provide a 3-point draw roller type latching mechanism. The center catch and pushrods must be either stainless steel or cadmium plated, Type II Class 1, equal or better. Provide ¾-in diameter nylon rollers. Furnish a stainless steel operating handle with a 3/4-in shank. Provide a Corbin #2 lock keyed to match existing State cabinets within the Northern Region. Furnish two keys with each lock.

6. Ventilation. Provide ventilation by means of louvered vents in the front door with a removable air filter. Louvers must satisfy the NEMA rod entry test for 3R ventilated cabinets. Secure the filter firmly in place with bottom and top brackets and a spring-loaded top clamp. Ventilate exhaust air out between the top of the cabinet and the door.

7. Shelves. Provide two (2) adjustable equipment shelves mounted on "C" mounting channels inside of the cabinet and supported on both sides. Mount two (2) vertical channels mounted on both sides of the cabinet and on the back, for a total of six (6) inside each cabinet. Construct shelves from 5052-H32 or better sheet aluminum alloy with a minimum thickness of 1/8-in with a minimum shelf depth of 10.5-in. Supply shelves that are adjustable to within 4-in of the bottom, and to within 8-in of the top of the cabinet.

8. Terminal Blocks. Mount terminal blocks horizontally as shown in the plans.

9. Interior Sensor and Communication Circuits. All sensor conductors and cables shall be routed in parallel and perpendicular to the interior surfaces. Common runs of cables shall be laced together. All cables shall be fastened to the cabinet with fasteners not using adhesives.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 45 Cabinets which include electrical service shall also meet the following requirements:

10. Panel board. Supply a panel board with circuit breakers conforming to UL67 and NEMA PB1 standards. Furnish with Main Lugs Only, Two-Pole, 3 wire configuration, rated 40 Amp (minimum) 120/240 Volts, in a NEMA Type 2 enclosure with separate neutral and ground buses. Furnish circuit breakers consisting of 15 amp single-pole types with a minimum short-circuit interrupting rating of 10,000 AIC. Circuit breakers shall serve the utility and equipment as illustrated in the Plans.

11. Transient Voltage Surge Protection. Use transient voltage surge protection, rated minimum 500 Volts at 3000 Amps, integral to the panel board, or integral to each individual circuit breaker.

12. Interior Light. Provide an 18 inch long, linear type fixture with LED light sources providing an asymmetrical distribution toward the interior of the cabinet with 270 lumens, minimum. The cross-section dimensions shall be 0.75 inches x 0.75 inches. The light color shall be 5000 degrees K. Provide with a driver and required cables. Control the light by a single pole, illuminated toggle switch mounted inside of the cabinet door.

13. Cooling Fan. Provide a thermostatically controlled exhaust fan in the top of the cabinet. Exhaust air must exit through a filtered and hooded vent at the top front of the cabinet. The fan shall be controlled by a thermostat located within the cabinet or integral to the fan unit. The fan shall be sized to exhaust heat generated by components contained within the cabinet on the warmest day, limiting the interior temperature to no more than 90 degrees F. The thermostat setting shall be coordinated with the setting required for the heater limiting operation to one or the other.

14. Receptacles. Install three (3) duplex, 120-volt receptacles inside the cabinet. All receptacles shall be marine grade rated with NEMA 5-15R configurations. The cover plates shall be galvanized steel. Mount as shown on the Plans.

15. Heater. Provide a cabinet heater with circulating fan. The heater shall have a capacity of 800 watts utilizing 120 volt ac power. The heater shall be controlled by a remote thermostat. The fan shall operate continuously. Mount near the bottom of the cabinet, with adequate clearance from instruments, circuits, and ventilation openings within the cabinet. Provide a single pole, single throw switch to bypass the thermostat control, enabling the heater to operate continuously. Provide the unit with an SPST manual override switch that bypasses the thermostat to enable the heater to operate at warmer temperatures.

16. Thermostats. Supply industrial type remote bulb type thermostats with SPDT contacts rated for 16 amps @ 120 VAC for combined motor and resistive loads for the heater and exhaust fan. The thermostats for the heater must have a contact that closes on lowering temperature and set at 35°F. The thermostat for the exhaust fan must have a contact that closes on rising temperature and set at 80°F. The settings shall be adjustable with 5 Fahrenheit degree differential above the heater setting and below the exhaust fan setting. The two thermostats may be combined into one cooling/heating type.

17. Interior Power Circuits. Provide all circuits for the light, exhaust fan, heater, and equipment receptacles within the cabinet utilizing metal clad (MC) cable. The cable shall be routed parallel and perpendicular to the interior surfaces, and fastened to the cabinet with metal straps. Terminate all other low voltage wiring on terminal blocks neatly trained within cabinet using wiring duct or ties.

Certification. The Cabinet Assembly consists of the cabinet itself and all high voltage (greater than 24 volts) components that are permanently installed, including the circuit breaker panel, receptacles, light and fan as shown in the Plans or described herein. Provide certification that the cabinet and associated permanently installed equipment, as a unit, complies with recognized applicable national standards through an authorized local or national testing agency or fabrication shop that complies with ANSI Z34.1-1987 “Third-Party Certification Programs for Products, Processes, and Services”, including but not limited to; Electrical Testing

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 46 Laboratories (ETL), Underwriters Laboratories (UL), Canadian Standards Association (CSA), Electro Test Incorporated (ETI), or other certified testing agency recognized by the Labor Standards & Safety Division of the State of Alaska Department of Labor.

669-2.03 CELLULAR MODEM. Provide cellular modems, where the plans specify, meeting the following requirements: Use a Sierra Wireless, Model RV50 Wireless Modem. Otherwise, use a modem meeting the following requirements:

1. Bands. HSPA/HSPA +900/2100, LTE 700MHz, GPRS 900/1800/1900, and/or CDMA/EV-DO 800, 1900 technologies.

2. Technology: LTE with fallback to HSPA+, HSPA, Edge, GPRS or LTE with fallback to EV-DO Rev. A, CDMA EV-DO (Rev. 0) CDMA 1xRTT.

3. Security: Include VPN Pass-Through, GRE Tunneling' IP Filtering, Port Filtering, SSH, and HTTPS.

4. Signal Methods. Coordinated with local service providers with the highest performance achievable.

5. Operating Systems. Must be compatible with Windows and other systems with 10/100 Base-T Ethernet RJ45, RS-232 serial, and USB ports..

6. Interface. Conform to the EIA RS-232/ITU-TSS V.24 standard and be compatible with the EIA RS-232C and RS-423 standards, along with USB, TCP/IP, UDP/IP, HTTP, NMEA, TAIP, TSIP, GPS, and DHCP.

7. Connections. Provide a serial port with a DB9 (female) connector and RJ45 10/100 Base-T Ethernet port. . Fully implement leads for RS-232 and/or Ethernet signals.

8. Connection Accessories. Equip with appropriate antennae, connectors, cables and 120VAC power adapter.

9. Indicators: LEDs indicating network, signal strength, activity, and power conditions.

10. Environmental Limitations: Operating temperature, -22 degrees F (-30 degrees C) to +158 degrees F (+70 degrees C); and Storage temperature, -40 degrees F (-40 degrees C) to +185 degrees F (+85 degrees C).

11. Standards: FCC, Mil-Spec 810-F, IP64, and RoHS Compliant.

669-2.04 AUTOMATIC VEHICLE CLASSIFICATION (AVC) COUNTERS. Provide counters classifying vehicles using loop, piezoelectric sensors and contact closure inputs as appropriate for each sites individual sensor configuration and associated electronics and software necessary to automatically poll counters with the following features:

1. Capacity: Up to 8 loop count and 8 piezoelectric sensors.

2. Counter Rate: 200 counts per second per input.

3. Intervals: Selectable 1, 2, 5, 6, 10, 15, 30, and 60 minutes, 2, 3, 6, 12, and 24 hours with four minimum daily peak periods.

4. Classification: FHWA Scheme F, or user defined.

5. Communications: RS-232 with baud rates 115K, USB and Bluetooth.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 47

6. Memory: 4 GB, minimum, SDHC Memory Card.

7. Battery: Rechargeable with 12 hour, minimum, capacity and 120 volt AC power supply.

8. Display: 20 digits x 4 lines, liquid crystal.

9. Cables as required for a complete and operable system.

10. User manual.

11. Quality Assurance: NEMA TS/2.

12. Polling Software and Hardware & Training: Windows based; automatically find the correct baud rate; automatically find the correct serial communication port; give the operator the ability to download and save data; give the operator the ability to save/back up the configuration to a file or load/restore the configuration from a file; and provide a virtual connection option so that the software can be used without connecting to an actual sensor. Ability to export data and generate reports: Provide DOT & PF Traffic Data Section staff with training on AVC polling Hardware and Software.

Warranty: Two (2) years, minimum.

Contact Traffic Data & Forecasting to complete the final connection of electronic equipment after loops, other sensors and cables have been terminated at terminal block.

669-2.05 REMOTELY CONTROLLABLE SERIAL SWITCH. Provide remotely-operated switches meeting the following requirements:

1. Interface. Conform to the EIA RS-232/ITU-TSS V.24 standard and will be compatible with the EIA RS- 232C and RS-422 standards.

2. Connections. Provide a minimum of two addressable serial ports with DB25 (female) connectors.

3. Protocol. Provide asynchronous data communication at all standard data rates from 1200 bps to 19.2 Kbps. Support hardware (DTR/CTS/RTS) or software (XON/XOFF) flow control and data formats of 7 or 8 data bits with odd, even, or no parity.

4. Port Configuration. Each code operated switch port must be independently configurable for the following parameters:

a. DTE or DCE interface function;

b. all standard data rates between 1200 bps to 19.2 Kbps;

c. data format of 7 or 8 data bits; odd, even, or no parity;

d. hardware (DTR/CTS) or software (XON/XOFF) flow control;

e. RS-232 break signal detection and response, enable or disable;

f. Power Consumption. Accept supply voltages of 115-120 VAC at 60 Hz, and consume less than 5W.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 48 5. Serial cables with DB-9 connectors appropriate to connect switch with existing and new serial equipment.

Provide code operated switches equal to or better than Lantronix EDS4100 with the Evolution operating system. Lantronix switches are available from:

Lantronix 7535 Irvine Center Drive, Suite 100 Irvine, CA 92618 voice: (800) 526-8766 fax: (949) 453-3995. http://www.lantronix.com

669-2.06 DATA LOGGERS AND TEMPERATURE SENSORS. Provide data loggers equipped with three temperature sensors; one Air Temperature Sensor (TA) mounted on cabinet post, a Vertical Temperature Probe (TG) and an Alternate Pavement Sensor (TP) meeting the following requirements:

1. Data logger. Campbell Scientific Model CR1000X-XT-SW-NC Measurement and Control Datalogger with PS100 12 volt DC power supply.

2. Road Temperature Thermocouple (TP). Campbell Scientific Model 105E-L Thermocouple Burial Probe.

3. Air Temperature Thermocouple (TA). Campbell Scientific Model 107 Temperature Probe.

4. Radiation Shield. Campbell Scientific Model No. 41303 5A Solar Radiation Shield.

5. Vertical Temperature Probes (TG). Campbell Scientific, Model CS230-L92-S15-E0/32279-69, meeting the following requirements:

a. Thermistors: Total of 15 thermistors; Each thermistor accurate to± 0.2 °F.

b. Thermistor Placement: Place along the length of the probe at 0”, 3”, 6”, 9”, 12”, 18”, 24”, 30”, 36”, 42”, 48”, 54”, 60”, 66” and 72”.

669-2.07 RADAR-BASED TRAFFIC DETECTION EQUIPMENT. Provide Wavetronix SmartSensor Model SS125 or SS126.

669-2.08 POLES. Provide poles to support the AVC control cabinets and Above Ground Vehicle Radar sensors.

1. Pole Package. A complete set of design, fabrication, and installation proposals for each radar pole. Include stamped engineering calculations, shop drawings, welding plans, equipment lists, and pole installation plans. Design poles for 100 mph with a 1.3 gust factor. All working drawing and calculations must be stamped with the seal of, dated by, and signed by a Professional Engineer registered in the State of Alaska. Submit the working drawing and calculations for each pole to the Engineer for approval. Design for all stress on the completed structure with all hardware in place. Show the design wind loads, project areas, wind drag coefficients, material properties, and other design information on the working drawings. Include a summary of the loads used in each pole’s design.

2. Steel Poles: Comply with ASTM A 500, Grade B, Carbon steel with a minimum yield of 46,000 psig, on piece construction with access hole in pole wall. Provide with butt flange for bolted mounting on foundation or frangible hardware.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 49 3. Grounding and Bonding Lugs: Welded ½ inch threaded lug, listed for attaching grounding and bonding conductors; accessible through the access hole.

4. Finish: After fabrication, hot-dip galvanize complying with ASTM A 123/A 123M.

5. Structural Characteristics: Comply with AASHTO LTS-4-M.

6. Mountings, Fasteners, and Appurtenances: Corrosion resistant items compatible with the support components. Anchor bolts, Leveling Nuts, Bolt Caps, and Washers hot-dip galvanized after fabrication.

7. Access Handhole: Oval shaped with a minimum clear opening of 2-1/2 x 5 inches with cover secured by stainless steel captive screws.

8. Frangible Breakaway Supports: tested by an independent testing agency according to AASHTO LTS-4-M.

669-2.09 MATERIAL SUBMITTALS. Within 30 days after the Contract award, submit three (3) collated copies of a portfolio of equipment and materials proposed for installation to the Department for review and approval. Include a table of contents in the portfolios that includes each item’s intended use(s); identity of each component's proposed features; and the following:

1. Materials on the Qualified Products List: A description that includes product name, manufacturer, model or part number and the conditions listed for approval.

2. Materials Not on the Qualified Products List: Catalog cuts that include the manufacturer’s name, type of product, size, model number, conformance specifications, and other data as may be required, including manufacturer’s maintenance and operations manuals, or sample articles. Catalog cuts shall be clearly marked indicating which item on the catalog cut will be used when multiple items are shown.

3. Materials Requiring Certification: Submit certification from the supplier for all steel products incorporated in the AVC installation indicating origin with the material catalog cuts or the shop drawings in accordance with Subsection 106-1.01, Source of Supply and Quality Requirements.

4. Materials Not Requiring Certification: Incidental materials incorporated into the work (such as nuts, ties, bolts, washers, etc.) must meet all applicable Specifications and be installed per all manufacturer’s recommendations. Certification is not needed unless required by the Special Provisions or requested by the Engineer.

669-2.10 WARRANTIES, GUARANTEES, MANUALS, AND INSTRUCTION SHEETS. Deliver to the Engineer all manufacturers’ warranties, guarantees, repair and operation manuals, instruction sheets and parts furnished with materials used in the work before the Department assumes maintenance responsibilities.

CONSTRUCTION REQUIREMENTS

669-3.01 GENERAL. Complete each AVC and ensure it is ready for operation not more than one month after disabling an existing data collection site. Each site is not considered complete until the system, including communications, is configured and can be polled with provided electronics and software from the DOT Traffic Data & Forecasting Section offices at 2301 Peger Road, Fairbanks, AK 99709. Phone (907)451-2251.

Prior to installing conduit, conductors, presence loops, piezoelectric sensors, or cabinets, notify the Engineer in writing, a minimum of 3 working days prior to installation. The Engineer shall be present to approve the installation prior to final burial or encasement. Correct any unacceptable installations and then request

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 50 reinspection by the Engineer for completeness prior to burial or encasement. Uncover, remove and replace any burial or encasement not approved by the Engineer.

After staking pole foundations, verify that there will be no overhead or underground utility conflicts with foundations, poles, mast arm, or conduits. Locate and protect all existing underground and overhead utilities. The location of cables, conduits, junction boxes, foundations, and poles that are shown on the plan sheets are approximate and it is the Contractor's responsibility to verify the actual locations when working in the area. See Subsection 105-1.06.

669-3.02 WIRING. Install all wiring in accordance with Subsection 660-3.05, Wiring.

Terminate all unused pairs with splices at junction boxes.

Provide a minimum of 2-ft of slack conductor in each junction box and a minimum of 6-ft of slack conductor in the equipment cabinet prior to the terminal block.

Label all conductors in accordance with 660-3.05, 14.

669-3.03 CONDUIT. Install all conduits in accordance with subsection 660-3.03, Conduit, or as indicated on the Plans.

Provide nylon pull cords in all conduits larger than 1-in and in all spare conduits.

Use plastic-sleeved grounding bushing. Install plastic-sleeved grounding bushings before pulling any conductors.

Where conduit runs cross below existing curb and gutter, saw cut the curb and gutter at the nearest joint and remove that entire section and replace.

669-3.04 JUNCTION BOXES. Install all junction boxes in accordance with subsection 660-3.04, Junction Boxes.

Emboss the word TRAFFIC on the lids of all junction boxes that contain loop or sensor conductors. Emboss the word ELECTRIC on the lids of all junction boxes used to provide electrical service to AVC installations.

Junction boxes for 120V/240V electrical service must be kept separate from junction boxes containing loop or sensor conductors. Junction boxes used for AVC installations must not contain any system operating at or greater than 24 V.

Install a sump (stone drain) to the dimensions shown on the plans or equaling the length and width of the junction box and to a depth of 18 inches. Sump material shall be a washed porous backfill material that conforms to Subsection 703-2.10. A mortar brick base, pavers, or stepping stones shall line the entire bottom perimeter of all new, relocated, or adjusted Type I, IA, II and III junction boxes. Compact the aggregate sumps as directed to prevent settlement of the trench backfill. Compact gravel drain material under J-boxes as directed by the Engineer to prevent settlement of foundations, J-boxes, and adjacent improvements.

669-3.05 TERMINAL BLOCKS. Mount terminal blocks within cabinets so that all terminals are easily accessible from the front of the cabinet.

Label wire pairs clearly on both sides of the terminal block.

Terminate and solder all conductors, including unused spares, to “spade” type terminal lugs on the terminal block.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 51

669-3.06 SAW-CUT PRESENCE LOOPS. Install all presence loops in accordance with Subsection 660-3.05, Wiring, unless otherwise specified on the Plans. Closely conform to the location and layout of conduit runs shown on the Plans.

Construct loops to within plus-or-minus 1-in (± 1-in) tolerance for size, lane alignment, and relative location from other presence loops.

Install lead-in slots straight and perpendicular to the centerline of the road from edge of pavement to the presence loops.

Form presence loops, located in through traffic lanes, with four (4) turns of wire in a 5-ft square, unless noted otherwise on the Plans. Form loops located in on-ramps and off-ramps with four (4) turns of wire in a rectangle 8-ft wide and 6-ft wide, unless noted otherwise on the Plans.

A diagonal cut shall be placed 6-in inside each square corner of all presence loop slots cut into the PCC pavement. These diagonal cuts allow avoidance of sharp corners and bends that may damage the presence loop wire.

The Contractor will not begin saw cutting until the Engineer approves the saw cutting method and placement.

Slot cuts in the pavement shall be washed clean, blown out and thoroughly dried before installing presence loop wire. After the loop wire is placed, the saw cut shall be filled with 3M flexible loop sealant or an approved equal.

Inductance Test. Measure each detector loop and lead-in cable system at the detector cabinet. The inductance must be in the range of 50 to 500 microhenries.

Test each loop detector circuit for continuity at two locations:

1. Loop detector at the junction box before splicing with the loop detector lead-in cable must have a value less than 0.5 ohms. Test the loop before the saw-cut slot has been filled with loop sealant.

2. Loop detector and lead-in cable system at the traffic signal controller cabinet or detector cabinet after splicing in the junction box must have a value less than 5ohms for single pair lead-in cable and 10 ohms for multi-pair lead-in cable. The continuity test ohm reading at the traffic signal controller cabinet or detector cabinet must be greater than the ohm reading measured at the loop detector at the junction box.

669-3.07 PIEZOELECTRIC SENSORS. Install per AVC equipment and piezoelectric sensor manufacturer's recommendations. The Engineer and a manufacturer's direct representative shall be present to approve the installation prior to final burial or encasement. Correct any unacceptable installations and then request reinspection by the Engineer for completeness prior to burial or encasement. Uncover, remove and replace any burial or encasement not approved by the Engineer.

Install piezoelectric sensors to within plus-or-minus 1-in (± 1-in) tolerance for size, lane alignment, and relative location from the sensors adjoining presence loops.

Run coaxial cables to the equipment cabinet without splices and terminate on the specified terminal block, provide a minimum of 6-ft of slack in the cabinet prior to the terminal block.

Install lead-in conduit straight and perpendicular to the centerline of the road from the edge of pavement to the piezoelectric sensors. Cap the ends of the lead-in conduit beyond the edge of the pavement. Lead-in conduit runs to junction boxes and cabinets may be complete before or after paving.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 52

Install piezoelectric sensors in new asphalt pavement only after final paving and ten days normal traffic use of that particular section of road. Perform saw cutting after receiving approval from the Engineer. Submit saw cutting method to the Engineer for approval prior to beginning cutting. Clean, blow out and thoroughly dry saw cuts prior to installing piezoelectric sensors.

669-3.08 SOLAR PANELS. Supply an approved 40 watt, 12 volt multicrystalline solar panel, mounting hardware, a sealed lead acid 12-volt battery meeting the dimensions listed in the plans and a charge controller that meets the following requirements:

1. Surge Protection. Minimum 1500 Watt surge protection.

2. Load Current. Minimum 4.5 Amp load current.

3. Low Voltage Disconnect. Charge controller must disconnect system loads when battery voltage drops to 11.5V, and automatically reconnect system loads when the battery has reached an acceptable voltage.

669-3.09 CABINETS. Make all conduit entries through the bottom of the enclosure. No cuts through the sides or top are permitted, except to accommodate the cellular antenna with a gasketed panel mount.

669-3.10 UTILITIES.

1. Electrical. Provide and install load center(s) per the Plans, Specifications, and the requirements of the appropriate electrical utility. Provide and install all conduits and conductors from the load center(s) to the equipment in the cabinet(s).

2. Cellular Modem. A cellular modem shall be installed; compatible with a local service provider. Determine the best and most appropriate provider based on signal strength and quality of transmission. .

3. Land Line Telephone. Land line telephone service may be required at locations where there is no adequate cellular coverage. Inform the Engineer as to when service is needed at the site with sufficient time to schedule acceptance of the service with the provider, prior to commissioning the equipment. The Engineer will make arrangements in writing with the service provider. The Engineer will inform the Contractor of the telephone number at the NID.

669-3.11 ACCEPTANCE TESTING. Perform tests on the AVC installations in accordance with Subsection 660-3.01.7, Field Tests.

1. AVC Acceptance Tests. Provide an AVC counter manufacturer's representative with a current certification to observe and assist in conducting the acceptance tests. Notify the Engineer a minimum of one week prior to the acceptance testing so that the Department's Traffic Data and Forecasting Section representative may be on site.

2. Provide documentation noting the test vehicle’s gross weight and measured axle spacing to the Engineer prior to conducting testing. Receive the Engineer’s approval of the data sampling and testing schedule prior to testing. The Engineer and a Traffic Data and Forecasting representative shall be on-site during final acceptance testing, and will provide certification, in writing, when the installation has met the accuracy requirements of the acceptance tests.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 53 In addition to the tests noted in 660-3.01.7, Field Tests, perform the following Acceptance Tests:

a. Acquire a set of test data for the AVC sensor array. Obtain test data by passing a test vehicle over the AVC sensors in each lane. Obtain ten (10) valid samples, per direction, for the test vehicle. Test data samples will include FHWA class designation and computed axle spacing for each sensor pass.

To be considered valid, obtain sample data under the following conditions:

A. Maintain good lane discipline while traversing the entire sensor array.

B. Maintain a constant speed, between 40 mph and the posted speed limit, while traversing the entire array.

C. Acquire all data for a particular lane using the same vehicle.

D. Obtain data from successive sensor passes of the test vehicle; data may not be omitted or included out of order for any 10 samples.

b. Meet the following requirements separately in each lane:

A. The AVC system correctly assigns FHWA class designation for 9 out of 10 successive sensor passes of the test vehicle.

B. The AVC system computes axle spacings to within one foot of the actual measurements, for 9 out of 10 successive sensor passes of the test vehicle.

c. Provide and make arrangements for test vehicles and drivers as needed for the acceptance testing. Provide the following test vehicles (if a vehicle of the specified types is not available or is not practical at any of the locations, advise and determine substitutions with the Engineer one week prior to the test):

A. A two axle, six wheel, single unit vehicle (FHWA Class 5). Class 5 vehicles have 13 to 23 ft spacing between the steering and drive axles.

B. A three axle, ten wheel, single unit vehicle (FHWA Class 6). Class 6 vehicles have 11.5 to 23 ft spacing between the steering axle and drive axle group; and a spacing of 3.5 to 6 ft between the drive axles.

C. A five axle, eighteen wheel, single trailer vehicle (FHWA Class 9), with high-cube rated (HCR) trailer. Class 9 vehicles have 11.3 to 24.6 ft spacing between the steering axle and drive axle group; a spacing of 3.5 to 6 ft between the drive axles; 6.1 to 46 ft spacing between the drive axle and the trailer axle group; and a spacing of 1.1 to 40 ft between the trailer axles.

d. Load the test vehicle with non-shifting material to a minimum of 50% of legal load during testing. The gross weight of the test vehicle and the weight of the test vehicle’s axle groups shall be determined by weighing on a static scale at a scale house operated by the State of Alaska Department of Commerce, Division of Weights and Measures. An axle group is defined as any two axles whose centers are within 8 ft of each other. Class 6 test vehicles have two axle groups and Class 9 test vehicles have three axle groups.

e. Ensure that all tires on the test vehicle are inflated to recommended pressures during testing.

3. AVC Acceptance tests govern acceptance or rejection of the AVC installation.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 54

4. Test Results. Provide a copy of the final test results in written or printed form to the Engineer, prior to the acceptance of the AVC installation. Sign the test results attesting to their accuracy and compliance to the Special Provisions.

Include both an electronic copy and paper copy of the final AVC counter’s per-vehicle-record logs of the AVC tests. Provide sorted calibration test data by test vehicle, tabulated in a spreadsheet and certified by the AVC manufacturer’s representative.

669-4.01 METHOD OF MEASUREMENT. The quantity to be paid for each Automatic Vehicle Classification Installation completed and accepted.

669-5.01 BASIS OF PAYMENT. The contract unit bid price for all installations shall be full compensation for furnishing all equipment, labor and materials necessary to complete the work as specified; including but not limited to: conductors, conduit, junction boxes, piezoelectric sensors, excavation, saw cutting, cabinets, load centers, as-built plans, acceptance testing, and calibration required for these installations.

Installation of cellular service will be subsidiary to 669 Pay Items. The load centers are subsidiary to the 669 items. The Department will pay for the electrical power to the load centers that are scheduled to become a permanent part of the work.

Removal and disposal of existing data collection sites is subsidiary to 669 Pay Items. Work includes all labor, materials, excavation, and backfill needed to remove and dispose of conduit, conductors, junction boxes, load centers, and cabinets.

Payment will be made under:

Pay Item Pay Unit 669.2007.0000 Automatic Vehicle Classification Lump Sum

SECTION 670 TRAFFIC MARKINGS

670-1.01 DESCRIPTION. Delete this subsection in its entirety and substitute the following: This work consists of furnishing, preparing, and placing inlaid surface methyl methacrylate (MMA) traffic markings at locations where you are trenching, removing and replacing asphalt pavement, or as directed by the Engineer. All traffic markings shall meet these Specifications and the applicable portions of the Alaska Traffic Manual.

Replacement markings shall be aligned to match existing markings, and match color and width. In general, this work applies to the following locations:

4. Methyl Methacrylate Pavement Markings. Delete this numbered paragraph in its entirety and substitute the following:

a. General. 15 days before starting work meet with the Engineer for a pre-striping meeting. At this meeting, do the following:

1. Furnish a striping schedule showing areas and timing of work, placing materials and Traffic Control Plans to be used. 2. Discuss placement of materials and potential problems.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 55 3. Discuss work plan for off-ramps, on-ramps, and intersections. 4. Discuss material handling procedures. 5. Provide copies of the manufacturer’s installation instructions and copies of the Material Safety Data Sheets.

b. Manufacturer’s Authorized Individual. Provide the services of a manufacturer’s authorized individual (the “Manufacturer’s Representative”) on each day that striping material is installed. Ensure the Manufacturer’s Authorized Individual observes the application of the pavement marking materials. Cooperate with the Manufacturer’s Authorized Individual and the Engineer to ensure that the materials are placed according to these Specifications and the manufacturer’s recommended procedures.

c. Manufacturer Certified Installers. Install methyl methacrylate pavement markings using only striping installers certified by the marking materials manufacturer for the specific striping material and method. Submit these certifications to the Engineer at the Preconstruction Conference.

d. Manufacturer Warranty. Furnish a Warranty, signed by an individual who is authorized by the Manufacturer, according to the following:

1. The Warranty period will start on the date the Engineer accepts the work and authorizes final payment.

2. For methyl methacrylate materials, provide a two-year warranty that all markings will stay in place, maintain their color, and maintain a minimum retroreflectivity of 120 millicandellas for white and 100 millicandellas for yellow.

3. Include in the Warranty that the manufacturer will repair or replace, at the discretion of the Engineer and at no additional cost to the Department, all markings that fail to stay in place, drop below the required minimum retroreflectivity, or fail to maintain color stability during the warranty period. Complete repairs within four months of the Department’s written request to do so.

Upon the receipt of the Department’s written request to the manufacturer for repairs or replacement, the warranty time will suspend and then resume once the requested repairs or replacement are made and accepted.

If the retroreflectivity becomes a concern during the warranty period, the Engineer will measure the retroreflectivity of the area in question, using a Delta LTL2000 Retrometer, a 100-foot retro reflectometer, or similar device.

A cumulative 5% or greater material loss of any line on any 300-foot segment of longitudinal marking or cumulative 15% or greater material loss of any transverse marking will constitute failure of the material in that segment.

Perform Warranty repair work as soon as weather permits.

e. Preparation. Prepare the roadway surface to receive methyl methacrylate according to these Specifications and the manufacturer’s recommendations. Clean and dry the roadway surface. Completely remove contaminants such as dirt, loose asphalt, curing agents, surface oils, or existing road marking materials before applying pavement-marking material.

Do not apply markings to new asphalt until the asphalt has cured for at least 3 days, or unless approved by the Engineer per Manufacturer Authorized Individual’s recommendation. Perform a bond test in accordance with the manufacturer’s procedures. Apply markings upon a successful bond test.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 56 f. Application. Apply methyl methacrylate marking material according to these Specifications and the manufacturer’s recommendations. If conflicts exist between these Specifications and the manufacturer’s recommendations, use the more restrictive of the two. Use equipment designed and capable of properly mixing at the point and time of application and approved by the manufacturer for the type of product being installed.

Apply all methyl methacrylate markings prior to September 21.

For longitudinal markings use truck mounted automatic extrusion equipment capable of installing a double centerline and a single shoulder line in a single pass. Use automatic bead applicators that place a uniform layer of beads on the lines. Hand units will not be allowed, unless approved by the Engineer.

For transverse markings, words, and symbols use manual or automatic application equipment. Any stripe that is 8 inches or greater in width, regardless of orientation with the exception of lane lines, shall be considered a transverse marking. Stencils or extruders are required to form sharply defined markings.

For inlaid applications use grooving equipment that produces a dry cut. Use vacuum shrouded equipment or other equally effective containment procedures. Install markings in the same work shift as the grooving operation.

(1) Longitudinal Extruded Markings Inlaid. Groove the area for the inlaid markings to a minimum depth of 250 mils. Fill the groove completely to achieve a flush finish with the surface of the pavement for all lane lines, edge lines, and centerlines.

(2) Transverse and Symbol Markings Inlaid. Groove the area for inlaid markings to a minimum depth of 250 mils. Fill the groove completely to achieve a flush finish with the surface of the pavement for all words, arrows, stop bars, gore stripes, railroad symbols, and cross walks.

Inspect the markings initially, and again two weeks after placement, to ensure the material has cured properly. Remove soft spots or abnormally darkened areas and replace with material meeting specifications.

If it is determined that the material is being placed too thin, or otherwise not to specification, make immediate adjustments to correct the problem.

Methyl methacrylate pavement markings applied by any method will be unacceptable if:

1. The marking is not straight or wide enough. 2. The thickness of the line is not uniform or less than specified. 3. The top of the line is not smooth and uniform. 4. The material is uncured. 5. The material blackens or is inconsistent in color. 6. The inlay slot is not ground to the specified depth. 7. The inlay slot is not filled to the specified depth. 8. The edge of the markings are not clear-cut and free from overspray. 9. The reflective elements are not properly embedded. 10. The markings exhibit poor adhesion. 11. The retro-reflectivity of the markings is less than specified. 12. The color is not as specified.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 57 Perform repairs using equipment similar to the equipment initially used to place the materials. Do not perform repairs in a “patch-work” manner. If more than one repair is required in a single 300-foot section, grind and repair the entire section.

g. Disposal of Waste. Waste material becomes the Contractor’s property. This includes grindings and removed marking material. Do not dispose of or store stripe removal waste material or asphalt grindings on State property. Dispose of waste material according to applicable Federal, State, and local regulations.

h. Sampling. On an 8.5”x11” sheet of paper, record the following readings and the locations where they were taken using project stationing and submit them to the Engineer within 24 hours for evaluation.

(1) For inlay applications, record the depth of the slot every 300 feet during the grinding operation. Measure depth of slot from the surface of pavement.

(2) Measure the retroreflectivity of each transverse marking at three locations, and of each longitudinal marking at intervals not to exceed 1,500 feet. Take these measurements using a Delta LTL2000 Retrometer, a 100-foot retro-reflectometer, or approved similar device. Perform testing within 72 hours of curing.

The Engineer may elect to use the Contractor’s readings or perform additional sampling.

01/20/15 (N46) 670-3.01 CONSTRUCTION REQUIREMENTS. Add the following after the first sentence: All completed pavement marking symbols and words will be solid as shown on the plans. When a stencil with bridges is used, fill all breaks not shown on the plans after removing the stencil.

670-3.06 TOLERANCES FOR LANE STRIPING. Add the following:

7. Double Stripe Gap. ± ¼ inches 8. Depth of Inlay Slot. Minimum specified to a maximum of + 5 mils. 9. Thickness of Inlaid Methyl Methacrylate. Flush with the surface of the pavement to + 20 mils above the pavement.

670-4.01 METHOD OF MEASUREMENT. Delete the first paragraph and substitute the following: Thickness will be measured from the bottom of the approved groove to the surface of the pavement marking. The pavement marking shall be even with the surface of the surrounding pavement and no additional payment will be made for excess groove or overfilling of groove.

Delete Items 2 and 3 and substitute the following:

2. Square Foot Basis. Transverse pavement marking lines, stop bars, cross walks and gore stripes will be measured by nominal width times actual length. This includes the 24-inch wide transverse lines required for railroad markings.

3. Each. Pavement markings using letters, numbers, and arrows will be measured on a unit basis with each separate word or symbol constituting a unit. Railroad Markings will be measured by the complete unit shown for each lane of travel.

Pay Item 670(8) Recessed Pavement Marker will be measured per each two-sided unit installed complete.

Pay Item 670(106) MMA Pavement Markings Only and Arrow Inlaid, when grouped together, will be measured as one unit.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 58

Pay Item 670(109) MMA Pavement Markings Arrow Inlaid, applies to all arrows without the word “Only”, and is measured as one unit.

4. Linear Foot Basis. Longitudinal pavement markings, surface applied or inlaid, will be measured by the linear foot of 4-inch wide line. Wider striping will be measured in multiples of 4 inches.

5. Lump Sum. All markings on Old Airport Road and outlined in the Old Airport Road Plan sheets will not be measured for payment.

670-5.01 BASIS OF PAYMENT. Add the following: There will be no separate or additional payment for the following:

• Over-runs of material caused by the variation of the gradation of the asphalt. • Additional material required to achieve the thickness specified on open graded pavement. • Over-runs of material if the contractor installs the material thicker than specified.

Milling for installation of the inlaid markings is subsidiary to 670 items. Payment includes all costs associated with this item, including the removal of millings.

Removal of existing striping is subsidiary.

Preparing the median noses for surface applied methyl methacrylate marking material, and providing and installing the methyl methacrylate is subsidiary to 670 items.

All markings on Old Airport Road and outlined on the Old Airport Road Plan sheets will be paid for by a lump sum. Item 670(10) will be considered full compensation for all work and materials required to install markings on Old Airport Road.

Add the following pay items:

Pay Item Pay Unit 670(8) Recessed Pavement Marker Each 670(10) Methyl Methacrylate Pavement Markings Lump Sum 670(104) MMA Pavement Markings, Longitudinal Inlaid Linear Foot 670(107) MMA Pavement Markings, Transverse and Gore Inlaid Square Foot 670(109) MMA Pavement Markings, Symbols and Arrow(s) Inlaid Each

SECTION 701 HYDRAULIC CEMENT AND SUPPLEMENTARY CEMENTITIOUS MATERIALS

Add the following subsection:

701-2.10 CONCRETE PATCH MATERIAL. Use pre-packaged concrete formulated for repair and patching of concrete structures in aggressive exposures. Concrete may be extended with aggregate according the manufacturer’s written recommendations and instructions.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 59 Provide concrete patch material that meets the requirements of ASTM C928 and Table 701-2. Provide the manufacturer's recommended batching and installation procedures and minimum cure time.

Protect concrete from moisture during shipment and storage. Do not use concrete that has been manufactured more than 6 months before usage, unless the manufacturer retests and certifies the product meets the specified requirements.

Submit a quality control data sheet covering the chemical and physical tests conducted on the concrete patch material for the material in each shipment. Submit a Certified Test Report from an independent laboratory, audited by the Cement and Concrete Reference Laboratory that shows the material meets the property requirements.

TABLE 701-2 CONCRETE PATCH MATERIAL

Property Requirements Test Method Compressive Strength Min. 3000 psi after 1 day ASTM C109 Min. 5000 psi after 28 days Bond Strength Min. 2000 psi after 1 day ASTM C882 Length Change Max. 0.05% after 28 days ASTM C157 Scaling Resistance No Scaling (0 Rating) at 50 cycles ASTM C672 Chloride Ion Permeability Very Low (<1000 Coulombs) at 28 days ASTM C1202

SECTION 703 AGGREGATES 12/08/15 (N63) 703-2.09 SUBBASE. Add the following:

Subbase, Grading F. Aggregate containing no muck, frozen material, roots, sod or other deleterious matter and with a plasticity index not greater than 6 as tested by ATM 204 and ATM 205. Table 703-8 and the first paragraph of Subsection 703-2.09 do not apply to Grading F. Meet the following gradation as tested by ATM 304:

Sieve Percent Passing by Weight 2 in 100% No. 4 15-65% No. 200 0-6%

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 60 SECTION 710 FENCE AND GUARDRAIL 07/01/18 (N50) 710-2.04 METAL BEAM RAIL. Delete this subsection in its entirety and substitute the following:

1. W-Beam and Thrie Beam Guardrail. Meet AASHTO M 180, Class A, Type II. 2. Box-Beam Guardrail. Meet: a. ASTM A500 Grade B, galvanize per ASTM A123, or b. ASTM A501.

Galvanize after fabrication.

SECTION 711 CONCRETE CURING MATERIALS AND ADMIXTURES 04/30/17 (N71) 711-2.03 FLY ASH. Delete this subsection.

711-2.04 MICROSILICA ADMIXTURE. Delete this subsection.

SECTION 712 MISCELLANEOUS

712-2.17 METHYL METHACRYLATE PAVEMENT MARKINGS. Delete item 1. Quality Requirements: and substitute with the following:

1. Quality Requirements: Use a marking material formulated for the application type specified. Use new materials free from dirt and other foreign material. Use a methyl methacrylate based resin system for Part “A” and benzoyl peroxide system for Part “B”.

Type A – Extruded application: Material formulated for extruded application with factory intermix beads, anti-skid aggregate and additional surface applied beads, such as Ennis Duraset Type III or approved equal.

Type B – Spray or Extruded application: Material formulated for spray or extruded application with factory intermix beads, anti-skid aggregate and additional surface applied beads, such as Ennis Duraset Type I, II, III, IV or approved equal.

Use material within 6 months of the manufacture date for Part “A” and within 6 months of the manufacture date of Part “B”. Material may be re-certified by the manufacturer for material that exceeds this age limit if approved by the Engineer. Re-certified material must be installed within 6 months of the re-certification date and within 2 years of the original manufacture date.

Submit a manufacturer certification for each batch of methyl methacrylate to ensure that the materials furnished conform to these specifications. All containers and batch reports must include, but are not limited to the manufacturer name, date of production and batch number.

Submit a manufacturer certification for each batch of glass beads to ensure that the materials furnished conform to these Specifications.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 61 Add the following lettered paragraphs to numbered paragraph 4:

4. Performance Properties:

k. Color: Yellow, PR-1 chart, 33538 Federal Yellow. White, minimum daylight reflectance of 84.

l. Anti-skid aggregate: 30% by volume.

712-2.18 GLASS BEADS FOR METHYL METHACRYLATE PAVEMENT MARKINGS. Delete the bead table and substitute the following: Use the type and amount of beads specified in writing by the marking material manufacturer necessary to meet the performance requirements.

Delete Section 724 in its entirety and substitute the following: 04/15/16 (N51) SECTION 724 SEED

724-2.01 DESCRIPTION. This specification provides the requirements for grass seed, used to provide a living vegetative cover.

724-2.02 MATERIALS. Grasses of the type specified shall meet the applicable requirements as outlined by the State of Alaska Department of Natural Resources, Division of Agriculture, "Seed Regulations," latest edition. Seed shall meet or exceed the percentages of purity and germination as specified in Table 724-1. Grass seed shall be furnished in standard containers on which shall be shown the following information:

(1) the common accepted name of the specie (kind) and cultivar (variety) of the seed; (2) the country or state where the seed was grown; (3) the total percentage by weight of pure seed; (4) the total percentage by weight of all weed seed; (5) the total percentage by weight of inert matter; (6) the total percentage by weight of other crop seed; (7) the name and approximate number per pound of each kind of restricted noxious weed seed; (8) the percentage of germination of the seed, together with the month and year the seed was tested; (9) the percentage of hard seed, if any is present; (10) the name and address of the person labeling the seed or selling, offering, or exposing the seed for sale within the state; and (11) the lot number or other lot identification.

If furnished as a premixed seed, the containers shall state that the seed is a mixture; the name of the species and cultivars of seed; and total percentage by weight of each species of seed present in order of predominance; and the information listed above: (4), (5), (7), (8), (10) and (11).

Seed which contains any prohibited noxious weeds as listed in the Alaska Department of Natural Resources Division of Agriculture’s Prohibited and Restricted Noxious Weeds list shall be rejected. The Prohibited and Restricted Noxious Weeds list is located at the following URL: http://plants.alaska.gov/invasives/noxious-weeds.htm.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 62 Seed containing more than the maximum allowable tolerance of restricted noxious weeds shall be rejected. Restricted noxious weeds, with their maximum allowable tolerances are listed in the Alaska Department of Natural Resources Division of Agriculture’s Prohibited and Restricted Noxious Weeds list. The Prohibited and Restricted Noxious Weeds list is located at the following URL: http://plants.alaska.gov/invasives/noxious-weeds.htm.

The Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory. Seed that has not been tested within nine (9) months shall be rejected. The Contractor shall not remove tags from the seed containers. Seed containers that do not have tags shall be rejected. Discrepancies in the lot numbers listed on the statement to the lot numbers indicated on the tags of the seed containers shall be grounds for rejection. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. The Contractor shall immediately remove rejected seed from the project premises.

TABLE 724-1 SEEDING REQUIREMENTS PURE LIVE SEED SPECIES CULTIVAR PERCENT PERCENT (PERCENT PURITY X (KIND) (VARIETY) PURITY GERMINATION PERCENT GERMINATION)

American Sloughgrass Egan 90 80 72

Annual Ryegrass --- 85 80 68

Alpine Bluegrass Gruening 90 90 81

Beach Wildrye Benson, Reeve 95 40 38

Bering Hairgrass Norcoast 95 75 71

Bluejoint Sourdough 95 75 71

Brome Manchar, Polar 90 80 72

Glaucous Bluegrass Tundra 95 80 76

Kentucky Bluegrass Merion, Nugget, Park 95 80 76

Perennial Ryegrass --- 85 80 68

Polargrass Alyeska, Kenai 95 75 71

Red Fescue Arctared, Boreal, Pennlawn 98 80 78

Timothy Climax, Engmo 95 90 85

Tufted Hairgrass Nortran 95 75 71

Wheatgrass Wainwright 95 85 81

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 63 SECTION 725 FERTILIZER 01/20/15 (N52) 725-2.02 MATERIALS. Add the following: Fertilizer which has become wet, moldy or otherwise damaged in transit or storage will not be accepted. The Contractor shall immediately remove rejected fertilizer from the project premises.

SECTION 727 SOIL STABILIZATION MATERIAL 8/02/2018 (N54) 727-2.01 MULCH. Delete this subsection in its entirety and substitute the following: All mulch, excluding trace mulch, shall provide 100% ground coverage. Apply mulch at the manufacturer’s recommended application rate and increase as needed to achieve 100% ground coverage. All mulch, including trace mulch, shall meet one of the following:

1. Wood Cellulose Fiber or Natural Wood Fiber. Fiber shall be produced from natural or recycled (pulp) fiber, such as wood chips or similar wood materials, or from newsprint, corrugated cardboard, or a combination of these processed materials. Fiber shall not contain any rock, metal, or plastic. Fiber shall be treated with a green dye nontoxic to plant and animal life to facilitate inspection of the placement of the material. Fiber shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. The organic matter content shall be at least 90 percent on an oven-dry basis. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight. Product must be nontoxic to plant and animal life.

Wood Cellulose Fiber or Natural Wood Fiber may be used to stabilize slopes flatter than 4H:1V. On slopes 4H:1V or steeper Wood Cellulose Fiber or Natural Wood Fiber may be used if an approved tackifier is used, in addition to Wood Cellulose Fiber or Natural Wood Fiber, according to the Manufacturer’s recommendations. Wood Cellulose Fiber or Natural Wood Fiber may not be used after August 1.

2. Wood Strand. Wood Strand shall be a blend of loose, long, thin wood pieces derived from native conifer or deciduous trees with high length to width ratio. A minimum of 95-percent of the wood strands shall have lengths between 2 and 10 inches, with a width and thickness between 1/16 and 3/8 inches. Wood Strand shall not contain resin, tannin, or other compounds in quantities that are detrimental to plant life. Sawdust or wood shavings shall not be used as Wood Strand. Wood Strand may be used on slopes flatter than 4H:1V. Wood Strand may not be used after August 1.

3. Straw. All straw material shall be in an air dried condition, free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. Straw shall be suitable for spreading with mulch blower equipment. Straw may be used on slopes flatter than 4H:1V. Straw may not be used after August 1.

4. Bonded Fiber Matrix (BFM). The BFM shall be a hydraulically-applied blanket/mulch/covering composed of long strand, thermally processed wood fibers and crosslinked, hydro-colloid tackifier. The BFM may require a 24-48 hour curing period to achieve maximum performance. Once cured, the BFM shall form an intimate bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for rapid germination and accelerated plant growth. BFM may be used to stabilize slopes between 2H:1V and 4H:1V. BFM may be used after August 1.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 64 5. Fiber Reinforced Matrix (FRM). The FRM shall be a hydraulically-applied, flexible erosion control blanket/mulch/covering composed of long strand, thermally processed wood fibers, crimped, interlocking fibers and performance enhancing additives. The FRM shall require no curing period and upon application shall form an intimate bond with the soil surface to create a continuous, porous, absorbent and erosion resistant blanket that allows for rapid germination and accelerated plant growth. FRM may be used to stabilize slopes 2H:1V and steeper. FRM may be used after August 1.

A list of pre-approved products can be found in Table 1.

Table 1. Pre-Approved Mulch Products List

Product Name Product Type Manufacturer Astro-Mulch Wood Cellulose Fiber Thermo-Kool Inc. Wasilla, AK Fibermulch Wood Cellulose Fiber Thermo-Guard Insulation, Spokane, WA NaturesOwn High Density Wood Cellulose Fiber Hamilton Manufacturing, Paper Hydroseeding Mulch Inc., Twin Falls, ID Hydro-Spray Wood Cellulose Fiber National Fiber, Belchertown, MA EcoFibre Natural Wood Fiber Profile Products LLC, Buffalo Grove, IL EcoFibre plus Tack Natural Wood Fiber Profile Products LLC, Buffalo Grove, IL Terra Novo Wood Fiber Plus Natural Wood Fiber Terra-Novo Inc. Tackifier Bakersfield, CA Conwed Fiber 1000 Natural Wood Fiber Profile Products LLC, Buffalo Grove, IL Rainier Fiber plus Tack Natural Wood Fiber Fiber Marketing International, Spokane, WA Terra Wood with Tack Natural Wood Fiber Profile Products LLC, Buffalo Grove, IL Excel Fibermulch II Natural Wood Fiber American Excelsior Co., Rice Lake, WI Mat-Fiber Plus Natural Wood Fiber Mat, Inc., Floodwood, MN

Mat-Fiber Natural Wood Fiber Mat, Inc., Floodwood, MN

EcoAegis Bonded Fiber Matrix (BFM) Profile Products LLC, Buffalo Grove, IL ProMatrix Engineered Fiber Bonded Fiber Matrix (BFM) Profile Products LLC, Matrix Buffalo Grove, IL Verdyol Virgin BFM Bonded Fiber Matrix (BFM) Erosion Control Blankets, Manitoba, Canada Rainier Fiber Bonded Fiber Bonded Fiber Matrix (BFM) Fiber Marketing Matrix International, Spokane, WA Profile Hydro-Blanket BFM Bonded Fiber Matrix (BFM) Profile Products LLC, Buffalo Grove, IL

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 65 Product Name Product Type Manufacturer Soil Guard Bonded Fiber Matrix (BFM) Mat, Inc., Floodwood, MN

Flexterra FGM Fiber Reinforced Matrix (FRM) Profile Products LLC, Buffalo Grove, IL Flex Guard Fiber Reinforced Matrix (FRM) Mat, Inc., Floodwood, MN

Hydra CX Fiber Reinforced Matrix (FRM) Tensar North American Green Poseyville, IN

SECTION 740 SIGNALS AND LIGHTING MATERIALS

740-2.02 SIGNAL AND LIGHTING STRUCTURES.

1. Design. Add the following: Design poles for 100 mph with a 1.3 gust factor.

740-2.18 LUMINAIRES. Delete this subsection in its entirety, and substitute the following: Furnish luminaires that conform to the following specifications and provide the light distributions specified. When luminaire performance criteria are specified, luminaires shall also:

• Meet or exceed the minimum initial light levels indicated.

• Provide light distribution uniformity ratios and veiling luminance ratios equal to or less than the maximums indicated.

When luminaire performance criteria are specified, submit the following information for each luminaire type and light distribution type specified: luminaire specifications, the lumen output of the lamps that will be furnished, and current electronic photometric data to the Engineer for approval. Furnish the photometric data in Illuminating Engineering Society (I.E.S.) format. The Engineer will use software that calculates light levels and uniformity ratios according to the American National Standard Practice for Roadway Lighting, A.N.S.I./I.E.S. RP-8 to verify each luminaire provides the light levels, uniformities, and veiling luminance ratios specified.

When cut off distributions are specified, furnish luminaires with flat glass lenses (when used) and a full cutoff light distribution as defined in the American National Standard Practice for Roadway Lighting, A.N.S.I./I.E.S. RP-8, dated 2014.

Furnish each luminaire with a high pressure sodium lamp or LED module of the wattage specified and matching ballast or driver with an input voltage equal to circuit voltage.

1. Luminaries General Install luminaires that feature: a. Corrosion resistant enclosures with gray painted finish, unless other finish color specified on drawings, cooling elements not required to be painted, and space for the ballast.

1) Painted or finished luminaire surfaces exposed to the environment shall exceed a rating of six (6), after 1,000 hours or four (4) of 5,000 hours salt spray test according to ASTM D1654 and ASTM

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 66 B117 testing. The coating shall exhibit no greater than 30% reduction of gloss, according to ASTM D523, after 500 hours of ASTM G154 Cycle 6 QUV® accelerated weathering testing.

b. Roadway type luminaires shall have ANSI C136.15 external labels; all luminaires shall have ANSI C136.22 internal labels. Luminaires shall be listed for wet locations by a nationally recognized testing laboratory (NRTL) as defined by OSHA and shall be in compliance with UL 8750 and UL 1598. It shall be identified as such by a tag/sticker on the inside of the luminaire.

c. All hardware shall be stainless steel or suitably corrosion resistant to match the 20-year expected life of the fixture. Captive screws are required on any component that requires maintenance after installation.

d. Glass lenses, unless polycarbonate resin refractors are specified. Optical grade UV-stabilized acrylic is acceptable for LED luminaires.

e. Terminal blocks for attaching the illumination tap conductors.

f. Aluminum reflectors with an ALZAK or ALGLAS finish when using HPS fixtures.

g. Optical components free of substances that affect photometric performance, such as paint.

h. Housings cast with provision for a 7-pin photoelectric control twist-lock receptacle. Provide with shorting cap unless an external socket control device is specified or noted on the Plans.

i. For HPS fixtures; airtight reflector and lens units that breathe through activated charcoal filters and include elastomer gaskets to seal the gap between the two components. Gasket material must withstand the temperatures involved and be securely held in place.

j. For HPS fixtures include plug in starting aids with lamps through 400 watts.

2. Luminaires – Cobrahead and Offset/Turnpike

Furnish HPS fixtures that feature a rated life of 40,000 hours based on 10 hours per start and ballasts that conform to Subsection 740-2.21. Each cobrahead or offset luminaire shall also include:

a. An easily removed hinged door used exclusively for mounting the ballast.

b. A second door that frames the lens (for HPS), hinges on the house side, and fastens on the street side with an automatic type latch.

c. A two (2) or four (4) bolt mounting brackets that is designed to fit a 2-inch nominal diameter standard pipe and feature a center pivot for leveling the luminaire.

Offset luminaires shall also include knuckle style pole top adapters that are sized to fit 2 inch nominal diameter standard pipe and feature a wire way meeting NEC requirements for installing three size 10 AWG conductors between the pole and the terminal block located in the luminaire.

3. LED Luminaire

a. General. The luminaire shall be assembled in the United States and shall be assembled by and manufactured by the same Manufacturer. For easy removal, quick-connect/disconnect plugs shall be supplied between the discrete electrical components within the luminaire such as the driver, surge

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 67 protection device, and optical assembly. The quick-connect/disconnect plugs shall be operable without the use of tools and while insulated gloves are worn. The luminaire shall be in compliance with ANSI C136.37 LED light source(s), and driver(s) shall be compliant with the Restriction of Hazardous Substances (RoHS) Directive 2011/65/EU.

1) Manufacturer Experience. The luminaire shall be designed to be incorporated into a lighting system with an expected 20-year lifetime. The luminaire Manufacturer shall have a minimum of 20 years’ experience manufacturing high-intensity discharge (HID) roadway luminaires and shall have a minimum of 5 years’ experience manufacturing LED roadway luminaires. The Manufacturer shall have a minimum of 5,000 total LED roadway luminaires installed on a minimum of 30 separate installations, all within the United States.

b. Housing. The housing shall be designed to ensure maximum heat dissipation and to prevent the accumulation of water, ice, dirt, and debris. A passive cooling method with no moving or rotating parts shall be employed for heat management. The effective projected area of the luminaire shall not exceed 1.2 sq. ft. The total weight of the luminaire(s) and accessories shall not exceed 55 lb.

c. Optical Assembly. The LED optical assembly, consisting of LED packages, shall have a minimum ingress protection rating of 66 (IP66) as defined in ANSI/IEC 60529. Circuiting shall be designed to minimize the impact of individual LED failures on the operation of the other LEDs. The optical assembly shall utilize high-brightness, long-life LEDs with a minimum color rendering index (CRI) of 70, 4000 K (+/- 300 K) color temperature (unless other color temperature specified), and binned according to ANSI C78.377. Lenses shall be UV-stabilized acrylic or glass. Provide house-side shielding and means of attachment when noted on the Plans. Lumen depreciation at 50,000 hours of operation shall not exceed 15% of initial lumen output at the specified LED drive current and an ambient temperature of 77°F (25°C).

The assembly shall have individual serial numbers or other means for Manufacturer tracking.

1) Photometric Performance Testing. . Luminaires shall be tested according to IES LM-79. The laboratory performing this test shall hold accreditation from the National Voluntary Laboratory Accreditation Program (NVLAP) under NIST. Submitted reports shall have a backlight, uplight, and glare (BUG) rating according to IESNA TM-15, including a luminaire classification system graph with both the recorded lumen value and percent lumens by zone.

Lumen maintenance shall be measured for the LEDs according to LM-80, or when available for the luminaires according to LM-84. The LM-80 report shall be based on a minimum of 6000 hours; however, 10,000-hour reports shall be provided for luminaires in cases in which tests have been completed.

Thermal testing shall be provided according to UL 1598. The luminaire shall start and operate in the ambient temperature range specified. The maximum rated case temperature of the driver, LEDs, and other internal components shall not be exceeded when the luminaire is operated in the ambient temperature range specified.

Mechanical design of protruding external surfaces such as heat sink fins shall facilitate hose-down cleaning and discourage debris accumulation. Testing shall be submitted when available to show that the maximum rated case temperature of the driver, LEDs, and other internal components are not exceeded when the luminaire is operated with the heat sink filled with debris.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 68

2) Calculations. Complete point-by-point luminance and veiling luminance calculations as well as listings of all indicated averages and ratios as applicable shall be provided according to IES RP-8 recommendations. Lighting calculations shall be performed using AGi32 software with calculations performed to two decimal places (i.e., x.xx cd/m2). Calculation results shall demonstrate that the submitted luminaire meets the lighting metrics specified in the plans. Scotopic or mesopic factors will not be allowed.

3) Lumen Maintenance Projection. The LEDs shall have long-term lumen maintenance documented according to IESNA TM-21, or when available for the luminaires according to IESNA TM-28. The submitted calculations shall incorporate an in situ temperature measurement test (ISTMT) and LM- 80 data with TM-21 inputs and reports according to the TM-21 calculator, or when available an ISTMT and LM-84 data with TM-28 inputs and reports according to the TM-28 calculator. Ambient temperature shall be 77°F (25°C).

d. Driver. The driver for the luminaire shall be integral to the unit. It shall be mounted in the rear of the luminaire on the inside of a removable door or on a removable mounting pad. The removable door or pad shall be secure when fastened in place, and all individual components shall be secured upon the removable element. Each component shall be readily removable from the removable door or pad for replacement.

The driver shall be installed in a manner to keep it mechanically separated from the LED array heat sink.

1) Circuit Protection. The driver shall tolerate indefinitely open and short-circuit output conditions without damage.

2) Ingress Protection. The driver shall have an IP65 or IP66 rating.

3) Input Voltage. The driver shall be suitable for operation over a range of 120 to 277 V or 347 to 480 V as required by the system operating voltage.

4) Operating Temperature. The driver shall have an operating ambient temperature range of -40°F to 131°F (-40°C to 55°C).

5) Driver Life. The driver shall provide a lifetime of 100,000 hours at an ambient temperature of 77°F (25°C).

6) Safety/UL. The driver shall be listed under UL 1012 or UL 1310.

7) Power Factor. The driver shall maintain a power factor of 0.9 or higher and total harmonic distortion of less than 20%.

8) Driver Efficiency. The driver shall have a minimum efficiency of 90% at maximum load and a minimum efficiency of 85% for the driver operating at 50% power, with driver efficiency defined as output power divided by input power.

9) Electrical Interference. The driver shall meet the electromagnetic compatibility (EMC) requirements for Class A digital devices included in the FCC Rules and Regulations, Title 47, Part 15.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 69 10) Thermal Fold Back. The driver shall reduce the current to the LED module if the driver is overheating as a result of abnormal conditions.

11) Dimming. The driver shall have 0 to 10 V dimming capability.

12) Leakage Current. The driver shall comply with safety standards according to IEC 61347-1.

13) Field Adjustable Output. Where scheduled on plans, provide an internal selector switch in the luminaire that allows for field adjustment of the luminaire output, in step-wise increments of 5 to 10%. This feature is also permitted to allow standard sized luminaires to be tuned for lower output applications that require not less than 20% of the rated luminaire output.

e. Surge Protection Device (SPD). SPD shall be labeled as Type 4 in accordance with UL 1449 and be an integral part of the luminaire. It shall provide a minimum system protection level of 10 kV, 10 kA. To protect for a 10 kV, 10 kA surge the required clamping voltage of the external metal oxide varistor (MOV) or other SPD shall be lower than 1 kV at 8 kA {(10 kV – 2 kV)/1 ohm = 8 kA}.

The SPD shall comply with the following standards:

• IEEE C62.41.1, IEEE Guide on the Surge Environment in Low-Voltage (1000 V and Less) AC Power Circuits,

• IEEE C62.41.2, IEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and Less) AC Power Circuits,

• IEEE C62.45, IEEE Recommended Practice on Surge Testing for Equipment Connected to Low- Voltage (1000 V and Less) AC Power Circuits, and

• ANSI C136.2, American National Standard for Roadway and Area Lighting Equipment — Luminaire Voltage Classification.

The SPD and performance parameters shall be posted at www.UL.com under category code VZCA2.

f. Warranty. The entire luminaire and all of its component parts shall be covered by a 10-year warranty. Failure is defined as when one or more of the following occur:

• Negligible light output from more than 10% of the LED packages,

• Moisture inside the optical assembly,

• Driver that continues to operate at a reduced output, and/or

• Other failed conditions that do not meet specifications.

The warranty period shall begin on the date of final acceptance of the lighting work as documented in the Resident Engineer’s project notes.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 70 g. Submittal Requirements. The Contractor shall submit, for approval, an electronic version of all associated luminaire IES files, AGi32 files, and the TM-21 or TM-28 calculator spreadsheet with inputs and reports associated with the project luminaires. The Contractor shall also provide an electronic version of each of the following Manufacturers’ product data sheets for each type of luminaire.

1) Descriptive literature and catalog cuts for luminaire, LED package, driver, and surge protection device;

2) LED drive current, total luminaire input wattage, and total luminaire current at the system operating voltage or voltage range and ambient temperature of 77°F (25°C);

3) Luminaire efficacy expressed in lumens per watt (lpw) per luminaire;

4) Initial delivered lumens at the specified color temperature, drive current, and ambient temperature;

5) Computer photometric calculation reports;

6) TM-15 BUG rating report;

7) Certification of Manufacturers’ experience and certification that luminaires were assembled in the United States;

8) Supporting documentation of compliance with ANSI standards, as well as listing requirements;

9) Supporting documentation of laboratory accreditations and certifications for specified testing;

10) Thermal testing documents;

11) IES LM-79, LM-80 (or LM-84), and TM-21 (or TM-28) reports;

12) Salt spray (fog) test reports and certification;

13) Vibration characteristics test reports and certification;

14) IP test reports;

15) Manufacturer written warranty; and

16) Luminaire installation, maintenance, and washing instructions.

4. Lenses

When polycarbonate resin lenses are specified, the fabricator shall furnish certified lenses conforming to the following criteria:

a. The lenses are molded in a single piece from virgin polycarbonate resin.

b. The lenses are free from cracks, blisters, burns, and flow lines, and furnished with the natural molded surface.

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 71 c. The lenses are of uniform density throughout and free from air, gas, or moisture pockets, and uncured areas.

d. The lenses are transparent with a clear bluish tint, produced from ultraviolet stabilized resin to reduce the effects of ultraviolet radiation on their color properties. e. The resins used meet the requirements for the self-extinguishing classification of ASTM D 635 and feature a minimum impact strength, Izod notched of 12 foot pounds per inch when tested according to ASTM D 256, Method A, using a 1/8 inch by 1/2 inch bar molded according to ASTM recommended practice. 5. Outdoor Wireless Lighting Control System

a. General. Provide outdoor wireless control components as scheduled on drawings that are compatible with the existing GE LightGrid wireless lighting control system. Luminaires shall be equipped to allow for remote operation and monitoring of fixtures through the existing DOT&PF traffic operations center (TOC).

b. Wireless Node.

On top of each luminaire, furnish a wireless node that connects to the external socket and allows for: 1) Utility Grade Measurement up to 0.5% Accuracy

2) Self-forming & self-restoring mesh network

3) Static IPV4 data addressing and routing

4) Reliable and Secure Encrypted Communications

5) Spacing between Nodes and gateway of up to 1,000 feet (Clear Line of Sight)

6) Utility grade 15 minute time of use Energy consumption reporting

7) Full Autonomous Photocell Functionality (No wireless network required)

8) Time Based Lighting schedules to maximize energy savings

9) Integrated GPS in each node for Real time Asset Reporting

10) Real time measurement and storage of Voltage, Current, Wattage, Power Factor, and Hours of operation

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 72 Provide wireless nodes conforming to the following criteria: • Input Voltage: 70-305VAC, 60 Hz • Radio Frequency: 2400 MHz ISM Band • Network Communication: IEEE 802.15.4, 6LoWPAN, 50 Channel FHSS • Addressing: IPv4 • Dimming: 0-10V • Operating Temperature: -40 to +50C • Surge: Meets ANSI C62.41 6KV, 3KA Combination Wave • Power consumption: 1.6W average; 2.2W maximum. • Photocell: Complies with ANSI C136.10-2006 • GPS: Accuracy 10 feet (clear open sky) • Security: AES Encryption and Certificate based authentication • Utility Grade Energy Measurement: Complies with relevant sections of ANSI C12.20 • Complies with FCC Part 15 required sub sections • Complies with UL 773, Wet Rated, Type 2 Outdoor • Complies with ANSI C136.41-2013 (ANSI Dimming) • Warranty: 10 years

SPECIAL PROVISIONS Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing 73

APPENDIX A

PERMITS

Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing FNSB FLOODPLAIN DEVELOPMENT PERMIT Permit Number: FP 2019-0046 Requirements for this permit:

No person shall alter, relocate or obstruct a watercourse within a flood hazard area such that the ability of that watercourse to carry the base flood is dimished.

If the alteration is located in a regulatory floodway; certification must be provided by a registered professional statement domonstrating that such encroachments will not result in any increase in flood levels.

Issued To: Company: ADOT&PF Name: NELSON BRETT Mailing Address: 2301 PEGER ROAD City/State/Zip: FAIRBANKS AK 99707

Issued By: Date: 01/28/2019 BFE: Varies Nancy Durham (Floodplain Administrator)

Description of proposed work: Resurface Parks Highway/Mitchell Expressway along MP 356-362 with Minor bridge repair (membranes, bridge rail upgrade, paving-NO in-water work); Mill & pave Old Airport Road; Repair/replace guardrail; Install crash cushions/ concrete median barriers; Repair/replace medians; Repair/replace curb ramps; Striping; Signing; and Lighting

Specific Standards: Hydraulic Study Submitted with application. Please submit copy of DEC Permit.

Parcel(s) Project Address: 0172111 TL-100 SECTION 1 T1S-R2W 2156 KOYUKUK DR 0483885 TRACT G-3 ASLS 80 64

NOTE: This permit authorizes development in the Special Flood Hazard Area described above. A Certificate of Compliance shall be applied for within 60 days after obtaining the elevation certificate. The holder of this permit is required to comply with all other applicable laws, including city, borough, state and federal laws.

APPENDIX B

MATERIALS CERTIFICATION LIST (MCL)

Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing HIGHWAY MASTER MATERIALS CERTIFICATION LIST, EXCEPT SECTION 660/661/740 (REV 6/14/16)

Project Name Parks Highway MP 356-362 Resurfacing & Automated Vehicle Classifier Upgrades & Construction & Old Airport Road Resurfacing

Project Number 0A45029/NFHWY00019 & 0106081/NFHWY00005a & 0002359/NFHWY00018

Project Engineer Signature Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Timber, Pressure Treated 202-2.01

Steel Pipe, Galvanized 202-2.01

Steel Fasteners, Galvanized 202-2.01

Reflectors 202-2.01

401 HOT MIX ASPHALT PAVEMENT

Mix Design 401-2.09

Joint Adhesive 702-2.05

Joint Sealant 702-2.06

501 STRUCTURAL CONCRETE

Concrete Mix Design, Class __ 501-2.02

Cementitious Materials

Portland Cement 701-2.01

Blended Hydraulic Cement 701-2.02

Fly Ash 701-2.04 Ground Granulated Blast- Furnace Slag 701-2.05

Silica Fume 701-2.06

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 1 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

Aggregate Materials

Fine Aggregate 703-2.01

Coarse Aggregate 703-2.02

Aggregate for Abrasive Finish 703-2.14

Water, Admixtures, and Curing Materials

Curing Materials 711-2.01

Chemical Admixtures 711-2.01

Water and ice 712-2.01

Anchors and Inserts Concrete Anchor Inserts and Bolts 712-2.20

Structural Steel 716

Grout and Epoxy

Grout 701-2.03 Epoxy Adhesive for Crack Sealing 501-2.01 Epoxy Adhesive for Crack Injection 501-2.01

Low Viscosity Resin 712-2.19

Epoxy Bonding Agent 501-2.01

503 REINFORCING STEEL Deformed and Plain Billet-Steel Bars 709-2.01 Fabricated Deformed Steel Bar Mats 709-2.01

Epoxy-Coated Reinforcing Bars 709-2.01

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 2 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

504 STEEL STRUCTURES

Structural Steel Rolled Steel Plates, Shapes, Sheet Piling and Bars 716.2.02

Structural Steel 716.2.02 Filler Metal for Applicable Arc- Welding Electrodes 716.2.02

Stud Shear Connectors 716.2.02

Raised Pattern Plate 716.2.02 AWS Arc Welding Electrodes Specifications

Fasteners

High Strength Bolts 716-2.03

Nuts 716-2.03

Hardened Steel Washers 716-2.03 Zinc Coated Load Indicating Washers 716-2.03

Galvanizing 716-2.07

507 BRIDGE RAILING

Steel Railing

Steel Tube Rail Elements 722-2.01

Steel Thrie Beam Elements 722-2.01

Posts 722-2.01 Machine Bolts, Cap Screws, Nuts & Washers 722-2.01 High Strength Bolts, Nuts & Washers 722-2.01/716-2.03

Anchor Bolts 722-2.01

Anchor Studs 722-2.01

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 3 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

Shims, Plates and Sleeves 722-2.01

Galvanizing 722-2.01

Concrete 501/503

Epoxy-Coated Reinforcing Bars 709-2.01

Cable 507-2.01

Bronze 507-2.01

Grout 701-2.03

508 WATERPROOFING MEMBRANE

Membrane Material 508-2.01

Pavement Overlay Material 401

516 EXPANSION JOINTS AND BEARINGS

Grout 701-2.03

Bridge Seals 705-2.03

Expanded Polyethylene 705-2.06

Structural Steel Rolled Steel Plates, Shapes, Sheet Piling and Bars 716.2.02

Structural Steel 716.2.02 Filler Metal for Applicable Arc- Welding electrodes 716.2.02

Stud Shear Connectors 716.2.02

Raised Pattern Plate 716.2.02

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 4 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

606 GUARDRAIL

Concrete Mix Design 501-3.01

Pre-Mixed (Sac Crete) 606-2.01

Metal Beam Rail 710-2.04

Guardrail Posts and Blocks Wood Posts and Wood Blocks 710-2.06

Timber treatment 714

Steel Posts and Blocks 710-2.06

Synthetic Blocks 710-2.06

Guardrail Hardware 710-2.07

Terminals

Parallel Rail Terminal 710-2.11

Sequential KinkingTerminal 710-2.11

Extruder Terminal 710-2.11 710-2.11/ Std. Controlled Release Terminal Dwg. G-25.20W

All other Terminals 710-2.11

Flexible Markers 606-2.01 Guardrail Reflector Assembly Brackets 606-2.01

Reflective Sheeting Type_ 606-2.01

607 FENCE

Concrete Mix Design 501-3.01

Chain Link Fence 710-2.03

Fence Posts 710-2.05

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 5 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

608 SIDEWALKS

Concrete Mix Design 501-3.01

Joint Fillers 705-2.01

Joint Sealer 705-2.02

Asphalt Concrete Mix Design 608-2.01

Detectable Warnings 608-3.04

609 CURBING 501-3.01/ 609- Concrete Mix Design 2.01

Joint Fillers 705-2.01

Joint Sealer 705-2.02

Joint Mortar 705-2.04

Precast Concrete Curb 712-2.04

Asphalt Concrete Mix Design 609-2.01

614 CONCRETE BARRIER

Concrete Mix Design 501-3.01 709-2.01 and 709- Reinforcing Steel and Wire Rope 2.02 Reflective Sheeting Material Type _ 614-2.01

Reflector Assemblies 614-2.01/Plans

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 6 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

615 STANDARD SIGNS

Sheet Aluminum 730-2.01/Plans

High Density Overlaid Plywood 730-2.02 Std. Dwg. S- Sign Framing Members 20.10

Reflective Sheeting 730-2.03

Orange Background Signs 615-2.01 Railroad Crossbucks & Vertical Crossbuck Support Panels 615-2.01 Non-Illuminated Overhead Signs 615-2.01 Fluorescent Yellow-Green School Area Signs 615-2.01

Reflective Sheeting Warranty 615-2.01

Sign Posts

Metal Pipe Posts 730-2.04

Perforated Steel Posts 730-2.04

Finished Wooden Posts 730-2.04 Pressure Treatment for Wooden Posts 730-2.04/714 Preservative for Field cuts and holes 730-2.04

Wide Flange Posts 730-2.04

Flanged Channel Posts 730-2.04 Square Non-Perforated Steel Tubes 730-2.04

Zinc Coating for Repairs 730-2.04 615-2.01 and 730- Flexible Delineator Posts 2.05

Acrylic Prismatic Reflectors 730-2.06

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 7 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

Sign Bases

Slip Base 615-2.01/Plans

Breakaway Base 615-2.01/Plans

Frangible Couplings 615-2.01/Plans 615-2.01 and Concrete 501-3.01

618 SEEDING

Seed 724

Fertilizer 618-2.01/725

625 PIPE HAND RAIL

Concrete Mix Design 501-3.01

Pipe 625-2.01

632 PAVING FABRIC

Paving Fabric 729-2.03

633 SILT FENCE

Geotextile 729-2.04

Posts 729-2.04

641 EROSION, SEDIMENT AND POLLUTION CONTROL 641 Control and Stabilization Materials identified and documented in SWPPP and BMP Installations 641-2.05 approved on project.

643 TRAFFIC MAINTENANCE 643 Materials approved on project with TCP conforming to Traffic Control Devices 643-2.01 Alaska Traffic Manual (ATM).

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 8 of 9 Unshaded boxes indicate who approves the manufacturer's certificate of compliance or materials submittals. If two boxes not shaded, either approving authority may be used. Specification Construction Design Statewide Materials Certificate Materials Item Project Regional Design State Regional *Qualified State Manufacturer/ Location 2017 or Std. Mod. Remarks e.g. if noted Engineer Materials or Engineer Bridge Traffic Products Materials or QA Engineer of Record Engineer Engineer List (QPL) QA Engineer Binder #

670 TRAFFIC MARKINGS Traffic Paint, Beads Combined 708-2.03, 712- Cert. 2.08 Iron Casting for Raised/Recessed Markers 670-2.01

Methyl Methacrylate Markings, 712-2.17, 712- Beads, Anti-Skid Combined Cert. 2.08 Raised and Recessed Pavement Markers 712-2.15/Plans

Additional Materials

*Unshaded boxes under QPL do not indicate that the materials are currently on that list. They indicate materials with potential for being on the QPL once qualified. See Section 106-1.05 for submittal requirements. 9 of 9 Project Name Parks Highway MP 356-362 Resurfacing & Automated Vehicle Classifier Upgrades & Construction & Old Airport Road Resurfacing Project Number 0A45029/NFHWY00019 & 0106081/NFHWY00005a & 0002359/NFHWY00018 Project Engineer Signature

SECTION 660/661/740 MASTER MATERIALS CERTIFICATION LIST (NR_rev06/14/16) Item 2017 Acceptance By: Remarks Third Party Specifications Listing or Construction Design Section 660/661/740 is updated every quarter. Changes Labeling Project QA/ Design Bridge Traffic made this quarter are highlighted in yellow. Deleted text Required? Engr Matls Engr Engr Engr is lined out. (Y/N) Engr QPL

660 SIGNALS AND LIGHTING

HIGHWAY LIGHTING SYSTEMS SIGNAL AND LIGHTING STRUCTURES 669-2.06, 740- STEEL POLES AND TOWERS: N 2.02, 740-2.04 Galvanizing 740-2.02 660-2.01, Shop Drawings 740-2.02 Computations, Wind Stress Certification 669-2.06 Northern Region Special Provision Computations, Wind Stress Certification 740-2.02 660-2.01, Welding Quality Control Plan 740-2.02 Mill Certifications for Steel Products 740-2.02 CONDUIT : Galvanized Rigid Metal Conduit 740-2.06 Y Galvanized Couplings 740-2.06 N Galvanized Split Couplings 740-2.06 Y Galvanized Elbows 740-2.06 Y Expansion Joints 660-3.03.22 Y Bored Casing Special Provisions N Underground Marker Tape 660-3.03.14 N

Electronic Marker Capsule (underground junction boxes - Special Provisions Central Region, antenna encapsulated in a 4 inch red polyethylene ball - N 660-3.04 Part# 3M-EMS 1402 responsive to locator device up to 5 feet)

Pull Rope 660-3.03.13 N Special Provisions High Density Polyethylene Conduit 660-3.03 Y Central Region 740-2.06 Special Provisions High Density Polyethylene Couplings N Central Region 660-3.03

1 of 5 SECTION 660/661/740 MASTER MATERIALS CERTIFICATION LIST (NR_rev06/14/16) Item 2017 Acceptance By: Remarks Third Party Specifications Listing or Construction Design Section 660/661/740 is updated every quarter. Changes Labeling Project QA/ Design Bridge Traffic made this quarter are highlighted in yellow. Deleted text Required? Engr Matls Engr Engr Engr is lined out. (Y/N) Engr QPL

BONDING & GROUNDING: Grounding Bushings 660-3.06 Y # 8, #6, or larger Bare Copper Ground Wire 660-3.06 N Compresssion Tap Connectors Detail in Plans Y CONDUCTORS / CABLES: 3C#8 Illumination Cable - PE Jacket 740-2.05 N 3C#6 Illumination Cable - PE Jacket 740-2.05 N 1C#10 Luminaire Tap Conductors 740-2.05 Y Identification Labels 660-3.05 N SPLICES Overlap Type Crimp Connector 660-3.05 N Heat Shrink Tubing 660-3.05 Y Electrical Tape 660-3.05 Y Inline Resin Splice Kit (Lighting) 660-3.05 Y Wye Resin Splice Kit (Lighting) 660-3.05 N Fused Disconnect Kits (Lighting) 740-2.07 Y Fuses for Disconnect Kits 740-2.07 Y LIGHTING FIXTURES Detail in Plans, LED Luminaire Y 740-2.18 Detail in Plans, Offset LED Luminaire Y 740-2.18 Detail in Plans, Underpass LED Luminaire Y 740-2.18 AUTOMATED VEHICLE CLASSIFIERS & TRAFFIC RECORDERS PORTLAND CEMENT CONCRETE RADAR POLE Std. Dwg L-30.10 N FOUNDATION: Cast in Drilled Hole Concrete Mix Design 660-3.02 N Billet Steel Bars 709-2.01 N Ferrule Anchor Std. Dwg L-30.10 N Corrugated Steel Pipe 707-2.01 N Frangible Couplings Detail in Plans N Precast Foundations Std. Dwg L-30.10 N SENSOR STRUCTURES 669-2.06, 740-2.02, STEEL POLES: N Northern Region Special Provision 740-2.04

2 of 5 SECTION 660/661/740 MASTER MATERIALS CERTIFICATION LIST (NR_rev06/14/16) Item 2017 Acceptance By: Remarks Third Party Specifications Listing or Construction Design Section 660/661/740 is updated every quarter. Changes Labeling Project QA/ Design Bridge Traffic made this quarter are highlighted in yellow. Deleted text Required? Engr Matls Engr Engr Engr is lined out. (Y/N) Engr QPL

Galvanizing 740-2.02 N Shop Drawings 660-2.01, 740-2.02 N Computations, Wind Stress Certification 669-2.06, 740-2.02 N Northern Region Special Provision Welding Quality Control Plan 660-2.01, 740-2.02 N Mill Certifications for Steel Products 740-2.02 N JUNCTION BOXES: (from Manufacturers on APL) Regional Details 660- Type IA 3.04, 711-2.01, 709- N 2.01 JUNCTION BOXES: (from Manufacturers NOT on APL) Regional Details, Std. Type IA Dwg T-34.01, 660-3.04, N 711-2.01, 709-2.01 Concrete Mix Design 660-2.01 N Curing Materials 711-2.01 N Reinforcing Steel 709-2.01 N Junction Box Cover 660-3.04 N Ground Wire from Bushing to Cover 660-3.04 N CONDUIT / LOOPS: Galvanized Rigid Metal Conduit 740-2.06 Y Galvanized Couplings 740-2.06 Y Galvanized Split Couplings 740-2.06 Y Galvanized Elbows 740-2.06 Y Galvanized Nipples 740-2.06 Y Underground Marker Tape 660-3.03.14 N BONDING & GROUNDING: Copper Ground Rod 660-3.06 Y Grounding Bushings 660-3.06 Y Ground Rod Clamps 660-3.06 Y #6 & 8 Bare Copper Ground Wire 660-3.06 N Braided Copper J-Box Lid Bonding Wire 660-3.06 N CONDUCTORS / CABLES: Plans, 669-3.06, 1C#14 Detector Loops Y Northern Region Special Provision 740-2.05 Plans, 669-3.06, 6pr#18 Loop Lead-in Cable Y Northern Region Special Provision 740-2.05 SPLICES

3 of 5 SECTION 660/661/740 MASTER MATERIALS CERTIFICATION LIST (NR_rev06/14/16) Item 2017 Acceptance By: Remarks Third Party Specifications Listing or Construction Design Section 660/661/740 is updated every quarter. Changes Labeling Project QA/ Design Bridge Traffic made this quarter are highlighted in yellow. Deleted text Required? Engr Matls Engr Engr Engr is lined out. (Y/N) Engr QPL

Overlap Type Crimp Connector 660-3.05 N Heat Shrink Tubing 660-3.05 Y Electrical Tape 660-3.05 Y CONTROLLER CABINET: Style CBA2 Cabinet 669-2.02 Y Northern Region Special Provision Terminal Blocks: 669-2.02.8 Y Northern Region Special Provision Circuit Breaker Panel 669-2.02.10 N Northern Region Special Provision Transient Voltage Surge Protection 669-2.02.11 N Northern Region Special Provision Interior Light 669-2.02.12 N Northern Region Special Provision Cooling Fan 669-2.02.13 N Northern Region Special Provision Thermostat 669-2.02.16 N Northern Region Special Provision 110-volt Receptacles 669-2.02.14 N Northern Region Special Provision Overlap Type Crimp Connector 660-3.05 N Heat Shrink Tubing 660-3.05 Y Electrical Tape 660-3.05 Y DATA LOGGERS AND TEMPERATURE SENSORS: Data Logger 669-2.06.1 N Northern Region Special Provision Road Temperature Thermocouple 669-2.06.2 N Northern Region Special Provision Air Temperature Thermocouple 669-2.06.3 N Northern Region Special Provision Radiation Shield 669-2.06.4 N Northern Region Special Provision Vertical Temperature probe 669-2.06.5 N Northern Region Special Provision ADDITIONAL COMPONENTS Piezoelectric Sensor 669-2.01 N Northern Region Special Provision AS475 methyl grout for sensor 669-2.01.9 Northern Region Special Provision Cellular Modem 669-2.03 N Northern Region Special Provision Remotely Controllable Serial Switch 669-2.05 N Northern Region Special Provision Automated Vehicle Classification (AVC) Counter 669-2.04 N Northern Region Special Provision Radar-Based Traffic Detection Equipment 669-2.04 N Northern Region Special Provision 661 ELECTRICAL LOAD CENTERS Std. Dwgs. TYPE 1 & TYPE 1A FOUNDATIONS N L-24.00 & L-25.00 BONDING & GROUNDING: Copper Ground Rod 660-3.06 Y Ground Clamps 660-3.06 Y # 6 Bare Copper Grounding Wire 660-3.06 N

4 of 5 SECTION 660/661/740 MASTER MATERIALS CERTIFICATION LIST (NR_rev06/14/16) Item 2017 Acceptance By: Remarks Third Party Specifications Listing or Construction Design Section 660/661/740 is updated every quarter. Changes Labeling Project QA/ Design Bridge Traffic made this quarter are highlighted in yellow. Deleted text Required? Engr Matls Engr Engr Engr is lined out. (Y/N) Engr QPL

COMPONENTS IN COMMON Photoelectric Control Std. Dwg. 740-2.20 Y 1-5C#14 Std. Dwgs. 740-2.05 Y Std. Dwgs. 661- Contactors Y Std. Dwgs.2 01 661- 2-Pole Contactor for Type 1 Ld Ctr Y Std. Dwgs.2 01 661- Multi-Pole Contactor for Type 1A, 2, or 3 Ld Ctr Y Std. Dwgs.2 01 661- Load Panel Y Std. Dwgs.2 01 661- Neutral Bus Bar System Y Std. Dwgs.2 01 661- Ground Bus Bar System Y Std. Dwgs.2 01 661- Meter Socket Y Std. Dwgs.2 01 661- Manual Circuit Closing Device Y Std. Dwgs.2 01 661- Circuit Breakers Y Std. Dwgs.2 01 661- Galvanized Rigid Metal Conduit Y 2 01 Transformers 661-2.01 Y LOAD CENTER ASSEMBLIES Std. Dwg. L- Type 1A Y 25.00 661-2.01

TRANSFORMERS 661-2.01 Y

ADDITIONAL MATERIALS

Lighting Control Node 740-2.18 Y Detail in Plans, Y Lighting Control Gateway 740-2.18

5 of 5

APPENDIX C

EROSION AND SEDIMENT CONTROL PLAN (ESCP)

Project No. 0A45029/NFHWY00019 Parks Highway MP 356-362 Resurfacing Project No. 0106081/NFHWY00005a Automated Vehicle Classifier Upgrades & Construction Project No. 0002359/NFHWY00018 Old Airport Road Resurfacing

Erosion and Sediment Control Plan For Parks Highway MP 356-362 Resurfacing Project Number NFHWY00019

Fairbanks, Alaska 99709

Alaska Department of Transportation & Public Facilities Northern Region 2301 Peger Rd Fairbanks, Alaska 99709

ESCP Preparation Date: September 2018

The following Erosion and Sediment Control Plan (ESCP) has been prepared by the Alaska Department of Transportation and Public Facilities (DOT&PF) to assist bidders in successfully planning their construction means and methods to comply with the 2016 Alaska Construction General Permit (ACGP), United States Army Corps of Engineers (USACE) 404/10 Permit, Alaska Department of Environmental Conservation (ADEC) 401 Water Quality Certification, and other permits associated with this project. This document is not intended to be all inclusive of the best management practices (BMPs) that will be required to reduce the potential for sediment discharge during construction and comply with permit conditions or construction specifications. This ESCP is intended to guide contractors during the bidding process and assist in the preparation of the contractor’s Storm Water Pollution Prevention Plan (SWPPP) that must be approved prior to commencing construction after award. The contractor is responsible for the risk assessment analysis, planning, preparation and implementation of the SWPPP.

i TABLE OF CONTENTS

SECTION 1 - GENERAL INFORMATION ...... 1 1.0 Permittee (5.3.1) ...... 1 1.1 Operator(s)/Contractor(s) ...... 1 1.2 Subcontractors...... 1 2.0 Storm Water Contacts (5.3.2) ...... 1 3.0 Project Information (5.3.3) ...... 3 3.1 Project Information ...... 3 3.2 Project Site-Specific Conditions (5.3.3) ...... 3 4.0 Nature of Construction Activity (5.3.4) ...... 4 4.1 Scope of Work ...... 4 4.2 Project Function (5.3.4.1) ...... 4 4.3 Support Activities (As Applicable) ...... 4 4.4Sequence and Timing of Soil-disturbing Activities (5.3.4.2) ...... 5 4.5 Size of property and total area expected to be disturbed (5.3.4.3) ...... 5 4.6 Identification of all potential pollutant sources (5.3.4.5) ...... 6 5.0 Site Maps (5.3.5) ...... 6 6.0 Discharges ...... 7 6.1 Locations of Other Industrial Storm Water Discharges (5.3.8) ...... 7 6.2 Allowable Non-Storm Water Discharges (1.4.3; 4.3.7; 5.3.9) ...... 7

SECTION 2 – COMPLIANCE WITH STANDARDS, LIMITS, AND OTHER APPLICABLE REQUIREMENTSDOCUMENTATION OF PERMIT ELIGIBILITY RELATED TO TOTAL MAXIMUM DAILY LOADS (3.2, 5.6) ...... 8 7.1 Identify Receiving Waters (5.3.3.3) ...... 8 7.2 Identify TMDLs (5.6.1) ...... 8 8.0 Documentation of Permit Eligibility Related to Endangered Species (3.3, 5.7) ...... 8 8.1 Information on endangered or threatened species or critical habitat (5.7.1) ...... 8 9.0 Applicable federal, state, tribal, or local requirements (4.15) ...... 9

SECTION 3 – CONTROL MEASURES ...... 10 10.0 Control Measures/Best Management practices (4.0; 5.3.6) ...... 11 10.1 Minimize the Amount of Soil Exposed during Construction Activity (4.2.2) ...... 12 10.2 Maintain Natural Buffer Areas (4.2.3) ...... 13 10.3 Control Storm Water Discharges and Flow Rates (4.2.5) ...... 13 10.3.1 Protect Steep Slopes (4.2.6) ...... 14 10.4 Storm Water Inlet Protection (4.3.1) ...... 14 10.5 Water Body Protection (4.3.2) ...... 14 10.6 Down-Slope Sediment Controls (4.3.3) ...... 15 10.7 Stabilized Construction Vehicle Access and Exit Points (4.3.4) ...... 15 10.8 Dust Generation and Track-Out from Vehicles (4.3.5) ...... 16 10.9 Soil Stockpiles (4.3.6) ...... 16 10.10 Sediment Basins (4.3.8) ...... 16 10.11 Dewatering (4.4) ...... 17 10.12 Soil Stabilization (4.5) ...... 17 10.13 Treatment Chemicals/Active Treatment Systems (4.6.1) ...... 18 10.13.1 Treatment chemicals (4.6.1) ...... 18 10.13.2 Treatment chemical use procedures (4.6.2) ...... 18 10.13.3 Application of treatment chemicals (4.6.3)...... 18 10.14 Active Treatment System information (4.6.3.3) ...... 18 10.15 Good Housekeeping Measures (4.8) ...... 19 10.15.1 Washing of Equipment and Vehicles and Wheel Wash-Down (4.8.1) .. 19 10.15.2 Fueling and Maintenance Areas (4.8.2) ...... 19 10.15.3 Washout of Applicators/Containers used for Paint, Concrete, and Other Materials (4.8.4) ...... 20 10.15.4 Fertilizer or pesticide use (4.8.5) ...... 20 10.16 Spill Notification (4.9) ...... 21 ii 10.17 Storage, Handling, and Disposal of Construction Waste (4.8.6, 5.3.7) ...... 21 10.18 Permanent/Post-Construction BMPs ...... 21

SECTION 4 - INSPECTIONS, MONITORING, AND RECORDKEEPING ...... 22 11.0 Inspections (5.4; 6.0) ...... 22 11.1 Inspection schedules (5.4.1.2; 6.1; 6.2) ...... 22 11.2 Inspection form or checklist (5.4.1.3; 6.7) ...... 23 11.3 Corrective action procedures (5.4.1.4; 8.0) ...... 23 11.4 Inspection recordkeeping (5.4.2) ...... 24 12.0 Monitoring Plan (If Applicable) (5.5; 7.0) ...... 24 12.1 Determination of Need for Monitoring Plan ...... 24 13.0 Post-Authorization Records (5.8) ...... 24 13.1 Additional Documentation Requirements (5.8.2)...... 24 13.1.1 Records of employee training (4.14; 5.8.2.7)...... 25 14.0 Maintaining an Updated SWPPP (5.9) ...... 25 14.1 Log of SWPPP Modifications (5.9.2) ...... 25 14.2 Deadlines for SWPPP Modifications (5.9.3) ...... 25 15.0 Additional SWPPP Requirements (5.10) ...... 26 15.1 Retention of SWPPP (5.10.1) ...... 26 15.2 Main entrance signage (5.10.2) ...... 26 15.3 Availability of SWPPP (5.10.3) ...... 26 15.4 Signature and certification (5.10.4)...... 26

iii APPENDICES

Appendix A – Site Maps and Drawings Appendix B – BMP Details Appendix C – Project Schedule Appendix D – Supporting Documentation: see Section 3.3 o TMDLs o Endangered Species Documentation o DEC Non-Domestic Wastewater Plan Review No Objection Letter (if required) o DEC Dewatering Permit (if required) o Environmental Permits and Commitments Appendix E – Delegations of Authority, SWPPP Certifications, Subcontractor Certifications, Project Staff Tracking and Personnel Qualifications Appendix F – Permit Conditions o Copies of Signed Notices of Intent o Copies of Letters from DEC Authorizing Coverage, with DEC NOI Tracking Numbers o Copy of 2016 Alaska Construction General Permit Appendix G – Grading and Stabilization Records Appendix H – Monitoring Plan (if applicable) and Reports Appendix I – Training Records Appendix J – Corrective Action Log and Delayed Action Item Reports Appendix K – Inspection Records Appendix L – SWPPP Preparer’s Site Visit Appendix M – SWPPP Amendment Log Appendix N – Daily Record of Rainfall Appendix O – Hazardous Material Control Plan (HMCP) Appendix P – Treatment Chemicals/Active Treatment Systems (if applicable) Appendix Q – Other: o Anti-Degradation Analysis (if applicable) o Correspondence with Regulatory Agencies o Notices of Termination

iv

SECTION 1 - GENERAL INFORMATION

1.0 PERMITTEE (5.3.1)

The Department of Transportation & Public Facilities (DOT&PF) will be a permittee for the project. Upon the approval of the contractor’s Storm Water Pollution Prevention Plan (SWPPP) by DOT&PF, the contractor will be required to submit a Notice of Intent (NOI) and obtain permit coverage as an operator. The contractor’s contact information, as well as contact information for all subcontractors must be included in the contractor’s SWPPP. All subcontractors will be required to sign a certification (DOT&PF Form 25D-105) demonstrating they have read the Alaska Construction General Permit (ACGP), the contractor’s SWPPP, and will adhere to their terms and conditions. 1.1 Operator(s)/Contractor(s)

Insert Company or Organization Name Insert Name Insert Address Insert City, State, Zip Code Insert Telephone Number Insert Fax/Email

The contractor has day-to-day operational control over activities in the field, including subcontractors and implementation of the SWPPP.

Alaska Department of Transportation and Public Facilities, Northern Region Ryan Anderson 2301 Peger Road Fairbanks, Alaska 99709 907-451-5129 [email protected]

DOT&PF has operational control over construction plans and specifications, including the ability to make modifications and ensure compliance with the SWPPP.

Repeat as necessary.

1.2 Subcontractors

Insert Company or Organization Name Insert Name Insert Address Insert City, State, Zip Code Insert Telephone Number Insert Fax/Email Insert Area of Control

Repeat as necessary to include all subcontractors.

2.0 STORM WATER CONTACTS (5.3.2)

Identify the qualified persons responsible for the following required positions:

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 1 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Superintendent; Storm Water Lead (5.3.2.1); SWPPP Preparer (5.3.2.2); Person(s) Conducting Inspections- Contractor’s SWPPP Manager and DOT&PF’s Storm Water Inspector (5.3.2.3); Person(s) Conducting Monitoring (if applicable, 5.3.2.4), and Person(s) Operating Active Treatment System (if applicable, 5.3.2.5). The SWPPP Manager and Superintendent must be different individuals when a SWPPP Manager item is included in the Contract). Document that the named individuals are Qualified Persons as described in ACGP Appendix C and as required in Section 641-1.04, whichever is most stringent. Include documentation of qualifications in Appendix E of the SWPPP.

Qualified Personnel Responsibility Storm Water Lead/SWPPP Manager Authority to stop and/or modify construction Insert Name activities as necessary to comply with the SWPPP Insert Address and the terms and conditions of the permit. Insert City, State, Zip Code Insert Telephone Number Insert Fax/Email Contractor’s Superintendent Day-to-day operational control activities at a site Insert Name which are necessary to ensure compliance with a Insert Address SWPPP or other permit conditions. The superintendent Insert City, State, Zip Code is also responsible for certifying SWPPP Insert Telephone Number inspection reports. Insert Fax/Email DOT&PF’s Project Engineer Oversees the project. Assesses the conditions at the Insert Name construction site that could impact storm water Insert Address quality, as well as the effectiveness of any erosion Insert City, State, Zip Code and sediment control measures. The project Insert Telephone Number engineer is also responsible for certifying SWPPP Insert Fax/Email inspection reports. DOT&PF Storm Water Inspector Assess conditions at the construction site that could Insert Name impact storm water quality. Assess the effectiveness Insert Address of any erosion and sediment control measures Insert City, State, Zip Code selected to control the quality of storm water Insert Telephone Number discharge, and familiar with Part 6 as a means to Insert Fax/Email ensure compliance with the permit. .

SWPPP Preparer Possess the skills to assess conditions at the construction Insert Company site that could impact storm water quality. Familiar with Insert Name Part 5 of the permit as a means to implement the permit. Insert Address Insert City, State, Zip Code Insert Telephone # Insert Fax/Email

A SWPPP Project Staff Tracking log (Form 25D-127) will be included in Appendix E to document any changes in personnel for the positions of Superintendent, Project Engineer, SWPPP Manager, and Inspectors.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 2 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

3.0 PROJECT INFORMATION (5.3.3)

3.1 Project Information

Project/Site Name: Parks Highway MP 356-362 Resurfacing

Project State Number/Federal Number: NFHWY00019 Project Street/Location: Parks Highway MP 356-362 City: Fairbanks State: Alaska Zip Code: 99709 Borough or Subdivision: Fairbanks North Star Borough Latitude/Longitude: Latitude: Longitude: BOP. 64.857806 '' N -147.876386” W

EOP 64.820761 “N -147.692231” W

Method for determining latitude/longitude: USGS topographic map (specify scale: ______) EPA Web site GPS Other (please specify): Google Earth 3.2 Project Site-Specific Conditions (5.3.3)

Mean annual precipitation based on nearest weather station (inches): According to the Western Regional Climate Center (WRCC) for the nearest weather station (Fairbanks WSO Airport), the mean annual precipitation is 10.53 inches.

Size of the 2-yr, 24-hr storm event (in inches): Based on the National Oceanic and Atmospheric Atlas 14 point Precipitation Frequency Estimates website, the design rainfall for this SWPPP is a 2 year, 24 hour

Soil Type(s) and Slopes: There are a lot of different soils types on this project. The USDA Agriculture Natural Resource Conservation Service Web Soil Survey is available at the end of the ESCP. (https://websoilsurvey.sc.egov.usda.gov/App/WebSoilSurvey.aspx)

Landscape Topography: project is relatively flat.

Approximate growing season: According to the WRCC for the nearest weather station (Fairbanks WSO Airport), the approximate growing season extends from May 21 to September 16 annually

Vegetation in the area are grass, Labrador tea bushes, willow bushes, and spruce trees

Clearing Window: The US Fish and Wildlife Service “Advisory: Recommended Time Periods for Avoiding Vegetation Clearing in Alaska in order to Protect Migratory Birds” Timing recommendations for land disturbance and vegetation clearing for the “Interior” is May1-July 15.

See appendix A of the contract for all permits

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 3 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Contaminated Sites: None within the project limits. There are multiple contaminated sites within 1500 feet of the project. If excavation Dewatering will occur on the project, the contractor must comply with the Excavation Dewatering General Permit AKG0020000.

Additional information about these sites is available on the DEC Division of Spill Prevention and Response website: http://dec.alaska.gov/spar/spillreport.htm

4.0 NATURE OF CONSTRUCTION ACTIVITY (5.3.4)

4.1 Scope of Work

• Resurface the Parks Highway along MP 356-362

• Minor bridge repairs (such as membranes, rail upgrade and paving) to the following bridges: o Richardson Highway W-W Overcrossing Bridge #1707 o Richardson Highway E-N Ramp Overcrossing Bridge #1912 o Cushman Street Bridge #1705 o Chena River Bridge #1913 o Chena River Bridge #1161 o Airport Way Bridge #1914 o Airport Way Bridge #1244 o Parks/Chena Ridge No 1 (#1878) o Parks/Chena Ridge No 2 (#1879) • Mill and pave Old Airport Road. • Clean all existing culverts and drainage structures • Repair/replace guardrails • Repair/replace medians • Repair/replace curbs and ramps • Repair/replace access control fence • Upgrade traffic signals • Striping • Signing • Lighting • Seeding

4.2 Project Function (5.3.4.1)

Highway Rehabilitation

4.3 Support Activities (As Applicable)

If the Department has legal interest in the support activity (e.g. Material Sale Agreement, mining reclamation plans, Army Corps permit) or the support activity is located within the Project Zone as defined in spec 641, then the support activity must be included in the Project SWPPP

All Material sites will be contractor furnished.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 4 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Dedicated Support Activity Location Yes No

Concrete Batch Plant ☐ X

Asphalt Batch Plant ☐ X

Equipment Staging Yards ☐ X

Material Storage Areas ☐ X

Excavated Material Disposal Areas ☐ X

Borrow Areas ☐ X

4.4Sequence and Timing of Soil-disturbing Activities (5.3.4.2)

Summarize the sequence and timing of soil disturbing activities. The contractor will be required to prepare a detailed schedule for review and approval prior to commencement of construction activities and is to be included in the SWPPP. The schedule will detail the sequence of activities and describe the stabilization schedule.

4.5 Size of property and total area expected to be disturbed (5.3.4.3)

The following are estimates of the construction site:

Description Number Remarks

Total project area: 239 acres This area was calculate: ROW to ROW

Construction-site area to be Offset the edge of pavement approximately 6-10 127 acres disturbed: feet and calculated the area.

Percentage impervious area 50% BEFORE construction:

Runoff Coefficient BEFORE .68 construction:

Percentage impervious area 50% AFTER construction:

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 5 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Runoff coefficient AFTER .68 construction:

4.6 Identification of all potential pollutant sources (5.3.4.5)

Identify and list all potential sources of pollution, including sediment, from construction materials and activities which may affect the quality of storm water discharges from the construction site.

Potential sources of sediment to storm water runoff:

Insert Text or Table

Potential pollutants and sources, other than sediment, to storm water runoff:

Insert or Use Table Below

Trade Name Material Storm Water Pollutants Location

5.0 SITE MAPS (5.3.5)

Site map(s) and drawings are located in appendices.

• North arrow • Property boundaries • Locations where earth-disturbing activities will occur, noting phasing • Location of areas that will not be disturbed and natural features to be preserved • Location of all storm water conveyances including ditches, pipes, and swales • Locations of storm water inlets and outfalls, with a unique identification code for each outfall • Locations where storm water and/or authorized non-storm water discharges to waters of the U.S. (including wetlands) or a Municipal Separate Storm Sewer System (MS4).

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 6 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

• Direction of storm water flow and approximate slopes anticipated after grading activities • Locations where control measures will be or have been installed • Locations where exposed soils will be or have been stabilized • Locations where post-construction storm water controls will be or have been installed • Locations of support activities • Locations where authorized non-storm water will be used • Locations and sources of run-on to the site from adjacent property that may contain quantities of pollutants which could be exposed to precipitation. • Locations of all waters of the U.S. on-site (including significant wetland areas ≥10,000 ft2) and those within 2,500 feet of the site boundary • Location of existing public water system (PWS) drinking water protection areas (DWPA) for PWS sources (e.g., springs, wells, or surface water intakes) that intersect the boundary of the project area. (The DWPAs can be found using the interactive web map application, “Alaska DEC Drinking Water Protection Areas” located at http://dec.alaska.gov/das/GIS/apps.htm.) • Sampling point(s), if applicable • Areas where final stabilization has been accomplished • Staging and material storage areas (construction materials, hazardous materials, fuels, etc.)

6.0 DISCHARGES

Subject to compliance with the terms and conditions of the 2016 ACGP, the permittee is authorized to discharge pollutants in storm water discharges from the site.

Describe and identify the location of any storm water discharge associated with support activates, including discharged from dedicated asphalt and concrete plants covered by this permit(5.3.8)

Identify all allowable sources of non-storm water discharges to be used at the site(5.3.9)

6.1 Locations of Other Industrial Storm Water Discharges (5.3.8)

The contractor is required to identify discharges from related support activities. Portable batch plants located on Department supplied property must be included in the contractor’s SWPPP and related inspections. If the DOT&PF is not a CGP operator for the site or sites listed in this subsection, then describe the sites and BMPs for them in a separate SWPPP2. In this section, explain which areas are covered within this SWPPP and which are covered within a separate SWPPP2. Also provide information on where the SWPPP2 is available for review.

6.2 Allowable Non-Storm Water Discharges (1.4.3; 4.3.7; 5.3.9)

The contractor must list all allowable non-storm water discharges and describe how the discharges will be minimized and managed to reduce pollution to storm water in the contractor’s SWPPP.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 7 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

SECTION 2 – COMPLIANCE WITH STANDARDS, LIMITS, AND OTHER APPLICABLE REQUIREMENTSDOCUMENTATION OF PERMIT ELIGIBILITY RELATED TO TOTAL MAXIMUM DAILY LOADS (3.2, 5.6)

If the project is discharging into a water body with an EPA-established or approved Total Maximum Daily Load (TMDL), the project must implement measures to ensure the discharge of pollutants from the site is consistent with the assumptions and requirements of the TMDL. Refer to the 2016 ACGP for additional requirements.

The SWPPP must include documentation supporting a determination of permit eligibility with regard to waters that have a TMDL.

A search of the “Alaska’s Final 2012 Integrated Water Quality Monitoring and Assessment Report” found can be found http://dec.alaska.gov/water/water-quality/integrated-report/

7.1 Identify Receiving Waters (5.3.3.3)

Description of receiving waters: Chena River, Happy Creek, King gravel pit, and the Fairbanks MS4

Description of storm sewer and/or drainage systems: The Fairbanks MS4 System has inlets and culverts located within the project limits.

7.2 Identify TMDLs (5.6.1)

Is an EPA-established or approved TMDL published for the receiving water(s) listed in Section 7.1?

Yes No

8.0 DOCUMENTATION OF PERMIT ELIGIBILITY RELATED TO ENDANGERED SPECIES (3.3, 5.7)

8.1 Information on endangered or threatened species or critical habitat (5.7.1)

Are endangered or threatened species and critical habitats on or near the project area?

Yes No

Describe how this determination was made: There are no threatened or endangered species with in the project limits. The USFWS IPaC was consulted

Will species or habitat be adversely affected by storm water discharge (5.7.2)?

Yes No

Describe the species and/or critical habitat, if species or habitat will be affected by storm water discharge.

There are no critical habitats within the project limits.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 8 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

9.0 Applicable federal, state, tribal, or local requirements (4.15)

Permittees must ensure that the storm water control measures implemented a the site are consistent with all applicable federal, state, tribal, or local, requirements for soil erosion control and storm water management.

The project will comply with all applicable Federal, state, local, and tribal requirements for soil erosion control and storm water management. The contractor will be responsible for obtaining all necessary permits and clearances for material and disposal sites, and/or equipment storage areas in accordance with the ACGP for Storm water Discharges from Construction Activities.

A search of the ADEC Drinking Water Protection Areas (DWPA) map located at http://dec.alaska.gov/das/GIS/apps.htm

The search shows that the project area intersects two PWS DWPA and multiple provisional protection areas, and will have to follow the requirements of the 2016 ACGP Part 4.10. The PWS contact will need to be notified by whatever method is most expedient: email, phone or post (4.10.1). Records of this contact will be placed in Appendix Q of the SWPPP. This should be done by the ADOT&PF Project Engineer on behalf of both parties. Activities within the identified DWPA will be restricted so that no significant changes to natural surface water drainage or ground water gradient occur. In the event of any identified potential contamination, such as spills or excess erosion, the PWS contact will be immediately notified.

Water System Number: AK2310730

PWS Contact Information:

Name: Bernie Stack Phone: (907) 455-0117 Email:[email protected] Director of Operations

Water System Number: AK2310918

PWS Contact Information:

Name: Kathleen Hook Phone: (907) 455-1540 Email:[email protected] Environmental Program Manager

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 9 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

SECTION 3 – CONTROL MEASURES

Describe the Best Management Practices (BMPs) to be implemented to control pollutants in storm water discharges. For each major activity identified:

Clearly describe appropriate control measures.

Describe general sequence during the construction process in which the measures will be implemented.

Describe maintenance and inspection procedures to be undertaken for that specific BMP.

Include protocols, thresholds, and schedules for cleaning, repairing, and/or replacing damaged or failing BMPs.

Identify staff responsible for maintaining BMPs. (If your SWPPP is shared by multiple operators, indicate the operator responsible for each BMP).

DOT&PF requires citations for the BMP manual or publication used to select and design the BMP, along with schematics or descriptions of the BMP. If no BMP manual or publication was used to select or design a given BMP then state “no BMP manual or publication was used”. BMP designs submitted by the contractor and approved by the Project Engineer may be used but still must state that no manual or publication was used.

Categorize each BMP under one of the following areas of BMP activity as described below:

Delineation of site (4.2.1)

Minimize the Amount of Soil Exposed during Construction Activity (4.2.2)

Maintain Natural Buffer Areas (4.2.3)

Clearing Vegetation (4.2.4)

Control Storm Water Discharges and Flow Rates (4.2.5)

Protect Steep Slopes (4.2.6)

Storm Water Inlet Protection Measures (4.3.1)

Water Body Protection Measures (4.3.2)

Down-Slope Sediment Controls (4.3.3)

Stabilized Construction Vehicle Access and Exist Points (4.3.4)

Dust Generation and Track-Out from Vehicles (4.3.5)

Soil Stockpiles (4.3.6)

Authorized Non-Storm Water Discharges (4.3.7)

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 10 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Sediment Basins (4.3.8)

Dewatering (4.4)

Soil Stabilization (4.5)

Treatment Chemicals/Active Treatment Systems (4.6)

Good Housekeeping Measures (4.8)

Permanent or Post Construction BMPs

Note the location of each BMP on your site map(s)

Any structural BMPs should have design specifications and details referred to in Section 11

Note the location of each BMP on your site map(s).

For more information or ideas on BMPs, see the ADEC Alaska Storm Water Guide: http://dec.alaska.gov/water/wnpspc/stormwater/Guidance.html

10.0 CONTROL MEASURES/BEST MANAGEMENT PRACTICES (4.0; 5.3.6)

The following sections describe BMPs that will or may be installed and maintained to prevent erosion and control sediment, in accordance with Section 4.0 of the ACGP.

Describe BMPs, including installation schedule and maintenance, inspection, and removal requirements. You may include a brief description of each BMP in this section and MUST reference detailed installation, maintenance, inspection, removal requirements, and manufacturer’s specifications to be included in Appendix B. The ESCP may already have some BMPs described. You may replace or adapt these BMPs to fit your planned means of construction.

If a control measure or BMP will be used to comply with more than one element of this section, you do not need to repeat the detailed installation, maintenance, inspection, removal requirements, and manufacturer’s information. For each repeated element, identify the control measure or BMP to be used, and refer to the section or Appendix B where the detailed information is presented.

Use the following format:

-BMP Description: Describe purpose, applicability, limitations and design. This information may be found in the referenced BMP manual or publication.

-BMP Manual/Publication: Provide the citation information as described below.

-Installation Schedule: Identify the activity or phase prior to which the BMP will be installed or the activity that requires this BMP.

-Maintenance and Inspection: Describe the thresholds and/or indicators for maintenance and protocols for inspecting the BMP.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 11 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

-Describe the maintenance procedures. If using a BMP manual or publication, this information may be found there.

-Responsible Staff: The person(s) identified in Section 2 of this SWPPP will be responsible for ensuring compliance with the installation, maintenance, inspection, and removal of these control measures. If your SWPPP is shared by multiple operators, indicate the operator responsible for each BMP.

How to Cite a BMP Publication:

For all temporary control measures, including Good Housekeeping BMPs, identified in this section, DOT&PF requires citation for the BMP manual or publication used to select and design the BMP. If the BMP was designed specifically for the project and a manual or publication was not used, include the statement “No manual was used to select or design the BMP” and include information on the BMP’s design and placement in the ESCP.

Permanent BMPs do not need a citation. Permanent, or Post-Construction, BMPs are permanent features that have been included in the DOT&PF contract.

1) BMP Manuals: BMP manuals describe each BMP and outline details such as installation, design parameters, applicability/limitations, maintenance, and targeted pollutants. To cite a manual, include the title, author (individual or agency), date of publication, and attach the appropriate pages in Appendix B.

2) DOT&PF Specifications and Plan Sheets: The publication cited may be the DOT&PF contract specifications and plan sheets, provided that the minimum information regarding the BMP is included.

When the plans and specifications are used, the reference must include the sheet or page number and be included in Appendix B of the ESCP.

If the specifications and plan sheets do not provide the minimum information, the SWPPP Preparer must provide the missing information in the SWPPP. Any drawing or description developed by the ESCP Preparer must include the statement “No BMP manual or publication was used for this design.”

3) Manufacturer’s Specification Sheet: Referencing a manufacturer’s specification sheet is suitable only if it includes all the necessary information listed in the above subsection. When using the manufacturer’s specification sheet(s), provide the product name, manufacturer, date of copyright, and attach copies of the specification sheet(s) to the ESCP. It may also be helpful to provide the manufacturer’s website if the information was obtained online.

10.1 Minimize the Amount of Soil Exposed during Construction Activity (4.2.2)

Describe the areas (signs, flags, fences, stakes, etc.) to be used to delineate all areas where soil disturbing construction activities will occur; and specific areas that will be left undisturbed such as trees, boundaries of sensitive areas, or buffers established under Part 4.2.3.

Describe natural features identified and how each will be protected during construction activity.

Describe how topsoil will be preserved

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 12 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.2 Maintain Natural Buffer Areas (4.2.3)

Are stream crossings or Waters of the U.S. located within or immediately adjacent to the property?

Yes No

If YES, describe the control measures to be implemented to comply with the 2016 ACGP Section 4.2.3 (e.g., buffer areas, perimeter controls, etc.)

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.3 Control Storm Water Discharges and Flow Rates (4.2.5)

Describe control measures to comply with the ACGP (e.g., divert storm water around the site, slow down or contain storm water, install velocity dissipation devices along conveyance channels, install permanent storm water management controls prior to construction of site improvements to the extent practicable, etc.).

Yes No

Repeat as needed.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 13 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

10.3.1 Protect Steep Slopes (4.2.6)

Will steep slopes be present at the site during construction? Yes No

If YES, describe control measures to be implemented to comply with ACGP Section 4.2.6 (e.g., reduce continuous slope length, divert storm water around slopes, stabilized exposed areas, etc.).

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.4 Storm Water Inlet Protection (4.3.1)

Describe control measures (e.g., filter berms, perimeter controls, temporary diversion dikes, etc.) to be implemented to protect all inlets receiving storm water from the project during the duration of the project.

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.5 Water Body Protection (4.3.2)

Describe control measures (e.g. velocity dissipation devices in accordance with Part 4.2.5.4) selected to minimize discharge of sediment prior to entry into water bodies located on or immediately downstream of the site.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 14 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.6 Down-Slope Sediment Controls (4.3.3)

Describe sediment controls (e.g., silt fence or temporary diversion dike) for any portion of the down-slope perimeter where storm water will be discharged from disturbed areas of the site.

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.7 Stabilized Construction Vehicle Access and Exit Points (4.3.4)

Describe location(s) of vehicle entrance(s) and exit(s), procedures to remove accumulated sediment off- site (i.e., vehicle tracking), and stabilization practices (i.e., stone pads and/or wash racks) to minimize off- site vehicle tracking of sediments and discharges to storm water.

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 15 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Repeat as needed.

10.8 Dust Generation and Track-Out from Vehicles (4.3.5)

Describe control measures to minimize the generation of dust and off-site vehicle tracking of sediment.

The contractor will be required to remove any debris including soil and rock from the roadway.

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

10.9 Soil Stockpiles (4.3.6)

Will soil stockpiles be at the site during construction? Yes No

If YES, describe control measures intended to control sediment loss from the stockpiles (e.g., tarps or perimeter straw wattles). Show location(s) of stockpile(s) on site maps.

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.10 Sediment Basins (4.3.8)

Refer to ACGP Section 4.3.8 to determine if a sediment basin is required for your site.

Will a sediment basin be required during construction? Yes No

If YES, provide a brief description of the sediment basin here. Append detailed design information in appendices (e.g., calculated volume of runoff from a two-year, 24-hour storm, or other assumptions used to calculate appropriate sediment-basin size). Show location of sediment basin(s) on site maps. Note that sediment basins are required for common drainage locations with 10 or more acres disturbed at one time.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 16 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Construction must be phased so that either no more than 10 acres (with a common drainage) is disturbed at one time or sediment basins are installed

Insert Text

10.11 Dewatering (4.4)

Will excavation dewatering be conducted during construction? Yes No

If YES and the dewatering is anticipated on the project. The contractor must review and comply with the ADEC Excavation Dewatering General Permit (AKG002000) or most current version, for specific requirements. If a NOI for coverage under the dewatering permit is submitted, attach it and ADECs response in Appendix D of the SWPPP with a copy of the permit.

Insert Text

10.12 Soil Stabilization (4.5)

A permittee must stabilize all disturbed areas of the site to minimize on-site erosion and sedimentation and the resulting discharge of pollutants.

Soil stabilization initiation requirements vary depending on the mean annual precipitation for the site. Refer to ACGP Section 4.5 for specific requirements.

Describe temporary stabilization control measures and sequence of installation.

Describe final stabilization control measures and sequence of installation.

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 17 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Repeat as needed.

10.13 Treatment Chemicals/Active Treatment Systems (4.6.1)

The use of treatment chemicals to reduce erosion from the land or sediment in a storm water discharge is allowed provided all the requirements of ACGP Section 4.6 are met.

Will treatment chemicals be used to control erosion and/or sediment during construction?

Yes No

If YES, comply with ACGP Section 4.6 and complete the following subsections.

10.13.1 Treatment chemicals (4.6.1)

Describe what chemicals will be used and why the proposed chemicals are suitable for use at the site. Include information required by ACGP Section 4.6.1 in Appendix P of the SWPPP. Use Appendix E of the SWPPP to document the training for employees using treatment chemicals.

Insert Text

10.13.2 Treatment chemical use procedures (4.6.2)

Describe training for employees using treatment chemicals at the site. Document this training in either SWPPP Appendix E (Personnel Qualifications) or SWPPP Appendix I (Training Records).

Insert Text

10.13.3 Application of treatment chemicals (4.6.3)

The application of treatment chemicals shall be in combination with appropriate physical control measures to ensure effectiveness of treatment chemical. Briefly describe treatment chemical application procedures to be used. Append detailed treatment chemical application procedures to SWPPP Appendix P.

Insert Text

10.14 Active Treatment System information (4.6.3.3)

A permittee who uses an Active Treatment System (ATS) as a control measure must submit information required by the ADEC for review at least 14 days prior to start of operation of the ATS at the project location. Specific submittal requirements can be found at the ADEC storm water website at http://www.dec.state.ak.us/water/wnpspc/stormwater/sw_construction.htm.

Will an ATS be used as a control measure at the site? Yes No

If YES, briefly describe the ATS process below and submit information required by ACGP Section 4.6.3.3 to the ADEC.

Insert Text

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 18 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

10.15 Good Housekeeping Measures (4.8)

A permittee must design, install, implement, and maintain effective good housekeeping measures to prevent and/or minimize the discharge of pollutants. A permittee must include appropriate measures for any of the following activities at the site.

10.15.1 Washing of Equipment and Vehicles and Wheel Wash-Down (4.8.1)

Will equipment and vehicle washing and/or wheel wash-down be conducted at the site?

Yes No

If YES, describe the control measures to be implemented to comply with ACGP 4.8.1.

Example Format:

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.15.2 Fueling and Maintenance Areas (4.8.2)

Describe equipment/vehicle fueling and maintenance practices to be implemented to control pollutants to storm water (e.g., secondary containment, drip pans, spill kits, etc.).

Describe spill prevention and control measures to be implemented, including ways to reduce the chance of spills, stop the source of spills, contain and clean up spills, dispose of materials contaminated by spills, and train personnel responsible for spill prevention and control.

Will equipment and vehicle fueling or maintenance be conducted at the site?

Yes No

If YES, describe the control measures to be implemented to comply with ACGP 4.8.2.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 19 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.15.3 Washout of Applicators/Containers used for Paint, Concrete, and Other Materials (4.8.4)

Describe location(s) and controls to minimize the potential for storm water pollution from washout areas for concrete mixers, paint, stucco, etc.

Will washout areas for trucks, applicators, or containers of concrete, paint, or other materials be used at the site? Yes No

If YES, describe control measures to be implemented to comply with ACGP Section 4.8.4.

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

Repeat as needed.

10.15.4 Fertilizer or pesticide use (4.8.5)

Describe fertilizers and/or pesticides expected to be used and/or stored on-site and procedures for storage of materials to minimize exposure of the materials to storm water.

Will fertilizers or pesticides be used at the site? Yes No

If YES, describe control measures to be implemented to comply with ACGP Section 4.8.5.

Material Name

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 20 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

BMP Description: Insert Text Source: Insert Text Permanent Temporary Installation Schedule: Insert Text Maintenance and Insert Text Inspection: Responsible Staff: Insert Text

10.16 Spill Notification (4.9)

Describe spill-notification procedures, including relevant federal, state, tribal, and local agency contact information, to be implemented in the event of a leak, spill, or release of hazardous substances or oil that occur at the construction site. Refer to CGP Section 4.9 for permit requirements.

Insert Text

Repeat as needed.

10.17 Storage, Handling, and Disposal of Construction Waste (4.8.6, 5.3.7)

Describe in general terms the type of construction and waste materials expected to be stored at the site, with updates as appropriate, and describe the measures for handling and disposal all wastes generated at the site, including clearing and demolition debris or other waste soils removed from the site, construction and domestic waste, hazardous or toxic waste, and sanitary waste. Refer to ACGP Sections 4.8.3 Staging and Material Storage Areas, and 4.8.6 Storage, Handling, and Disposal of Construction Waste.

Insert Text

10.18 Permanent/Post-Construction BMPs

None

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 21 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

SECTION 4 - INSPECTIONS, MONITORING, AND RECORDKEEPING

11.0 INSPECTIONS (5.4; 6.0)

Minimum requirements for the locations and scope of site inspections are described in the 2016 ACGP Part 6.4.

Inspection requirements for linear projects are described in the 2016 ACGP Part 6.5.

Describe the frequency inspections will occur at your site, including any correlations to storm frequency and intensity.

Note that inspection details for particular BMPs should be included in Section 11 or appendices.

11.1 Inspection schedules (5.4.1.2; 6.1; 6.2)

Refer to 2016 ACGP Part 6.1 for inspection frequency requirements.

Required inspection frequency is based on mean annual precipitation for the site. Refer to Section 3.2 of the ESCP for annual precipitation data.

Identify dates of winter shutdown, if applicable. Refer to 2016 ACGP Appendix C for definitions of Winter Shutdown, Fall Freeze-Up, and Spring Thaw. See the “Fall Freeze Probabilities” for the weather station closest to the site on the website www.wrcc.dri.edu/summary/climsmak.html

Inspection frequency:

For areas of the state where the mean annual precipitation is forty (40) inches or greater, or receives relatively continuous precipitation or sequential storm events, inspect at least once every seven (7) calendar days.

For areas receiving less that forty (40) inches of annual precipitation, inspect at one of the two following frequencies:

1) Once every seven calendars days; or

2) Once every 14 calendar days and within 24 hours of the end of a storm event that resulted in a discharge from the site

Justification for reduction in inspection frequency, if applicable: Inspection frequency may be reduced to once every 30 days and within 2 business days of the end of a storm event if the entire site is at least temporarily stabilized. Rain event inspections need not be conducted during this period unless the site is actively staffed.

Estimated date of fall freeze-up. For the purposes of this permit, means for planning purposes in the development of the SWPPP and initial planning of control measure maintenance the date in the fall that air temperatures will be predominately below freezing. It is the date in the fall that has an 80% probability that a minimum temperature below a threshold of 32.5 degrees Fahrenheit will occur on or after the given date. This date can be found by looking up the “Fall ‘Freeze’ Probabilities” for the weather station closest to the site on the website www.wrcc.dri.edu/summary/Climsmak.html.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 22 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

The inspections will be conducted jointly with Department personnel as directed by the project engineer. The schedule for site inspections will be established and updated daily as necessary to meet the requirements of the ACGP and provide the department with notice and opportunity to participate in the site inspection.

11.2 Inspection form or checklist (5.4.1.3; 6.7)

See SWPPP Appendix K (Form 25D-100). The inspection form must be completed in its entirety.

11.3 Corrective action procedures (5.4.1.4; 8.0)

Identify how conditions found that require corrective action will be addressed:

The following guidelines apply for setting corrective action complete-by dates as required by the ACGP:

For conditions that are easily remedied (i.e., removal of tracked sediment, maintenance of control measures, or spill clean-up), the permittee must initiate appropriate steps to correct the problem within twenty-four (24) hours and correct the problem as soon as possible; or

If installation of a new control measure is needed or an existing control measure requires significant redesign and reconstruction or replacement, the permittee must install the new or modified measure and make it operational within seven (7) calendar days from the time of discovery of the need for the corrective action, unless it is not practicable.

Additionally, deadlines for completion of corrective actions shall be selected to protect water quality and prior to the next storm event unless impracticable.

Corrective Action Log

The corrective action log will document the following within 24 hours of discovery of any conditions listed in Part 8.1 of the ACGP:

• Date the problem was identified • Summary of corrective action taken or to be taken • Notice of whether SWPPP modifications were required as a result of this discovery or corrective action • Date corrective action completed and name of person completing the action

Use Form 25D- 112 in Appendix J of the SWPPP.

In the event there is a reason (outside of the project staff’s control) that a corrective action cannot practicably be completed by the set complete-by date, DOT&PF will complete a Delayed Action Item Report (Form 25D-113). This form will set a new complete-by date and document the reason that the previous date could not be met.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 23 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

11.4 Inspection recordkeeping (5.4.2)

Records (including inspection reports, corrective action logs, delayed action item reports, grading and stabilization logs, amendment logs, staff tracking logs, rainfall logs, and training logs) will be maintained for a minimum period of at least three (3) years after the permit is terminated.

12.0 MONITORING PLAN (IF APPLICABLE) (5.5; 7.0)

12.1 Determination of Need for Monitoring Plan

Is there an EPA-established or approved TMDL for Chena River? Yes No

Is the receiving water listed as impaired for turbidity and/or sediment? Yes No

What is the acreage of the disturbance in the proposed construction project? 127 acres

Is the disturbed acreage equal to or greater than 20 acres? Yes No

Does all 20 of the disturbed acreage drain to the impaired water body? Yes No

13.0 POST-AUTHORIZATION RECORDS (5.8)

Copy of Permit Requirements (5.8.1)

The contractor’s SWPPP must contain the following documents:

• Copy of 2016 ACGP (5.8.1.1); • Copy or signed and certified NOI form submitted to ADEC (5.8.1.2); • Upon receipt, a copy of letter from ADEC authorizing permit coverage, providing tracking number (5.8.1.3)

These documents must be included in the appendices.

13.1 Additional Documentation Requirements (5.8.2)

A staff tracking log will be included in Appendix E of the SWPPP to document any changes in personnel for the positions of Superintendent, Project Engineer, SWPPP Manager, and Inspectors. The Grading and Stabilization Log, Form 25D-110 in Appendix G of the SWPPP, will be filled out to satisfy the following ACGP requirements: • Dates when grading activities occur (5.8.2.1.1) • Description of the Grading Activity and Location (5.8.2.1.2) • Dates when construction activities temporarily or permanently cease (5.8.2.1.3) • Dates when stabilization measures are initiated (5.8.2.1.4) • Description of stabilization measure (5.8.2.1.5)

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 24 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Other requirements will be included as shown below: • Copies of inspection reports (5.4.2; 5.8.2.4; insert in appendices). • Copies of monitoring reports, if applicable (5.8.2.4; insert in appendices). • Documentation of maintenance and repairs of control measures (5.8.2.8; insert in appendices). • Documentation of any corrective action taken at the site (5.8.2.9; insert in appendices).

13.1.1 Records of employee training (4.14; 5.8.2.7)

Provide on-going training to employees and subcontractors, on control measures at the site and applicable storm water pollution prevention procedures. Training must be specific to the installation, maintenance, protection, and removal of control measures CGP 4.14. Training must be given at a frequency that will be adequate to ensure proper implementation and protection of control measures, and no less frequently than once a month during construction activity. Document on the SWPPP Training Log, Form 25D-125, the dates and attendees to these trainings. Include the SWPPP Training Log as an appendix to the SWPPP. The contractor will be required to document staff and subcontractor training using DOT&PF construction form 25D-125. Copies of the current qualifications of the superintendent and SWPPP manager must be included in the contractor’s SWPPP.

14.0 MAINTAINING AN UPDATED SWPPP (5.9)

The permittee must modify the SWPPP, including site map(s), in response to any of the following:

• whenever changes are made to construction plans, control measures, good housekeeping measures, monitoring plan (if applicable), or other activities at the site that are no longer accurately reflected in SWPPP (5.9.1.1); • If inspections of site investigations by staff or by local, state, tribal, or federal officials determine SWPPP modifications are necessary for permit compliance (5.9.1.2); and • To reflect any revisions to applicable federal, state, tribal, or local laws that affect control measures implemented at the construction site (5.9.1.3).

14.1 Log of SWPPP Modifications (5.9.2)

A permittee must keep a log showing dates, name of person authorizing the change, and a brief summary of changes for all significant SWPPP modifications (e.g., adding new control measures, changes in project design, or significant storm events that cause replacement of control measures). Use DOT&PF construction form 25D-114.

14.2 Deadlines for SWPPP Modifications (5.9.3)

Revisions to the SWPPP must be completed within seven days of the inspection that identified the need for a SWPPP modification or within seven days of substantial modifications to the construction plans or changes in site conditions.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 25 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

15.0 ADDITIONAL SWPPP REQUIREMENTS (5.10)

15.1 Retention of SWPPP (5.10.1)

A copy of the SWPPP (including a copy of the permit), NOI, and acknowledgement letter from ADEC must be retained at the construction site.

15.2 Main entrance signage (5.10.2)

A sign or other notice must be posted conspicuously near the main entrance of the site. The sign or notice must include a copy of the completed NOI.

15.3 Availability of SWPPP (5.10.3)

The permittee must keep a current copy of the SWPPP at the site. The SWPPP must be made available to subcontractors, government and tribal agencies, and MS4 operators, upon request.

15.4 Signature and certification (5.10.4)

As co-permittees, the SWPPP is signed and certified by both the Contractor and by DOT&PF. DOT&PF requires the use of its forms, instead of those provided as examples in the DEC template. The Contractor must complete the SWPPP Contractor Certification (Form 25D-111) once DOT&PF approves the SWPPP and attach it in Appendix E of the SWPPP. Either the Contractor’s corporate officer or their duly authorized representative can certify the SWPPP. If a duly authorized representative certifies, the Delegation of Signature Authority form must be included in Appendix E of the SWPPP.

Upon approval, DOT&PF will provide the Contractor with signed DOT&PF forms for the DOT&PF SWPPP Certification (Form 25D-109) and DOT&PF Delegation of Authority (Form 25D-107) for inclusion in the SWPPP.

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 26 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019

Reference Material

EROSION AND SEDIMENT CONTROL PLAN (ESCP) 1 PARKS HIGHWAY MP 356-362 RESURFACING NFHWY00019 STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES REQUIRED CONTRACT PROVISIONS for FEDERAL-AID (FHWA) CONSTRUCTION CONTRACTS

FHWA-1273-- Revised May 1, 2012 Supplement, Cargo Preference Act - Effective February 15, 2016

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

immediate superintendence and to all work performed on the I. General contract by piecework, station work, or by subcontract. II. Nondiscrimination Ill. Nonsegregated Facilities 3. A breach of any of the stipulations contained in these IV. Davis-Bacon and Related Act Provisions Required Contract Provisions may be sufficient grounds for V. Contract Work Hours and Safety Standards Act withholding of progress payments, withholding of final Provisions payment, termination of the contract, suspension I debarment VI. Subletting or Assigning the Contract or any other action determined to be appropriate by the VII. Safety: Accident Prevention contracting agency and FHWA. VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water 4. Selection of Labor: During the performance of this contract, Pollution Control Act the contractor shall not use convict labor for any purpose X. Compliance with Governmentwide Suspension and within the limits of a construction project on a Federal-aid Debarment Requirements highway unless it is labor performed by convicts who are on XI. Certification Regarding Use of Contract Funds for parole, supervised release, or probation. The term Federal-aid Lobbying highway does not include roadways functionally classified as local roads or rural minor collectors. ATTACHMENTS II. NONDISCRIMINATION A Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access The provisions of this section related to 23 CFR Part 230 are Road Contracts (included in Appalachian contracts only) applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The I. GENERAL provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. 1 . Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding In addition, the contractor and all subcontractors must comply emergency contracts solely intended for debris removal). The with the following policies: Executive Order 11246, 41 CFR 60, contractor (or subcontractor) must insert this form in each 29 CFR 1625-1627, Title 23 USC Section 140, the subcontract and further require its inclusion in all lower tier Rehabilitation Act of 1973, as amended (29 USC 794), Title VI subcontracts (excluding purchase orders, rental agreements of the Civil Rights Act of 1964, as amended, and related and other agreements for supplies or services). regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase The contractor and all subcontractors must comply with: the order, rental agreement or agreement for other services. The requirements of the Equal Opportunity Clause in 41 CFR 60- prime contractor shall be responsible for compliance by any 1.4(b) and, for all construction contracts exceeding $10,000, subcontractor, lower-tier subcontractor or service provider. the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Form FHWA-1273 must be included in all Federal-aid design­ build contracts, in all subcontracts and in lower tier Note: The U.S. Department of Labor has exclusive authority to subcontracts (excluding subcontracts for design services, determine compliance with Executive Order 11246 and the purchase orders, rental agreements and other agreements for policies of the Secretary of Labor including 41 CFR 60, and 29 supplies or services). The design-builder shall be responsible CFR 1625-1627. The contracting agency and the FHWA have for compliance by any subcontractor, lower-tier subcontractor the authority and the responsibility to ensure compliance with or service provider. Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of Contracting agencies may reference Form FHWA-1273 in bid 1964, as amended, and related regulations including 49 CFR proposal or request for proposal documents, however, the Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier The following provision is adopted from 23 CFR 230, Appendix subcontracts (excluding purchase orders, rental agreements A, with appropriate revisions to conform to the U.S. and other agreements for supplies or services related to a Department of Labor (US DOL) and FHWA requirements. construction contract). 1. Equal Employment Opportunity: Equal employment 2. Subject to the applicability criteria noted in the following opportunity (EEO) requirements not to discriminate and to take sections, these contract provisions shall apply to all work affirmative action to assure equal opportunity as set forth performed on the contract by the contractor's own organization under laws, executive orders, rules, regulations (28 CFR 35, and with the assistance of workers under the contractor's 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)

Form 25D-55 H (Form FHWA-1273) (2/16) 1 and orders of the Secretary of Labor as modified by the employees by means of meetings, employee handbooks, or provisions prescribed herein, and imposed pursuant to 23 other appropriate means. U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under 4. Recruitment: When advertising for employees, the this contract. The provisions of the Americans with Disabilities contractor will include in all advertisements for employees the Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR notation: "An Equal Opportunity Employer." All such 35 and 29 CFR 1630 are incorporated by reference in this advertisements will be placed in publications having a large contract. In the execution of this contract, the contractor circulation among minorities and women in the area from agrees to comply with the following minimum specific which the project work force would normally be derived. requirement activities of EEO: a. The contractor will, unless precluded by a valid a. The contractor will work with the contracting agency and bargaining agreement, conduct systematic and direct the Federal Government to ensure that it has made every recruitment through public and private employee referral good faith effort to provide equal opportunity with respect to all sources likely to yield qualified minorities and women. To of its terms and conditions of employment and in their review meet this requirement, the contractor will identify sources of of activities under the contract. potential minority group employees, and establish with such identified sources procedures whereby minority and women b. The contractor will accept as its operating policy the applicants may be referred to the contractor for employment following statement: consideration.

"It is the policy of this Company to assure that applicants b. In the event the contractor has a valid bargaining are employed, and that employees are treated during agreement providing for exclusive hiring hall referrals, the employment, without regard to their race, religion, sex, color, contractor is expected to observe the provisions of that national origin, age or disability. Such action shall include: agreement to the extent that the system meets the contractor's employment, upgrading, demotion, or transfer; recruitment or compliance with EEO contract provisions. Where recruitment advertising; layoff or termination; rates of pay or implementation of such an agreement has the effect of other forms of compensation; and selection for training, discriminating against minorities or women, or obligates the including apprenticeship, pre-apprenticeship, and/or on-the­ contractor to do the same, such implementation violates job training." Federal nondiscrimination provisions.

2. EEO Officer: The contractor will designate and make c. The contractor will encourage its present employees to known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment. the responsibility for and must be capable of effectively Information and procedures with regard to referring such administering and promoting an active EEO program and who applicants will be discussed with employees. must be assigned adequate authority and responsibility to do so. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and 3. Dissemination of Policy: All members of the contractor's personnel actions of every type, including hiring, upgrading, staff who are authorized to hire, supervise, promote, and promotion, transfer, demotion, layoff, and termination, shall be discharge employees, or who recommend such action, or who taken without regard to race, color, religion, sex, national are substantially involved in such action, will be made fully origin, age or disability. The following procedures shall be cognizant of, and will implement, the contractor's EEO policy followed: and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project agreement will be met, the following actions will be taken as a sites to insure that working conditions and employee facilities minimum: do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of not less often than once every six months, at which time the wages paid within each classification to determine any contractor's EEO policy and its implementation will be evidence of discriminatory wage practices. reviewed and explained. The meetings will be conducted by the EEO Officer. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of b. All new supervisory or personnel office employees will be discrimination. Where evidence is found, the contractor will given a thorough indoctrination by the EEO Officer, covering promptly take corrective action. If the review indicates that the all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed, such thirty days following their reporting for duty with the contractor. corrective action shall include all affected persons.

c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection contractor's procedures for locating and hiring minorities and with its obligations under this contract, will attempt to resolve women. such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the d. Notices and posters setting forth the contractor's EEO discrimination may affect persons other than the complainant, policy will be placed in areas readily accessible to employees, such corrective action shall include such other persons. Upon applicants for employment and potential employees. completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of 6. Training and Promotion:

Form 250-55 H (Form FHWA-1273) (2/16) 2 a. The contractor will assist in locating, qualifying, and 8. Reasonable Accommodation for Applicants I increasing the skills of minorities and women who are Employees with Disabilities: The contractor must be familiar applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b. Consistent with the contractor's work force requirements undue hardship. and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials apprenticeship, and on-the-job training programs for the and Leasing of Equipment: The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex, special provision for training is provided under this contract, national origin, age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S.C. 140(a). administration of this contract.

c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract.

d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT's U.S. DOT-approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor, either directly or through a contractor's association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below: the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of disability. three years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the information to the contractor, the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1) The number and work hours of minority and non­ minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring, to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women; provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women, and pursuant to Executive Order 11246, as amended, and these non-minority group employees currently engaged in each work special provisions, such contractor shall immediately notify the classification required by the contract work. This information is contracting agency. to be reported on Form FHWA-1391. The staffing data should

Form 250-55 H (Fonn FHWA-1273) (2/16) 3 represent the project work force on board in all or any part of Contributions made or costs reasonably anticipated for bona the last payroll period preceding the end of July. If on-the-job fide fringe benefits under section 1(b )(2) of the Davis-Bacon training is being required by special provision, the contractor Act on behalf of laborers or mechanics are considered wages will be required to collect and report training data. The paid to such laborers or mechanics, subject to the provisions employment data should reflect the work force on board during of paragraph 1.d. of this section; also, regular contributions all or any part of the last payroll period preceding the end of made or costs incurred for more than a weekly period (but not July. less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Ill. NONSEGREGATED FACILITIES Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for This provision is applicable to all Federal-aid construction the classification of work actually performed, without regard to contracts and to all related construction subcontracts of skill, except as provided in 29 CFR 5.5(a)(4). Laborers or $10,000 or more. mechanics performing work in more than one classification may be compensated at the rate specified for each The contractor must ensure that facilities provided for classification for the time actually worked therein: Provided, employees are provided in such a manner that segregation on That the employer's payroll records accurately set forth the the basis of race, color, religion, sex, or national origin cannot time spent in each classification in which work is performed. result. The contractor may neither require such segregated The wage determination (including any additional classification use by written or oral policies nor tolerate such use by and wage rates conformed under paragraph 1.b. of this employee custom. The contractor's obligation extends further section) and the Davis-Bacon poster (WH-1321) shall be to ensure that its employees are not assigned to perform their posted at all times by the contractor and its subcontractors at services at any location, under the contractor's control, where the site of the work in a prominent and accessible place where the facilities are segregated. The term "facilities" includes it can be easily seen by the workers. waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other b.(1) The contracting officer shall require that any class of storage or dressing areas, parking lots, drinking fountains, laborers or mechanics, including helpers, which is not listed in recreation or entertainment areas, transportation, and housing the wage determination and which is to be employed under the provided for employees. The contractor shall provide separate contract shall be classified in conformance with the wage or single-user restrooms and necessary dressing or sleeping determination. The contracting officer shall approve an areas to assure privacy between sexes. additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: IV. DAVIS-BACON AND RELATED ACT PROVISIONS (i) The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal-aid construction determination; and projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of­ (ii) The classification is utilized in the area by the way of a roadway that is functionally classified as Federal-aid construction industry; and highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. (iii) The proposed wage rate, including any bona fide Contracting agencies may elect to apply these requirements to fringe benefits, bears a reasonable relationship to the other projects. wage rates contained in the wage determination.

The following provisions are from the U.S. Department of (2) If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5 "Contract provisions and employed in the classification (if known), or their related matters" with minor revisions to conform to the FHWA- representatives, and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of 1. Minimum wages the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, a. All laborers and mechanics employed or working upon Washington, DC 20210. The Administrator, or an authorized the site of the work, will be paid unconditionally and not less representative, will approve, modify, or disapprove every often than once a week, and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account (except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30-day period that additional time is under the Copeland Act (29 CFR part 3)), the full amount of necessary. wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the (3) In the event the contractor, the laborers or mechanics Secretary of Labor which is attached hereto and made a part to be employed in the classification or their representatives, hereof, regardless of any contractual relationship which may and the contracting officer do not agree on the proposed be alleged to exist between the contractor and such laborers classification and wage rate (including the amount and mechanics. designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for

Form 25D-55 H (Form FHWA-1273) (2/16) 4 determination. The Wage and Hour Administrator, or an the wages of any laborer or mechanic include the amount of authorized representative, will issue a determination within any costs reasonably anticipated in providing benefits under a 30 days of receipt and so advise the contracting officer or plan or program described in section 1(b)(2)(B) of the Davis­ will notify the contracting officer within the 30-day period that Bacon Act, the contractor shall maintain records which show additional time is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the (4) The wage rate (including fringe benefits where laborers or mechanics affected, and records which show the appropriate) determined pursuant to paragraphs 1.b.(2) or costs anticipated or the actual cost incurred in providing such 1.b.(3) of this section, shall be paid to all workers performing benefits. Contractors employing apprentices or trainees under work in the classification under this contract from the first approved programs shall maintain written evidence of the day on which work is performed in the classification. registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and c. Whenever the minimum wage rate prescribed in the trainees, and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination b. (1) The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof. the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i), except that full social other third person, the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee ( under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be that the applicable standards of the Davis-Bacon Act have submitted in any form desired. Optional Form WH-347 is been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm obligations under the plan or program. or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social 2. Withholding security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime contract with the same prime contractor, or any other federally­ contractor to require a subcontractor to provide addresses and assisted contract subject to Davis-Bacon prevailing wage social security numbers to the prime contractor for its own requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency .. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2) Each payroll submitted shall be accompanied by a including apprentices, trainees, and helpers, employed by the "Statement of Compliance," signed by the contractor or contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic, including any apprentice, trainee, or certify the following: helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as (i) That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under §5.5 (a)(3)(ii) of payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is have ceased. being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; 3. Payrolls and basic records

(ii) That each laborer or mechanic (including each a. Payrolls and basic records relating thereto shall be helper, apprentice, and trainee) employed on the contract maintained by the contractor during the course of the work and during the payroll period has been paid the full weekly preserved for a period of three years thereafter for all laborers wages earned, without rebate, either directly or indirectly, and mechanics working at the site of the work. Such records and that no deductions have been made either directly or shall contain the name, address, and social security number of indirectly from the full wages earned, other than each such worker, his or her correct classification, hourly rates permissible deductions as set forth in Regulations, 29 CFR of wages paid (including rates of contributions or costs part 3; anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, (iii) That each laborer or mechanic has been paid not deductions made and actual wages paid. Whenever the less than the applicable wage rates and fringe benefits or Secretary of Labor has found under 29 CFR 5.5(a)(1 )(iv) that cash equivalents for the classification of work performed,

Form 250-55 H (Form FHWA-1273) (2/16) 5 as specified in the applicable wage determination Every apprentice must be paid at not less than the rate incorporated into the contract. specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. (3) The weekly submission of a properly executed Apprentices shall be paid fringe benefits in accordance with certification set forth on the reverse side of Optional Form the provisions of the apprenticeship program. If the WH-347 shall satisfy the requirement for submission of the apprenticeship program does not specify fringe benefits, "Statement of Compliance" required by paragraph 3.b.(2) of apprentices must be paid the full amount of fringe benefits this section. listed on the wage determination for the applicable classification. If the Administrator determines that a different (4) The falsification of any of the above certifications may practice prevails for the applicable apprentice classification, subject the contractor or subcontractor to civil or criminal fringes shall be paid in accordance with that determination. prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency c. The contractor or subcontractor shall make the records recognized by the Office, withdraws approval of an required under paragraph 3.a. of this section available for apprenticeship program, the contractor will no longer be inspection, copying, or transcription by authorized permitted to utilize apprentices at less than the applicable representatives of the contracting agency, the State DOT, the predetermined rate for the work performed until an acceptable FHWA, or the Department of Labor, and shall permit such program is approved. representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the b. Trainees (programs of the USDOL). required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5.16, trainees will not be cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and records upon request or to make such records available may individually registered in a program which has received prior be grounds for debarment action pursuant to 29 CFR 5.12. approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. 4. Apprentices and trainees

The ratio of trainees to journeymen on the job site shall not be a. Apprentices (programs of the USDOL). greater than permitted under the plan approved by the Employment and Training Administration. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are Every trainee must be paid at not less than the rate specified employed pursuant to and individually registered in a bona fide in the approved program for the trainee's level of progress, apprenticeship program registered with the U.S. Department of expressed as a percentage of the journeyman hourly rate Labor, Employment and Training Administration, Office of specified in the applicable wage determination. Trainees shall Apprenticeship Training, Employer and Labor Services, or with be paid fringe benefits in accordance with the provisions of the a State Apprenticeship Agency recognized by the Office, or if a trainee program. If the trainee program does not mention person is employed in his or her first 90 days of probationary fringe benefits, trainees shall be paid the full amount of fringe employment as an apprentice in such an apprenticeship benefits listed on the wage determination unless the program, who is not individually registered in the program, but Administrator of the Wage and Hour Division determines that who has been certified by the Office of Apprenticeship there is an apprenticeship program associated with the Training, Employer and Labor Services or a State corresponding journeyman wage rate on the wage Apprenticeship Agency (where appropriate) to be eligible for determination which provides for less than full fringe benefits probationary employment as an apprentice. for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan The allowable ratio of apprentices to journeymen on the job approved by the Employment and Training Administration shall site in any craft classification shall not be greater than the ratio be paid not less than the applicable wage rate on the wage permitted to the contractor as to the entire work force under determination for the classification of work actually performed. the registered program. Any worker listed on a payroll at an In addition, any trainee performing work on the job site in apprentice wage rate, who is not registered or otherwise excess of the ratio permitted under the registered program employed as stated above, shall be paid not less than the shall be paid not less than the applicable wage rate on the applicable wage rate on the wage determination for the wage determination for the work actually performed. classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the In the event the Employment and Training Administration ratio permitted under the registered program shall be paid not withdraws approval of a training program, the contractor will no less than the applicable wage rate on the wage determination longer be permitted to utilize trainees at less than the for the work actually performed. Where a contractor is applicable predetermined rate for the work performed until an performing construction on a project in a locality other than acceptable program is approved. that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered c. Equal employment opportunity. The utilization of program shall be observed. apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity

Form 250-55 H (Form FHWA-1273) (2/16) 6 requirements of Executive Order 11246, as amended, and 29 CFR part 30. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT d. Apprentices and Trainees (programs of the U.S. DOT).

The following clauses apply to any Federal-aid construction Apprentices and trainees working under apprenticeship and contract in an amount in excess of $100,000 and subject to the skill training programs which have been certified by the overtime provisions of the Contract Work Hours and Safety Secretary of Transportation as promoting EEO in connection Standards Act. These clauses shall be inserted in addition to with Federal-aid highway construction programs are not the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As subject to the requirements of paragraph 4 of this Section IV. used in this paragraph, the terms laborers and mechanics The straight time hourly wage rates for apprentices and include watchmen and guards. trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of 1. Overtime requirements. No contractor or subcontractor the particular program. contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any 5. Compliance with Copeland Act requirements. The workweek in which he or she is employed on such work to contractor shall comply with the requirements of 29 CFR part work in excess of forty hours in such workweek unless such 3, which are incorporated by reference in this contract. laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours 6. Subcontracts. The contractor or subcontractor shall insert worked in excess of forty hours in such workweek. Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier 2. Violation; liability for unpaid wages; liquidated subcontracts. The prime contractor shall be responsible for the damages. In the event of any violation of the clause set forth compliance by any subcontractor or lower tier subcontractor in paragraph (1.) of this section, the contractor and any with all the contract clauses in 29 CFR 5.5. subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor 7. Contract termination: debarment. A breach of the shall be liable to the United States (in the case of work done contract clauses in 29 CFR 5.5 may be grounds for termination under contract for the District of Columbia or a territory, to such of the contract, and for debarment as a contractor and a District or to such territory), for liquidated damages. Such subcontractor as provided in 29 CFR 5.12. liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in 8. Compliance with Davis-Bacon and Related Act paragraph (1.) of this section, in the sum of $10 for each requirements. All rulings and interpretations of the Davis­ calendar day on which such individual was required or Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 permitted to work in excess of the standard workweek of forty are herein incorporated by reference in this contract. hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not 3. Withholding for unpaid wages and liquidated damages. be subject to the general disputes clause of this contract. Such The FHWA or the contacting agency shall upon its own action disputes shall be resolved in accordance with the procedures or upon written request of an authorized representative of the of the Department of Labor set forth in 29 CFR parts 5, 6, and Department of Labor withhold or cause to be withheld, from 7. Disputes within the meaning of this clause include disputes any moneys payable on account of work performed by the between the contractor (or any of its subcontractors) and the contractor or subcontractor under any such contract or any contracting agency, the U.S. Department of Labor, or the other Federal contract with the same prime contractor, or any employees or their representatives. other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same 10. Certification of eligibility. prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as a. By entering into this contract, the contractor certifies that provided in the clause set forth in paragraph (2.) of this neither it (nor he or she) nor any person or firm who has an section. interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1 ). 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the b. No part of this contract shall be subcontracted to any person subcontractors to include these clauses in any lower tier or firm ineligible for award of a Government contract by virtue subcontracts. The prime contractor shall be responsible for of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1 ). compliance by any subcontractor or lower tier subcontractor . with the clauses set forth in paragraphs (1.) through (4.) of this c. The penalty for making false statements is prescribed in the section. U.S. Criminal Code, 18 U.S.C. 1001.

Form 25D-55 H (Form FHWA-1273) (2/16) 7 evidenced in writing and that it contains all pertinent provisions VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract.

This provision is applicable to all Federal-aid construction 5. The 30% self-performance requirement of paragraph (1) is contracts on the National Highway System. not applicable to design-build contracts; however, contracting agencies may establish their own self-performance 1 . The contractor shall perform with its own organization requirements. contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items VII. SAFETY: ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such This provision is applicable to all Federal-aid construction specialty items performed may be deducted from the total contracts and to all related subcontracts. original contract price before computing the amount of work required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall (23 CFR 635.116). comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The a. The term "perform work with its own organization" refers contractor shall provide all safeguards, safety devices and to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased 2. It is a condition of this contract, and shall be made a employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into contractor meets all of the following conditions: pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance (1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions supervision of the day-to-day activities of the leased which are unsanitary, hazardous or dangerous to his/her employees; health or safety, as determined under construction safety and (2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary of the work of the leased employees; of Labor, in accordance with Section 107 of the Contract Work (3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U.S.C. 3704). exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative submission of payrolls, statements of compliance and all thereof, shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b. "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40 equipment not ordinarily available in the type of contracting U.S.C.3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of This provision is applicable to all Federal-aid construction material and manufactured products which are to be contracts and to all related subcontracts. purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3. The contractor shall furnish (a) a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm, has full authority to by engineers, contractors, suppliers, and workers on Federal­ direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly, (regardless of who performs the work) and (b) such other of its and honestly as possible. Willful falsification, distortion, or own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the engineering services) as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each 4. No portion of the contract shall be sublet, assigned or Federal-aid highway project (23 CFR 635) in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned contracting officer, or authorized representative, and such with the project: consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the 18 U.S.C. 1020 reads as follows: contracting agency has assured that each subcontract is

Form 250-55 H (Form FHWA-1273) (2/16) 8 'Whoever, being an officer, agent, or employee of the United covered transaction. The prospective first tier participant shall States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification person, association, firm, or corporation, knowingly makes any set out below. The certification or explanation will be false statement, false representation, or false report as to the considered in connection with the department or agency's character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However, be used, or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans, maps, specifications, contracts, or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation; or c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement, false agency determined to enter into this transaction. If it is later representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies be performed, or materials furnished or to be furnished, in available to the Federal Government, the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation; or d. The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal-aid participant learns that its certification was erroneous when Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed and supplemented; circumstances.

Shall be fined under this title or imprisoned not more than 5 e. The terms "covered transaction," "debarred," years or both." "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions" refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered This provision is applicable to all Federal-aid construction Transactions" refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor). "Lower Tier Federal-aid construction contractor, or subcontractor, as Participant" refers any participant who has entered into a appropriate, will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f. The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that, should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier 2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts, design-build contracts, subcontracts, lower-tier covered transactions exceeding the $25,000 threshold. subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost $25,000 or more - as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, 1. Instructions for Certification - First Tier Participants: debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each first tier participant is providing the certification set out below. participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.qovD, which is b. The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this

Form 25D-55 H (Form FHWA-1273) (2/16) 9 i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and/or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of j. Except for transactions authorized under paragraph (f) of changed circumstances. these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred," person who is suspended, debarred, ineligible, or voluntarily "suspended," "ineligible," "participant," "person," "principal," excluded from participation in this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200. You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or ***** subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" 2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion - First Tier Transaction (such as subcontracts). "First Tier Participant" Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier its knowledge and belief, that it and its principals: Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower (1) Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers). debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal e. The prospective lower tier participant agrees by department or agency; submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this a public (Federal, State or local) transaction or contract under transaction originated. a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, f. The prospective lower tier participant further agrees by bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification, in all lower tier covered transactions and civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding local) with commission of any of the offenses enumerated in the $25,000 threshold. paragraph (a)(2) of this certification; and g. A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered application/proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or (Federal, State or local) terminated for cause or default. voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each 2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is (Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause. The a. By signing and submitting this proposal, the prospective knowledge and information of participant is not required to lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i. Except for transactions authorized under paragraph e of was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification, in addition to other remedies available to the person who is suspended, debarred, ineligible, or voluntarily Federal Government. the department, or agency with which excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

Form 250-55 H (Fonn FHWA-1273) (2/16) 10 department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

Certification Regarding Debannent, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

*****

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

Form 25D-55 H (Fonn FHWA-1273) (2/16) 11 ATTACHMENT A-EMPLOYMENT AND MATERIALS 6. The contractor shall include the provisions of Sections 1 PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is, or reasonably may be, done as on-site work. ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965.

1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except:

a. To the extent that qualified persons regularly residing in the area are not available.

b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work.

c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below.

2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required , and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service.

3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required.

4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above.

5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region.

Form 25D-55 H (Form FHWA-1273) (2/16) 12 SUPPLEMENT to Form FHWA -1273 CARGO PREFERENCE ACT REQUIREMENTS

This provision requires compliance with the Cargo Preference Act (CPA) and its implementing regulations in 46 CFR 381 for all Federal Aid Projects awarded after February 15, 2016.

In accordance with 46 CFR 381.7, the following language must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of 46 CFR 381 .7 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

(a) Agreement Clauses. Use of United States-flag vessels:

(1) Pursuant to Pub. L. 664 (43 U.S.C. 1241(b)) at least 50 percent of any equipment, materials or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this agreement, and which may be transported by ocean vessel, shall be transported on privately owned United States­ flag commercial vessels, if available.

(2) Within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (a)(1) of this section shall be furnished to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590."

(b) Contractor and Subcontractor Clauses. Use of United States-flag vessels: The contractor agrees-

(1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

(2) To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b) (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract."

Form 250-55 H (Form FHWA-1273) (2/16) 13